Loading...
10/16/2023Monday, October 16, 2023 1:30 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Pinellas County, 333 Chestnut Street, Palm Room, Clearwater, FL 33756 Council Work Session Work Session Agenda October 16, 2023Council Work Session Work Session Agenda 1. Call to Order 2. Economic Development and Housing Endorse the Advantage Pinellas Housing Action Plan and Joint Forward Pinellas/Countywide Planning Authority Resolution 23-25 and adopt Resolution 23-17. 2.1 3. Finance Ratify and confirm a not-to-exceed amount of $6,227,000.00 for the Main Library restoration and repair, consisting of an estimated $5,821,493.10 to ServPro of Largo as the general contractor for the remediation, recovery and repair work; $400,000.00 to Thyssen Krupp for elevator repairs; and $4,820.00 to American Dream for initial recovery services. 3.1 4. Parks and Recreation Award a purchase order to Sunbelt Sod and Grading Co. and Tom’s Sod Service, Inc. for athletic field sod and installation in the cumulative annual amount of $170,000.00 with two, one-year renewal options pursuant to Invitation to Bid 46-23, Athletic Field Sod and Installation and authorize the appropriate officials to execute same. (consent) 4.1 5. Police Department Approve an agreement and purchase order with Axon Enterprise, Inc of Scottsdale, AZ, for the renewal and consolidation of Axon agreements for Body-Worn Cameras, Interview Room Cameras, upgraded Taser 10 equipment, along with associated electronic evidence storage, licensing, maintenance, and training in the amount of $3,390,302.55, in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 5.1 6. Public Works Approve purchase orders to Tip Top Tree Experts LLC, of Weirsdale, FL, and TreesForYou.com, Inc. of Belleair Beach, FL, for palm tree pruning on a unit basis in the annual cumulative amount of $216,000.00 for one year with two, one-year renewal options pursuant to Invitation to Bid (ITB) 42-23 and authorize the appropriate officials to execute same. (consent) 6.1 7. Planning Page 2 City of Clearwater Printed on 10/10/2023 October 16, 2023Council Work Session Work Session Agenda 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 3121 Downing Street, together will all unincorporated right-of-way of Downing Street, and pass Ordinances 9709-23, 9710-23, and 9711-23 on first reading. (ANX2023-07008) 7.1 Approve amendments to the Community Development Code, rescinding certain previously adopted amendments determined to be null and void ab initio pursuant to Florida Senate Bill 250 (2023), and pass Ordinance 9712-23 on first reading. 7.2 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 2713 State Road 590, and pass Ordinances 9718-23, 9719-23, and 9720-23 on first reading. (ANX2023-08009) 7.3 Repeal the Clearwater Comprehensive Plan and adopt a new Comprehensive Plan entitled Clearwater 2045 to replace it and pass Ordinance 9721-24 on first reading. (CPA2023-06001) 7.4 Approve the annexation for 210 Meadow Lark Lane, together with an unaddressed parcel on Meadow Lark Lane, together with all unincorporated right-of-way of Kentucky Avenue and an unnamed alley and pass Ordinance 9706-23 on first reading. (ANX2023-06007) 7.5 Approve a Future Land Use Map Amendment from the Residential Urban (RU) (Pinellas County) category to the Institutional (I) category for 210 Meadow Lark Lane and an unaddressed parcel on Meadow Lark Lane and pass Ordinance 9707-23 on first reading. (LUP2023-06002) 7.6 Approve a Zoning Atlas Amendment from the R-3, Single Family Residential (Pinellas County) District to the Institutional (I) District for 210 Meadow Lark Lane and an unaddressed parcel on Meadow Lark Lane and pass Ordinance 9708-23 on first reading. (REZ2023-06001). 7.7 8. Public Utilities Approve a Purchase Order to Americas Generators, Inc. of Miami, Florida, for portable and mobile generators in a not-to-exceed amount of $675,990.00 pursuant to ITB 56-23 Portable and Mobile Generators and authorize the appropriate officials to execute the same. (consent) 8.1 Approve a Purchase Order to Consulting Engineering, Inc. of Kalispell, MT for acoustic leak detection in the amount of $200,000.00 pursuant to ITB 05-23, Acoustic Leak Detection, and authorize the appropriate officials to execute same. (consent) 8.2 Page 3 City of Clearwater Printed on 10/10/2023 October 16, 2023Council Work Session Work Session Agenda 9. Solid Waste Declare list of vehicles and equipment surplus and authorize disposal through auction pursuant to Clearwater Code of Ordinances Section 2.623(6) and (8) and authorize the appropriate officials to execute same. (consent) 9.1 Authorize purchase order(s) to multiple vendors as listed, for the maintenance, purchase and rental of generators, replacement parts, and services from October 1, 2023 through the duration of the respective contract term or through February 3, 2025, whichever comes first, in the cumulative not to exceed amount of $1,590,000.00 pursuant to Clearwater Code of Ordinances Sections 2.563(1)(a) ,Single Source, and 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same.(consent) 9.2 Approve an increase to existing purchase order(s) for various roof repairs and replacements for the final term, October 1, 2023 through September 30, 2024, in the cumulative amount of $500,000.00, bringing the total amount to $1,000,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or cooperative purchasing, and authorize the appropriate officials to execute same. (consent) 9.3 Authorize purchase order(s) to Shaw Industries, Inc, of Dalton, GA and Complete Floor Care Solutions, Inc. of Tampa, FL for various floor repairs and replacements, in the cumulative not-to-exceed amount of $500,000.00 through September 30, 2024, pursuant to Clearwater Code of Ordinances Section 2.563(1)(a) Single Source and 2.563(1)(c) Piggyback and authorize the appropriate officials to execute same. (consent) 9.4 Award a Purchase order to Jet Age Fuel, Inc. of Clearwater, FL, for the purchase of unleaded and diesel fuel and Palmdale Oil Company LLC for the purchase of Ultra Low Sulfur Diesel, Red Dye in the cumulative annual amount of $3,200,000.00 for one year with three, one-year renewal options pursuant to Invitation to Bid (ITB) 50-23 and authorize the appropriate officials to execute same. (consent) 9.5 Approve an increase to Purchase Order with Maire Company (Maire) for services provided under the lease agreement as well as certain additional work outside of the lease in the amount of $181,240, for the second term beginning October 1, 2023 through September 30, 2024, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchases, and authorize the appropriate officials to execute same. (consent) 9.6 10. City Attorney Page 4 City of Clearwater Printed on 10/10/2023 October 16, 2023Council Work Session Work Session Agenda Approve a referendum question to present to electors to amend the City Charter and Code of Ordinances providing for a run-off system of elections beginning in 2026, set the date of the referendum election for March 19, 2024, and pass Ordinance 9728-23 on first reading. 10.1 11. City Manager Verbal Reports Discuss revisions to artificial turf ordinance.11.1 Provide direction on proposed Non-Profit/Charitable Funding Policy.11.2 Downtown Parking Update11.3 12. City Attorney Verbal Reports 13. Council Discussion Item Discuss City Attorney and City Manager salaries.13.1 14. New Business (items not on the agenda may be brought up asking they be scheduled for subsequent meetings or work sessions in accordance with Rule 1, Paragraph 2). 15. Closing Comments by Mayor 16. Adjourn 17. Presentation(s) for Council Meeting Page 5 City of Clearwater Printed on 10/10/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: TMP-024 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: ResolutionIn Control: Economic Development & Housing Agenda Number: 2.1 SUBJECT/RECOMMENDATION: Endorse the Advantage Pinellas Housing Action Plan and Joint Forward Pinellas/Countywide Planning Authority Resolution 23-25 and adopt Resolution 23-17. SUMMARY: In July 2021, Council approved the Advantage Pinellas Housing Compact (Compact), an agreement amongst seven municipalities, Pinellas County and Forward Pinellas. Under the Compact, the parties agreed to work toward developing strategies on several issues that impact availability and quality of housing as well as racial, social, economic, and geographic equality. The culmination of their efforts yielded the Advantage Pinellas Housing Plan (Plan) which was presented to the Public at the Homes for Pinellas Summit on April 28, 2023. This resolution further establishes the city’s commitment to working with the Compact members to implement the action items to strive to achieve the goals established in the Plan. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/10/2023 1 RESOLUTION NO. 23-17 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, ENDORSING THE ADVANTAGE PINELLAS HOUSING ACTION PLAN AND PINELLAS COUNTY JOINT RESOLUTION 23-25. WHEREAS, on February 22, 2022, the Pinellas County Board of County Commissioners signed the Advantage Pinellas Housing Compact (the “Compact”), an agreement among local governments across Pinellas County, including the City of Clearwater, to work together to address the critical need for housing affordability, coordinated with jobs and transportation; and WHEREAS, the Compact provides for implementation of its goals through the Advantage Pinellas Housing Action Plan (the “Plan”), which will serve as a long-term policy framework to guide countywide and local government decision-making; and WHEREAS, the City of Clearwater retains authority over local decision- making including but not limited to funding, staff resources, and land use regulations in striving to meet the Plan’s goals; and WHEREAS, on April 11, 2023, the Pinellas County Board of County Commissioners, acting in its capacity as the Countywide Planning Authority, executed Joint Resolution 23-25 together with Forward Pinellas, designating Forward Pinellas as the forum to guide implementation of the Plan; and WHEREAS, the Plan was drafted by Pinellas County with input from Forward Pinellas and the other Housing Compact partners, and was introduced at the Homes for Pinellas Summit on April 28, 2023; and WHEREAS, the Plan and Joint Resolution 23-25 need to be formally endorsed by each Housing Compact partner including the City of Clearwater. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA, the City of Clearwater hereby endorses the Advantage Pinellas Housing Action Plan and Joint Resolution 23-25. 2 PASSED AND ADOPTED this _____ day of _________________, 2023. ______________________________ Brian J. Aungst, Sr., Mayor Approved as to form: Attest: ______________________________ ______________________________ Matthew J. Mytych, Esq. Rosemarie Call, City Clerk Assistant City Attorney APRIL 2023 ADVANTAGE PINELLAS HOUSING ACTION PLAN TABLE OF CONTENTS Introduction __________________________________________________________________1 Goal 1: Corridor Planning _____________________________________________________3 Housing and Transportation ________________________________________________4 Goal 2: Healthy Communities _________________________________________________7 Goal 3: Opportunity for All ___________________________________________________9 Cost-Burdened Households _______________________________________________10 Median Home Prices and Increases ________________________________________11 Goal 4: Resiliency ____________________________________________________________12 Goal 5: Housing Choice ______________________________________________________14 Community Land Trusts (CLT) create positive outcomes for low- to moderate-income homeowners ___________________________________15 Goal 6: Community Stakeholders ____________________________________________16 The Importance of Partnerships ___________________________________________16 Goal 7: Implementation Framework __________________________________________17 Goal 8: Shared Approach ____________________________________________________17 Goal 9: Communications and Outreach ______________________________________18 Goal 10: Data and Resources ________________________________________________19 Goal 11: Regulatory Toolkit ___________________________________________________19 Local Implementation Guidelines ___________________________________________20 Timeframe _________________________________________________________________20 1 ADVANTAGE PINELLAS HOUSING ACTION PLAN INTRODUCTION Whether it’s teachers, medical assistants, skilled laborers, or hospitality employees, many of our longtime neighbors can no longer afford to call this community home. In fact, 1 in 3 households are struggling to afford housing in Pinellas.1 That’s why the local governments in the Advantage Pinellas Housing Compact have developed this Housing Action Plan: to create more housing choices attainable by people at all income levels. The Compact sets shared policy goals to increase housing linked to transportation, jobs, schools, workforce development, and other services. This Housing Action Plan aims to meet those goals over the next 10 years with a range of actions. The Action Plan provides both short- and long-term actions that Compact members and other community partners can pursue together. Partners work together to address affordable housing needs, but each local government retains authority over local decision- making, including funding, staff, and land-use regulations. The Action Plan combines local research and lessons from successful housing initiatives across Florida and the United States. It suggests streamlining local regulations, creating new funding sources, opening the door to more diverse housing types, preventing long- time residents from being priced out of the market, and building a broader coalition of public and private partners to collaborate on creative solutions. ¹ In 2020, 34% of Pinellas households were considered “cost-burdened,” paying more than 30% of their income on housing; this number has likely increased since this data was collected. For more background see Goal 3. 2 ADVANTAGE PINELLAS HOUSING ACTION PLAN Let’s make sure the people who make Pinellas County work can continue to thrive here in our community! Compact members agreed on the following goal areas for the Action Plan, calling for specific actions for the short-term (1-3 years) and long-term (10 years): 1. Corridor Planning 7. Implementation Framework 2. Healthy Communities 8. Shared Approach 3. Opportunities for All 9. Communications and Outreach 4. Resiliency 10. Data and Resources 5. Housing Choice 11. Regulatory Toolkit 6. Community Stakeholders The final two sections define the timeframe and guidelines for local government implementation across the county. Neither the County nor any of the cities can do this alone. We need all of our partners, including local governments, nonprofit agencies, businesses, developers and community advocates to help champion this Action Plan to make it a success. To learn more about how you can be part of the solution, visit HomesforPinellas.org. The Housing Action Plan was published in April 2023 through coordination by members of the Advantage Pinellas Housing Compact: Pinellas County, Forward Pinellas, and the cities of Clearwater, Gulfport, Largo, Oldsmar, Pinellas Park, St. Petersburg and Treasure Island. 3 ADVANTAGE PINELLAS HOUSING ACTION PLAN GOAL 1: Corridor Planning Prioritize locating affordable housing, jobs, educational opportunities, and workforce development resources along corridors (within ½ mile) planned for high-quality transit service as identified in the Advantage Pinellas Plan. A. Evaluate the Countywide Plan, local comprehensive plans, land development codes, and internal processes that inhibit the development of affordable housing, missing middle housing, and mixed-use/transit-supportive development. (1-3 years) B. Adopt comprehensive plan policy and land development code updates to remedy barriers and incentivize affordable housing, missing middle housing, and mixed-use/transit-supportive development. (1-3 years) C. Adopt local density housing bonus options consistent with the Countywide Plan and Florida Statutes. (1-3 years) D. Implement funding programs, such as the creation of a revolving loan fund, to offer developers loans to promote the development of affordable and workforce housing near transit corridors. (1-3 years) E. Plan for enhanced transit services along priority corridors (e.g.: Alternate U.S. 19; Roosevelt Boulevard/East Bay Drive; and US 19/34th Street – south of SR 60). (10 years) F. Develop multijurisdictional corridor plans with transit supportive density and design solutions. (10 years) 4 ADVANTAGE PINELLAS HOUSING ACTION PLAN Housing and Transportation Housing and transportation tend to be the largest expenditures for a household.2 According to the Center for Neighborhood Technology, U.S. neighborhoods are considered unaffordable for the typical household if the cost of housing and transportation is more than 45% of area median household income.3 There is a fairly consistent average cost of housing and transportation as a percent of income across Pinellas, Manatee, Pasco and Hillsborough counties, ranging between 51% and 55%. TABLE 1: AVERAGE COST OF HOUSING AND TRANSPORTATION BY COUNTY4 (2022) County Average Cost of Housing (% of Income) Avg. Cost of Transportation (% of Income) Average Cost of Housing and Transportation (% of Income) Pinellas 31%22%53% Manatee 29%22%51% Pasco 27%25%52% Hillsborough 31%24%55% In Pinellas County it takes an average of 53% of household income to pay for housing and transportation costs.5 ² The Center for Neighborhood and Technology (2022). About the Index. Retrieved from https://htaindex.cnt.org/about/ ³ Ibid, Correspondence from Preeti Shankar Director of Urban Analytics, The Center for Neighborhood and Technology4 The Center for Neighborhood and Technology (2022). H & T Fact Sheet True Affordability and Location Efficiency, Pinellas County. https://htaindex.cnt.org/fact-sheets/, The Center for Neighborhood and Technology (2022). H+T Affordability Index October 2022 Update. Retrieved from https://cnt.org/blog/handt-affordability-index-October-2022-update⁵ The Center for Neighborhood and Technology (2022). H & T Fact Sheet True Affordability and Location Efficiency, Pinellas County. Retrieved from https://htaindex.cnt.org/fact-sheets/?lat=27.91&lng=-82.35&focus=county&gid=3203#fs, https://htaindex.cnt.org/fact-sheets/?lat=27.48&lng=-82.36&focus=county&gid=714#fs, https://htaindex.cnt.org/fact-sheets/?lat=28.3&lng=-82.44&focus=county&gid=1014#fs, and https://htaindex.cnt.org/fact-sheets/?lat=27.9&lng=-82.74&focus=county&gid=930#fs 5 ADVANTAGE PINELLAS HOUSING ACTION PLAN Chart 1, Mean Commuting Time For Workers (5 Year Estimates) in Tampa Bay Counties 2010- 2021, shows a gradual increase of commuting time for workers in Pinellas County. The mean commuting time increased by 1.26 minutes (5.5%) over a 10-year period in Pinellas County. Comparably, Hillsborough County increased 2.69 minutes (10.5%), Manatee increased 2.75 minutes (11.7%), and Pasco increased 1.77 minutes (6.1%) during the 10-year period. Pinellas County has the lowest mean commuting time, and slowest rate of increase over the 10-year period. Strategic planning of development along transit-supported corridors has the potential to further reduce the rate of growth in the future. CHART 1: MEAN COMMUTING TIME FOR WORKERS (5 YEAR ESTIMATES) IN TAMPA BAY COUNTIES 2010-20216 22 24 26 28 30 32 34 2010 2011 2012 2013 2014 2015 2016 2017 2018 2019 2020 2021 Pinellas Manatee Hillsborough Pasco Prioritizing affordable housing near employment, education, and workforce development opportunities will contribute to lowering the transportation cost, and potentially commute times. As of 2019, approximately 67% of workers in Pinellas County have a commute time between 10 to 34 minutes.7 Comparatively, Manatee, Pasco and Hillsborough Counties had 65%, 53% and 63% of workers respectively in this same time range. 6 Federal Reserve Bank of St. Louis Economic Data (2022). Mean Commuting Time for Workers (5-year estimate) in Pinellas County, FL Retrieved from https://fred.stlouisfed.org/series/B080ACS012103. For example, multiyear estimates released in consecutive years consist mostly of overlapping years and shared data.⁷ U.S Census Bureau (2019). Travel Time to Work. Retrieved from https://data.census.gov/table?q=Travel+time+to+work&g=0400000US12_0500000US12057,12081,12101,12103&tid=ACSDT1Y2019.B08303 6 ADVANTAGE PINELLAS HOUSING ACTION PLAN TABLE 2: TOTAL TRAVEL TIME TO WORK BY COUNTY (2019) Total Travel Time to work Pinellas Workers* Percentage Manatee Workers* Percentage Pasco Workers* Percentage Hillsborough Workers*Percentage less than 5 minutes 9,606 2.32%2,028 1.23%4,936 2.33%8,513 1.27% 5 to 9 minutes 38,005 9.18%12,673 8.27%14,571 6.90%42,457 6.34% 10 to 14 minutes 54,125 13.08%18,527 12.09%24,926 11.80%74,498 11.13% 15 to 19 minutes 72,944 17.63%25,393 16.57%19,027 9.01%89,404 13.35% 20 to 24 minutes 64,644 15.62%25,147 16.41%27,663 13.10%103,761 15.50% 25 to 29 minutes 30,027 7.26%8,780 5.67%11,291 5.34%42,565 6.35% 30 to 34 minutes 56,561 13.67%22,460 14.66%28,988 13.73%108,198 16.16% 35 to 39 minutes 13,275 3.20%7,151 4.66%8,591 4.06%27,110 4.05% 40 to 44 minutes 13,444 3.25%7,085 4.62%9,587 4.54%37,085 5.54% 45 to 59 minutes 33,712 8.15%14,382 9.38%29,503 13.97%74,439 11.12% 60 to 89 minutes 18,655 4.51%7,427 4.87%25,026 11.85%46,213 6.90% 90 or more minutes 8,594 2.07%2,145 1.40%6,994 3.31%14,646 2.19% *Note: Workers represent those workers who are 16 years and over who did not work at home Approximately 67% of workers in Pinellas County have a commute time between 10 to 34 minutes to work. 7 ADVANTAGE PINELLAS HOUSING ACTION PLAN GOAL 2Healthy Communities Coordinate the development of affordable housing with planning for healthy communities, including access to parks and recreational resources, pedestrian/bicycle facilities, healthy food sources, and medical care providers. A. Utilize mapping tools to illustrate the presence/absence of recreational resources, healthy food sources, medical care providers, and other key public health benefit resources in proximity to housing. (1-3 years) B. Improve residential access to healthy foods (e.g., supportive future land use categories; regulatory incentives; transportation improvements; coordinated programs etc.) (1-3 years) C. Allow increased residential densities and encourage affordable housing within ½-mile of parks, schools, groceries (access to fresh foods), medical facilities, pedestrian/bicycle and transit facilities. (1-3 years) D. Expand access to community resources through partnerships with community organizations and social service providers that support healthy communities, with a primary focus on access for affordable housing developments, through the provision of amenities and services (e.g., mobile health fairs; community gardens; park/recreation areas; and other on-site amenities/ services). (1-3 years) E. Identify gaps in safe access to bicycle, pedestrian, and transit facilities that serve as a viable alternative to single occupant vehicles to support mobility of the county’s population, especially those who have limited access to personal vehicles, and dedicate funding to closing those gaps. (10 years) Housing and Health Physical, social, and economic environments in Pinellas County directly influence the health of residents. Quality, affordable, and conveniently located housing can improve health outcomes by encouraging physical activity, supporting reliable mobility options, improving access to healthy foods, boosting mental health, strengthening support networks, and promoting health equity. The United Way compiles information and data based on research to quantify and describe the number of households that struggle financially as part of the national United for ALICE initiative.8 This ALICE (Asset Limited, Income Constrained, Employed) information represents households with income above the Federal Poverty Line, but below the basic cost of living (aka ALICE Threshold). ⁸ https://www.unitedforalice.org/overview (December 2022) 8 ADVANTAGE PINELLAS HOUSING ACTION PLAN ALICE households consist of employees that work full-time jobs, or multiple jobs that are essential but are underpaid. Even though they work full time, they are in debt, and struggle to make ends meet. Examples of ALICE workers are office assistants, janitors, waiters, nursing assistants, paraprofessionals, and tourism industry employees. TABLE 3: ALICE HOUSEHOLDS (2007-2018)9 County ALICE Threshold* State Average 33% Pinellas 35% Pasco 32% Manatee 36% Hillsborough 28% * Households with income above the Federal Poverty Line, but below the basic cost of living. Income limited households are restricted in the level of health care they can afford. Low wage earners are often impacted by chronic stress, have a greater difficulty recovering from illnesses, and are at a high risk of being uninsured. Uninsured adults are four times as likely to delay medical attention.10 ⁹ ALICE Threshold, (2007-2018); American Community Survey, (2007-2018)¹⁰ United For Alice (2022) Health Care Introduction. https://www.unitedforalice.org/health-care-introduction 9 ADVANTAGE PINELLAS HOUSING ACTION PLAN GOAL 3: Opportunity for All Address racial, social, economic, and geographic inequality in the provision of affordable housing in Pinellas County. A. Through coordinated, geographically-based data analysis and mapping, understand the social/environmental justice areas across the county (1-3 years): ▪ Low-income population and population below poverty line ▪ Minority population ▪ Percent of population cost-burdened and severely cost burdened ▪ Single and multifamily home distribution ▪ Home costs B. Acknowledge and identify areas of gentrification/displacement in the county through the years, identify current areas of displacement, and develop strategies for how areas can be redeveloped without displacement from a racial, social, and economic context. (1-3 years) C. Consider partnering with the Foundation for a Healthy St. Petersburg and/or other community groups to organize a roundtable discussion to acknowledge racism as a public health deterrent and to empower the community with solutions moving forward. (1-3 years) D. Maintain a Tenant’s Bill of Rights to respond to the number of increased evictions, require advance notice of rental increases, and prohibit discrimination solely based on source of income. (Ongoing) E. Create and implement policies/tools/criteria that will discourage the displacement of residents as a result of redevelopment. (1-3 years) F. Identify and define targeted solutions and/or investments for areas of historic disinvestment. (1-3 years) G. Enable homeowners to stay in their homes by remedying code violations through available grants and funding. (1-3 years) H. Recognize that mobile/manufactured home parks are both a significant source of naturally occurring affordable housing and particularly vulnerable to displacement by redevelopment, and develop programs to prevent or mitigate displacement. (1-3 years) 10 ADVANTAGE PINELLAS HOUSING ACTION PLAN Cost-Burdened Households Housing is generally considered affordable if it costs no more than 30% of a household’s income. Households that pay more than this amount are considered “cost-burdened,” and those that pay more than 50% are considered “severely cost-burdened”. Approximately 34% of all households in Pinellas County are cost-burdened or severely cost-burdened.11 Being cost-burdened can occur at various levels of household income and can unfortunately affect residents who work full-time, and even those who have multiple jobs. As noted under Section 2, ALICE (Asset Limited, Income Constrained, Employed) households earn above the Federal Poverty Level, but struggle to afford necessities of a household budget. According to the 2018 ALICE report, 11% of Pinellas County’s households lived below the federal poverty level, and another 35% were above the federal poverty level, yet continued to struggle to afford basic household expenses.12 In 2018 in Pinellas County, approximately 53% of Hispanic and 57% of Black households fell below the federal poverty level or the ALICE Threshold.13 CHART 2: PINELLAS COUNTY POVERTY AND ALICE HOUSEHOLDS (2018) 2018 Federal Poverty Levels by Household Size: 2018 Poverty Guidelines | ASPE (hhs.gov) 11 http://flhousingdata.shimberg.ufl.edu/affordability/results?nid=5200&nid=5206&nid=5209&nid= 5212&nid=5215&nid=5218&nid=5221&nid=5224&nid=5227&nid=5230&nid=5233&nid=5236&nid=5239&nid= 5242&nid=5245&nid=5248&nid=5251&nid=5254&nid=5257&nid=5260&nid=5263&nid=5266&nid=5269&nid= 5272&nid=5275&nid=5299 12 United Way (2022). Florida State overview. Retrieved from https://www.unitedforalice.org/state-overview/Florida 13 Florida | UnitedForALICE 11 ADVANTAGE PINELLAS HOUSING ACTION PLAN 32% of whites, non-Hispanic households and 41% of people-of-color households are cost-burdened or severely cost-burdened.14 Median Home Prices and Increases In addition to the wage gaps that are evidenced through the poverty rate and the ALICE Threshold, there has been an exponential increase in the price of homes in comparison to incomes that has added to the affordability challenge. Between 2021 and 2022, existing home sales prices for the Tampa Bay region increased by 26%. Nationally, this increase was 11%.15 The median rent for a one-bedroom apartment in the region was $1,302 a month, a 26% change from the previous year.16 14 http://flhousingdata.shimberg.ufl.edu/affordability/results?nid=5200&nid=5206&nid=5209&nid=5212&nid=5215&nid=5218&nid=5221&nid= 5224&nid=5227&nid=5230&nid=5233&nid=5236&nid=5239&nid=5242&nid= 5245&nid=5248&nid=5251&nid=5254&nid=5257&nid=5260&nid=5263&nid=5266&nid=5269&nid=5272&nid=5275&nid=5299, People of Color Households refers to all ethnicities other than white, non-Hispanic (African American, American Indian or Alaska Native, Asian, Pacific Islander, Hispanic, and Other non-Hispanic).15 Tampa Bay Partnership’s 2023 Regional Competitiveness Report, Page 816 http://flhousingdata.shimberg.ufl.edu/market-rent-trackers/results?nid=5200 12 ADVANTAGE PINELLAS HOUSING ACTION PLAN GOAL 4:Resiliency Plan for greater resiliency by reducing impacts to current and future housing stock through diverse and localized adaptation and building strategies designed to reduce risks from flooding, major storms, and other natural hazards. A. Through coordinated, geographically-based data analysis and mapping, understand housing stock vulnerability across the county (1-3 years): ▪ Repetitive loss areas ▪ Building age and condition ▪ Conformity with resilient building codes / Housing in Special Flood Hazard Areas ▪ Impacts of sea level rise B. Protect the existing housing stock through the pursuit of programs, such as: ▪ the creation of rehabilitation grant programs targeted at hardening existing affordable housing against climate change impacts and for accessible additions ▪ the provision of grants or low-interest loans to property owners to bring structures up to code, focusing on areas of special flood hazard ▪ the provision of grants or low-interest loans to property owners to upgrade homes with accessible design features (e.g., chair lifts, roll-in showers, lower countertops and light fixtures, etc.) (1-3 years) C. Create a guide for homeowners containing building strategies that can be utilized to reinforce the resiliency of their homes. (1-3 years) Housing Vulnerability Upkeep of existing housing stock provides a sustainable source of accessible housing. The age of one’s home does not directly indicate its condition; however, the overall age of a community’s housing stock can indicate that there are certain challenges that exist. Some issues can impact overall “affordability” of a home. Older homes may need significant upgrades that can be costly to homeowners (e.g., roof repair; foundation issues; etc.) Older structures may be less energy efficient, driving up associated costs. Structures that are located within the Coastal High Hazard Area have unique challenges and are subject to threat of wind and storm surge. Nearly 60% of Pinellas County’s housing units were built prior to 1980 (42 years or older)17 17 B25034: YEAR STRUCTURE BUILT - Census Bureau Table 13 ADVANTAGE PINELLAS HOUSING ACTION PLAN TABLE 4: PINELLAS COUNTY (AS OF 2021), YEAR STRUCTURE BUILT18 Year Built Housing Unit Estimate Percent of Total Households Built 2020 or later 2,001 0.39% Built 2010 to 2019 23,525 4.5% Built 2000 to 2009 38,479 7.4% Built 1990 to 1999 50,795 9.8% Built 1980 to 1989 102,890 19.9% Built 1970 to 1979 128,943 24.9% Built 1960 to 1969 70,952 13.7% Built 1950 to 1959 68,813 13.3% Built 1940 to 1949 13,504 2.6% Built 1939 or earlier 17,873 3.5% TOTAL:517,775 - According to the Property Appraiser's Office, 30.6% of Pinellas County’s living units are located within the Coastal High Hazard Area.19 56.3% of Pinellas County’s living units that are in the Coastal High Hazard Area, are 40 years or older.20 18 B25034: YEAR STRUCTURE BUILT - Census Bureau Table 19 Based on Pinellas County Property Appraiser Office’s use codes that include living units and FEMA’s Coastal High Hazard Zones. 20 Based on Pinellas County Property Appraiser Office’s use codes that include living units, FEMA’s Coastal High Hazard Zones, and Living Units in the 2021 CHHA with Year Built 40 Years or Older. 14 ADVANTAGE PINELLAS HOUSING ACTION PLAN GOAL 5:Housing Choice Provide safe, quality housing that is accessible to residents of diverse ages and abilities, and that provides both rental and ownership opportunities. A. Coordinate with other local governments that have experienced success with housing incentives that could be implemented locally. (1-3 years) B. In accordance with Goal 11, develop a common set of regulatory and funding strategies for local governments, including (1-3 years): ▪ A menu of regulatory incentives to encourage affordable housing construction, improvements, adaptation, redevelopment, and preservation. ▪ Regulatory strategies for encouraging market-rate housing that is diverse and affordable to a broader range of incomes, including nontraditional options such as accessory dwelling units, “missing middle” housing, tiny homes, and mixed-use buildings; and ▪ Design standards that promote sustainability and energy efficiency, encourage healthy environments and lifestyles, and make it possible to travel safely and conveniently using walking, biking, and transit. ▪ Potential incentives for affordable housing development to incorporate additional Universal Design components or additional ADA accessibility in units (grab bars, roll-in showers, the types of handles used, etc.) ▪ Financial incentives to support affordable housing development (e.g., TIF rebates; brownfields incentives; gap financing; etc.) C. Create enhanced incentives for developments that are permanently affordable (e.g., shared equity homeownership developments) to ensure the preservation of affordable housing. (1-3 years) D. Develop programs that can be used to incentivize/recapitalize affordable housing that is nearing the end of affordability periods. (1-3 years) E. Provide “development templates” or pre-approved building and site plans for affordable housing to expedite local approval processes. (1-3 years) F. Establish priority areas for investment and potential pilot programs to support the retention and development of affordable housing. (1-3 years) G. Explore consistent regulatory and process changes to simplify/expedite affordable housing development across jurisdictions. (1-3 years) 15 ADVANTAGE PINELLAS HOUSING ACTION PLAN Community Land Trusts (CLT) create positive outcomes for low- to moderate-income homeowners According to the National League of Cities:21 • CLT homeowners accumulate approximately $14,000 in equity when they sell their home. • Almost 60 percent of CLT homeowners go on to purchase a market-rate home after selling. • CLTs serve generations of homeowners and help cities exit the revolving door of subsidies for affordable housing. • Interesting facts about Pinellas County’s CLT ○ The Pinellas County CLT program offers rental and single-family homeownership opportunities. ○ The County owns the land, the CLT is operated by the Pinellas County Housing Finance Authority, and the CLT is funded by the Penny for Pinellas Housing program. ○ Most of the participant households in the program are at 60% or below the AMI. ○ In Pinellas County, there are 642 Multifamily units and 73 single family homes participating in the CLT program, for a total of 715 units.22 21 National League of Cities (2022). Community Land Trusts: A Guide for Local Governments. Retrieved from https://www.nlc.org/resource/community-land-trusts-a-guide-for-local-governments ²² Kathryn Driver, Executive Director; Housing Finance Authority of Pinellas County. Housing Finance Authority of Pinellas County - Pinellas County 16 ADVANTAGE PINELLAS HOUSING ACTION PLAN GOAL 6: Community Stakeholders Partner with affordable housing developers, community groups, citizens, and other stakeholders related to the implementation of the Housing Compact. A. Create a coalition of public, private, and nonprofit sector stakeholders to support the Housing Compact and participate in its implementation. (Ongoing) B. In addition to the partner local governments, invite other stakeholders to formally sign on as supporters. (Ongoing) C. Coordinate and expand implementation of §274.05 F.S., and work with our local partners to use surplus lands for affordable housing. (1-3 years) D. Identify local private and nonprofit stakeholders who can support and fund affordable housing construction. (3 years) E. Consider creating an advisory board to give stakeholders a formal role in the process. (1-3 years) F. Develop options for the involvement by other stakeholders to take part in implementing the Housing Action Plan (e.g.: land donation, employer-based rent/homeownership assistance programs; nonprofit home goods collections for low-income residents moving into housing units; etc.) (Ongoing) The Importance of Partnerships • Total project cost for affordable housing projects approved in Pinellas County since 2021 is $317,043,678. Of this total, private investors provided $145,384,108 (45.6%), Pinellas County provided $27,130,000 (8.6%), and other federal, state, and local governments provided $145,529,570 (45.6%). • There were over 1,100 new affordable housing units approved, under construction or built in Pinellas County in 2022. • As of spring 2023, there were 1,066 new affordable housing units countywide for people at all income levels approved for funding or under construction. 17 ADVANTAGE PINELLAS HOUSING ACTION PLAN A. Produce a summary Action Plan document that outlines the agreed to actions by the Compact Partners. (Ongoing) B. Allow full participation and input from each partner. (Ongoing) C. Recognize each partner’s contributions to the Compact’s goals. (Ongoing) D. Provide participation and input in drafting the Action Plan. (Ongoing) E. Commit to implementing the Action Plan as a commitment to countywide goals and as appropriate for the community. (Ongoing) F. Utilize the Forward Pinellas Board, whose members represent each of the local jurisdictions, to guide and sustain implementation of the Housing Compact. (Ongoing) GOAL 7: Implementation Framework Create an Affordable Housing Action Plan to serve as a common, coordinated framework for addressing affordable housing needs while respecting the autonomy of each local jurisdiction. GOAL 8: Shared Approach Develop specific goals to meet housing needs as well as shared terminology and definitions addressing affordable housing. G. Establish and monitor numerical targets for yearly market, affordable, and preserved housing units based upon coordinated data and analysis. (Ongoing) H. Compact partners and stakeholders will use common regulatory definitions and terminology to reduce hurdles for affordable housing developers. (Ongoing) I. Track the creation and preservation of affordable housing within the community and consider setting local targets in coordination with the countywide goal. (Ongoing) 18 ADVANTAGE PINELLAS HOUSING ACTION PLAN GOAL 9: Communications and Outreach Create a joint communications and outreach program, including developing a website to serve as an information portal for residents, local businesses, developers, nonprofit community organizations, and other stakeholders. A. Develop a media strategy and a means to evaluate its effectiveness and refine as needed. (Ongoing) B. Use the Forward Pinellas Board to guide the countywide communications and outreach strategy. (Ongoing) C. Organize a coordinated communications team to promote centralized, consistent messaging. (1-3 years) D. Maintain a centralized website. (Ongoing) E. Using storytelling, videos and interviews, document and communicate positive outcomes and success stories that were influenced by the Housing Compact. (Ongoing) F. Develop presentation materials for the Housing Compact and Housing Action Plan tailored for a variety of stakeholders (businesses, nonprofits, community groups, etc.) (1-3 years) G. Hold a biennial Countywide Housing Summit to provide updates on Housing Compact initiatives and offer opportunities for stakeholder collaboration. (Ongoing) H. Encourage broad local government participation in the communications team to help amplify its messaging. (Ongoing) I. Provide up-to-date information for the portal (e.g., contact info, list of surplus parcels available for affordable housing development, link to affordable housing regulations). (Ongoing) 19 ADVANTAGE PINELLAS HOUSING ACTION PLAN GOAL 10: Data and Resources Develop a centralized data repository and performance metrics to identify needs and measure progress toward the Action Plan. A. Use consistent, reliable sources for data-driven analysis, including data resource and analysis methodologies. (Ongoing) B. Share analysis and findings among Compact members to understand countywide needs. (Ongoing) C. Provide up-to-date data on affordable housing units constructed, lost, preserved, or updated. (Ongoing) D. Use countywide mapping tools to inform local housing efforts. (Ongoing) GOAL 11:Regulatory Toolkit Develop a usable regulatory toolkit for local governments. The toolkit will include a menu of regulatory incentives to encourage affordable housing construction, improvements, adaptation, redevelopment, and preservation. (Ongoing) Include regulatory strategies for encouraging market-rate housing that is diverse and affordable to a broader range of incomes, such as: ▪ Eliminating minimum lot and unit sizes ▪ Reducing or eliminating minimum parking requirements ▪ Allowing density to be regulated by floor area ratio ▪ Allowing increased densities for affordable housing ▪ Allowing accessory dwelling units ▪ Allowing multiple dwelling units on a single lot ▪ Reducing setbacks and buffer requirements between residential uses ▪ Providing density bonuses to incentivize transit-friendly, energy-efficient and resilient housing ▪ Allowing administrative approvals for affordable housing developments ▪ Reducing or waiving fees for affordable housing developments ▪ Using fees as incentives for location efficiency and production goals 20 ADVANTAGE PINELLAS HOUSING ACTION PLAN LOCAL IMPLEMENTATION GUIDELINES This Compact is an expression of intent and commitment to work together on a countywide level to address the critical need for affordable housing in Pinellas County but acknowledge that the governing body of each Compact Partner retains authority over local decision-making, including, but not limited to, financial and staff resources and land use regulations. TIMEFRAME The Compact takes effect upon full and proper execution and remains in place for 10 years and until all Partners agree to terminate. Any Partner may individually terminate its participation in the Compact upon 30 days’ written notice to all remaining Partners. The termination by one Partner shall not affect the commitment of the Compact’s remaining Partners. ▪ JOINT FORWARD PINELLAS/CPA RESOLUTION NO. 23-2.5 DESIGNATING FORWARD PINELLAS AS THE FORUM TO GUIDE IMPLEMENTATION OF THE ADVANTAGE PINELLAS HOUSING ACTION PLAN A JOINT RESOLUTION OF FORWARD PINELLAS AND THE BOARD OF COUNTY COMMISSIONERS, IN THEIR CAPACITY AS THE COUNTYWIDE PLANNING AUTHORITY WHEREAS, Forward Pinellas and Pinellas County have collaborated to develop the Advantage Pinellas Housing Compact, an agreement among local governments across the county to work together to address the critical need for housing affordability, coordinated with jobs and transportation; and WHEREAS, local governments within Pinellas County have signed on as partners to the Housing Compact; and WHEREAS, the Housing Compact will be implemented through the Housing Action Plan, which will serve as a long-term policy framework to guide countywide and local government decision-making; and WHEREAS, each local government retains its own authority over local regulatory and financial decision-making to implement the policies of the Action Plan; and WHEREAS, there is a need for a formal means of coordinating and guiding local implementation of the Action Plan, and making future amendments to the Action Plan as may periodically be needed; and WHEREAS, Forward Pinellas provides a forum for intergovernmental coordination of land use and transportation planning, with representation by all 25 local governments on its board. NOW THEREFORE, BE IT RESOLVED, that Forward Pinellas and the Countywide Planning Authority do mutually agree as follows: 1.The Forward Pinellas board shall serve as the ongoing forum for coordination,communication and collaborative planning and implementation activities of the Housing Action Plan. 2.The Forward Pinellas board shall work together with the Housing Compact Partners in furtherance of the strategies and recommended actions set forth in the Housing Action Plan. 3.The Forward Pinellas board shall initiate and approve any future amendments to the Housing Action Plan in coordination with the Countywide Planning Authority. AS TO THE COUNTYWIDE PLANNING AUTHORITY: At the April 11, 2023 meeting of the Countywide Planning Authority, CommissionerFlower 5 offered the foregoing Resolution and moved its adoption, which was seconded by Commissioner Pc±cr 5 , and the vote was: AYEs:Lon�, Pc\.c.v-�, E��c�s, Flow,r�, lc.+v-o.lta1, G1."cl Scot+-. NAYs: None. ABSENT AND NOT voTING: Vo 4:>+i c.e . / . --i issioner Jane ng, · ir -..... , : ·. ;:.;• .......· •. ,' . r·:-. AS TO FORWARD PINELLAS: Pinellas County Board of Commissioners,in their capacity as the Countywide PlanningAuthority C c,u.nc i I � �� At the April 12, 2023 meeting of Forward Pinellas, AJJ 6r; ../+on offered the foregoingResolution and moved its adoption, which was seconded by (}(J)� , and thevote was: /.. {' t:?111m, ·css,bll.4r /Ju�/ SJIU� ()" . , A YES: /JI)� 1 A '/ - ,., _ J. _ _ /}1 L J /)1 /k.e SS/ t:Pwr S'ao #./1 (_', t//1 r..•rf U(..IU� / II k ll.CU)111t4...d ½ ti? m I aLtlw,a.,.'6r du,,-.u_, r!tJan(k�� �:"' ,{kd, NAYS. O/Q'l&-,1 f!l.f,11<.. /:u-r . /Jn 's �II (1 tJt(,An .11,A /1 M. /_ • �y �� -/. · c.:. 0 l"r) � S3 / c, � � � ,,� dkCfl. 1t<..ev1 /(25 Clj�s, c1t'u'16J� ABSENT ANDN?TVOTIN5t_ I _ ri/lbn' /hV? cl) fltl fVll ·s r 1 0 ILR.r J tuLL { p1..,t) "-fJ'°"l,(.,( i e t, U-j a.J sJLc ... .' ve DirectorForward Pinellas Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1255 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Ratify and confirm a not-to-exceed amount of $6,227,000.00 for the Main Library restoration and repair, consisting of an estimated $5,821,493.10 to ServPro of Largo as the general contractor for the remediation, recovery and repair work; $400,000.00 to Thyssen Krupp for elevator repairs; and $4,820.00 to American Dream for initial recovery services. SUMMARY: On September 6,2023 at approximately 12:00 Noon, a fire sprinkler pipe broke causing significant flooding on all three levels of the Main Library, damaging contents (books, electronics, A/V equipment and furniture), as well as carpets, drywall, electrical, HVAC and elevators. The Fire Department and Building Maintenance responded to the emergency, cleared the building, and shut off the fire suppression system. Building Maintenance and Risk Management coordinated the emergency response and recovery vendors (American Dream and ServPro of Largo) with both vendors responding onsite by 2:45 PM. ServPro conducted damage assessment and coordinated immediate water extraction, sub-contractors, and staging of equipment, leading to the closure of the library due to the extent of the damage . Building Maintenance coordinated the staffing systems, HVAC and electrical assessment with ServPro. The timeline for full reopening of the Main Library to the public is estimated to be before the Thanksgiving holiday break. Currently, ServPro is seeking to achieve temporary occupancy clearance for the first floor Council Chamber area to allow public meetings in early November . This is dependent on the sprinkler system and elevator assessment and repairs. While the total project scope and estimate was drafted and submitted by ServPro to the adjuster and carriers for approval, Thyssen Krupp requires direct payment due to their existing agreement with the City. Thyssen Krupp has provided all scope and cost estimates to ServPro for the purpose of submitting the claim. Similarly, American Dream was part of the initial recovery response and requires a direct payment for their services. The City’s property insurance for “All Other Perils” includes a $100,000 deductible per occurrence, so the City’s responsibility is $100,000 with the remaining balance covered by the City’s property insurers. Claim status and advanced funding from the carriers: 1.Carriers have accepted the claim and are continuously adjusting the claim. 2.Three carriers share the claim and have approved $1,250,000 in advance payments. 3.Finance has received the initial $250,000. The $1million payment is pending receipt. Page 1 City of Clearwater Printed on 10/10/2023 File Number: ID#23-1255 4.Finance will receive advance payments up to about $4 million, and the balance of covered expenses less the $100,000 deductible to be paid after project closeout. APPROPRIATION CODE AND AMOUNT: Funds are available in the Central Insurance Fund to pay ServPro, Thyssen Krupp, and American Dream. These expenditures will be reimbursed by the City’s property insurance carriers, less the $100,000 deductible. USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/10/2023 Department Company/Vendor Plan of Action Timeline (estimate start  today)  Estimated ROM (unless noted  completed this price may  change) Bill To Contents - Packout Pack on the Go Book packout Complete 23,957.90$ SERVPRO Contents - Book Drying Prism Off site drying, inspection, cleaning  and storage of books and library  materials ‐ estimate and reporting  is not complete  1700 damaged  books ‐ 10,000 ‐ 15,000 off site  being cleaned and dried ‐  Projected bill of service not  finalized 12/1/2023 350,000.00$ SERVPRO Sunbelt - CRT Sunbelt Desiccant Drying 9/8 ‐ 9/17 complete 750,000.00$ SERVPRO Debris - Pickup Guns and hoses Complete Complete 6,000.00$ SERVPRO Debris - Dumpster Bin There Dump That Dumpster ‐ will be completed at  end of project  Projected bill of  service not finalized End of Project 26,000.00$ SERVPRO Contents - Contents/IT Prism Cleaning of all contents ‐ books on  site, electronics  Projected bill of  service not finalized End of Project 2,000,000.00$ SERVPRO Contents - AV System Encore  Repair of AV system in Chambers  Room 13‐Oct 48,000.00$ SERVPRO Sunbelt - Scaffolding Sunbelt SERVPRO Sunbelt - Lifts Sunbelt SERVPRO Fencing Sunbelt SERVPRO Environmentalist Suncoast Environmental Weekly assessements of building,  will be providing a report of all  recommendations for mitigation  for damages that came from the  loss.  Will be meeting with HVC  team as well to discuss  recommendations. Post testing will  be conducted at completion of  projected End of Project 12,000.00$ SERVPRO Environmentalist Air Quality Environmental Completed ‐ Negative asbestos  testing Complete 600.00$ SERVPRO Elevator TK Elevator ‐ Pending Pending final updates on costs for  materials.  Awaiting North Elevator  inspection  Projected bill of service  not finalized 8‐16 wks 400,000.00$ Billed directly to City HVAC Service Tech Inspection, repair & cleaning all  components for HVAC   Projected  bill of service not finalized 10/13/2023 286,000.00$ SERVPRO Electrician Fast of Florida Repair of all affected electrical  sources ‐ lighting, outlets, switches   Projected bill of service not  finalized 10/13/2023 150,000.00$ SERVPRO Reconstruction Luz Remodeling Removal of affected building  material (pending South and North  elevators) is complete.  Reconstruction has started.   Projected bill of service not  finalized Tentative End of November 850,000.00$ SERVPRO SERVPROSprinklerSiemansEstimate is pending completion Oct. 10 60,000.00$  Sprinkler Cintas 4 week projection with inspection  and pressurizing the system   Projected bill of service not  finalized 10/13/2023 78,000.00$ SERVPRO Security Contempory Services Company On site until FireWatch is complete   Projected bill of service not  finalized Will be completed when  sprinkler system can be  turned on with security of  building. Pending drywall  and painting 150,000.00$ SERVPRO Glass Glass Services Completed ‐ Windows have been  detached and reset in the buiding  for access for the desiccant drying Complete 14,935.20$  Parking Lot Cleaning Guns and hoses Cleaning of parking lot at  completion of reconstruction ‐  Bidded estimate.  At completion of project 6,000.00$ SERVPRO Servpro Labor Servpro Consumables Servpro Equipment 6,221,493.10$ TOTAL 850,000.00$  160,000.00$  On Site ‐ being billed monthly rate  currently  Projected bill of service  not finalized  Projected bill of service City of Clearwater Public Library ROM Projection Breakdown  10.3.2023 End of Project SERVPRO SERVPRO Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1153 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Award a purchase order to Sunbelt Sod and Grading Co. and Tom’s Sod Service, Inc. for athletic field sod and installation in the cumulative annual amount of $170,000.00 with two, one-year renewal options pursuant to Invitation to Bid 46-23, Athletic Field Sod and Installation and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) 46-23, Athletic Field Sod & Installation was issued on July 21, 2023, with submissions received on August 22, 2023. Athletic turf is a specialty product and the city received only two bids. Staff is recommending award of this purchase order to both vendors as follows: 1.Sunbelt Sod & Grading Co Primary for Option 1 (installation included) ·Latitude 36™ Bermuda, Bimini™ Bermuda, Celebration Bermuda®, TifTuf™ Bermuda Secondary for Option 2 (installation included) and Option 3 (Delivery Only) ·Latitude 36™ Bermuda, Bimini™ Bermuda, Celebration Bermuda®, TifTuf™ Bermuda 2.Tom’s Sod Service Inc Primary for Option 1 and Option 2 (installation included) and Option 3 (Delivery Only) ·Tifway 419 Bermuda Primary for Option 2 (installation included) and Option 3 (Delivery Only) ·Latitude 36™ Bermuda, Bimini™ Bermuda, Celebration Bermuda®, TifTuf™ Bermuda Option 1 includes delivery and installation of the sod; Option 2 includes delivery, installation, and removal of existing grass and vegetation; while Option 3 is delivery only. To ensure continuity of supply, staff is requesting flexibility to use the secondary and tertiary source (if needed) for sod material and services. This contract will be used for athletic field maintenance in the Parks and Recreation Department, as well as city wide projects as needed. APPROPRIATION CODE AND AMOUNT: Funding will come from a variety of general fund cost centers, and athletic codes . $150,000/year will come from Parks & Recreation and $20,000/year from city-wide funding. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/10/2023 File Number: ID#23-1153 Page 2 City of Clearwater Printed on 10/10/2023 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #46-23 Athletic Field Sod Material & Installation July 21, 2023 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, August 22, 2023, to provide Athletic Field Sod Material & Installation. Brief Description: The City of Clearwater’s Park & Recreation Department seeks to establish an as-needed term contract(s) for athletic field sod material and installation services. Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Kelly Rogers Procurement Analyst Kelly.Rogers@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS Athletic Field Sod Material & Installation 2 ITB #46-23 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 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: August 22, 2023 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to INSTRUCTIONS Athletic Field Sod Material & Installation 3 ITB #46-23 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 BID SUBMITTAL TO: It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, INSTRUCTIONS Athletic Field Sod Material & Installation 4 ITB #46-23 as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to INSTRUCTIONS Athletic Field Sod Material & Installation 5 ITB #46-23 copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Athletic Field Sod Material & Installation 6 ITB #46-23 i.22 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.24 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.25 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.26 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.27 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: July 21, 2023 Advertise Tampa Bay Times: July 26, 2023 Bids due: August 22, 2023 Review bids: August 22 – August 29, 2023 Award recommendation: August 29, 2023 Council authorization: TBD Contract begins: September 2023 STANDARD TERMS AND CONDITIONS Athletic Field Sod Material & Installation 7 ITB #46-23 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 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 Athletic Field Sod Material & Installation 8 ITB #46-23 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS Athletic Field Sod Material & Installation 9 ITB #46-23 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. 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 STANDARD TERMS AND CONDITIONS Athletic Field Sod Material & Installation 10 ITB #46-23 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. 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 STANDARD TERMS AND CONDITIONS Athletic Field Sod Material & Installation 11 ITB #46-23 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. 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. STANDARD TERMS AND CONDITIONS Athletic Field Sod Material & Installation 12 ITB #46-23 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. 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. 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 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. STANDARD TERMS AND CONDITIONS Athletic Field Sod Material & Installation 13 ITB #46-23 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 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 STANDARD TERMS AND CONDITIONS Athletic Field Sod Material & Installation 14 ITB #46-23 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. DETAILED SPECIFICATIONS Athletic Field Sod Material & Installation 15 ITB #46-23 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 119,208 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. SCOPE OF WORK. The City seeks to establish an as-needed term contract(s) for athletic field sod material and installation services. Specific requirements include, but are not limited to sod material, grading, stripping of old sod, installation and rolling of new sod, watering coordination, labor, delivery, and warranty. Sod types shall include but are not limited to: • (Cynodon dactylon (L.) Pers. xc. transvaalensis Burtt-Davy) - Latitude 36™ Bermuda Sod • (Cynodon dactylon x C. transvaalensis germplasma) - Tifway 419 Bermuda Sod • Cynodon dactylon - Bimini™ Bermuda Sod • (Cynodon dactylon ‘Celebration’) - Celebration Bermuda® Sod • Cynodon dactylon - TifTuf™ Bermuda Sod The estimated annual quantities for installation and delivery, measured by square feet (ft²), are indicated on Exhibit A - Bid Pricing. Unique or unforeseen circumstances that require the use of other sod types will be at the City’s sole discretion and shall be quoted by the awarded Vendor(s) on a case-by-case basis. 2.1 GENERAL REQUIREMENTS. • Vendor shall supply all services required (material, equipment, labor, transportation) for each sod order placed by the City. • The City shall have the ability to conduct field observations to assure quality meets City expectations. • Upon request by the City, specific varieties of sod shall come with a letter of certification from the grower authenticating the sod being bought is what was requested. • All sod materials and services shall conform to the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, latest edition, Sections 570, 981 and 982 (restricted). Section 983 shall apply for any optional watering operations. • Sod shall be free of insects and weeds. Sod shall be free of noxious weeds, exotic pest plants, plant parts or seeds as listed in the most current Category I “List of Invasive Plant Species” from the Florida Invasive Species Council (FISC). Website: https://floridainvasivespecies.org. • Certification from the Florida Department of Agriculture and Consumer Services for the types of sod purchased through this contract shall be provided upon request. DETAILED SPECIFICATIONS Athletic Field Sod Material & Installation 16 ITB #46-23 • Sod shall be mowed forty-eight hours (48 hrs.) prior to cutting for delivery and/or installation. • Sod shall be cut for delivery or installation no more than twenty-four hours (24 hrs.) in advance, unless otherwise approved by the City. • It is the Vendor’s responsibility to contact 811 "Call Before You Dig" forty-eight hours (48 hrs.) prior to the start of any excavations within the designated work area to ascertain the location of underground utilities. • The Vendor will be responsible for maintaining sod material during the installation process, including weed control, to provide a successful end product. • Project debris shall be removed from site and taken to the appropriate disposal facilities, unless otherwise indicated by the City. • City of Clearwater roll-off containers shall be used when it is determined that projects require disposal on-site. The City will provide or pay for the roll-off container, if required. The contact number for Solid Waste and Recycling is 727-562-4920. • Any seasonal unavailability or quality issues affecting sod purchases shall be communicated to the City as soon as possible. • Unprofessional conduct by the Vendor or its employees will not be tolerated and may be grounds for contract termination. Any issues shall be brought to the attention of the City’s representative for resolution. • Roll sod backing (plastic netting) shall be removed prior to installation. 2.2 DELIVERY OF SOD MATERIAL. • Sod shall be delivered and off-loaded by the Vendor at the site location specified by the City, unless otherwise directed by the City representative. 2.3 SOD MATERIAL SERVICE OPTIONS. • The City requires three (3) service options. These options may be requested for any sod types purchased under the resulting contract(s): Option 1: The Vendor shall provide a finish grade to match the existing field grade and provide minimal hand raking of any delivery equipment tire tracks. The Vendor shall provide, install, and roll new sod to a grade compatible with existing grass and structures. All required watering during the preparation and install phases shall be coordinated with the City as stated herein. Option 2: The Vendor shall remove all existing grass, weeds, and vegetation. Upon removal completion, Vendor shall provide a rough and finish grade to match the existing field grade and provide minimal hand raking of any delivery equipment tire tracks. The Vendor shall provide, install, and roll new sod to a grade compatible with existing grass and other structures. All required watering during the preparation and install phases shall be coordinated with the City as stated herein. Option 3: Delivery ONLY. Sod shall be delivered on pallets and off-loaded by the Vendor at the site location specified by the City. DETAILED SPECIFICATIONS Athletic Field Sod Material & Installation 17 ITB #46-23 • The Vendor shall be required to install the sod as shown on the landscape drawings, or as directed by the City for each project. Sod installation projects may require a preconstruction conference to provide a work schedule and may be used to establish milestone payments for the work completed by the Vendor. The Vendor shall assess the scope of service for the project, determine square footage of the work to be completed, and provide a written estimate to the City. There shall be no additional charge to the City for job site inspections, preconstruction meeting attendance, assessments and/or written estimates. • The Vendor shall coordinate work with other contractors during sod installation projects, as required. • The Vendor shall inspect the installation surface prior to delivery and installation of sod. • The Vendor will be responsible for providing any rollers that may be required to prepare, install, and complete sod services. All new sod shall be rolled with a ride-on roller to ensure soil to sod root contact eliminating air pockets and creating a smooth level surface. • Services shall comply with all local and county government ordinances and laws concerning fertilizer nutrients. • Rolls and pallet sod shall be placed in a manner that ensures the edges remain in close contact and that gaps are not present between sod pieces. • The City will provide all required watering using existing irrigation systems. In the event that an irrigation system is unavailable, the watering will be completed using the City’s water truck. • The Vendor shall be responsible for communicating expected delivery and installation times with the City to ensure the following watering requirements can be coordinated:  Sufficient watering of graded surface before sod installation.  Thorough watering of sod immediately after installation.  A continued watering schedule, as dictated by sun exposure, soil, heat and rain conditions, to encourage the growth of newly installed sod. • The Vendor shall be required to confirm the location of irrigation heads with the appropriate contractor prior to beginning sod installation projects and shall cut sod in a manner that allows irrigation heads to pop up and operate freely. • After initial watering, Vendor shall compact installed sod to a uniform finished grade using a riding roller weighing a minimum of one thousand pounds (1,000 lbs.). The Vendor shall roll the sod once from each perpendicular direction. Sod rolling shall be rolled in two directions, upon completion of first roll the sod areas shall be rolled a second time at a different direction ninety degrees (90º) from first rolling. • In sloped areas, the sod shall be placed to prohibit the erosion and undermining of the foundation of adjacent sidewalks. The Vendor will be required to pin each piece of sod in alternating rows using two (2) eight-inch (8”) wire staples. • Staking will be required on slopes greater than two-to-one (2:1), or in any other areas as requested by the City, in order to prevent sod movement. Vendor shall request approval from the City prior to initiating any sod material installation that requires staking. DETAILED SPECIFICATIONS Athletic Field Sod Material & Installation 18 ITB #46-23 2.4 ACCEPTANCE. • Sod shall be inspected by the City prior to installation at the site or acceptance of delivery. • Sod shall be removed from the site immediately upon rejection and replaced by the Vendor at no additional cost to the City. Replacement arrangements shall be made with the City within three (3) to five (5) business days. Reasons for rejection may include, but are not limited to:  Sod containing more than one percent (1%) of weeds  Sod containing insects  Dead sod  Incorrect type of sod • Near the completion of a sod installation project, the City and Vendor will conduct a walkthrough inspection and develop a punch list of any outstanding items. The Vendor shall complete the items noted on the punch list within three (3) calendar days of receipt. The Vendor will be required to schedule and conduct a follow-up inspection with the City after any outstanding issues have been resolved. • Thirty (30) days after installation, representatives of both the City and the Vendor shall visit the site(s) to assess the completed work. A determination of any replacement needs, and additional watering requirements will be made at that time. • Healthy turf establishment shall be defined as green turf with observed growth and evidence of a developed root structure into the underlying soil. • The Vendor shall replace any sod that has declined, dried out, and/or failed to develop a root structure into the soil. Sod replacement shall occur within fourteen (14) days of the site assessment. All replacement materials and services shall be subject to the requirements set forth in this solicitation and shall be guaranteed for thirty (30) days from the replacement date. Replacement sod shall be marked with flags for watering and guarantee purposes. Sod replacement material and associated labor and delivery shall be at no additional cost to the City. 2.5 PAYMENT. • The all-inclusive square foot (ft²) cost for Option 1 & 2 shall include all sod, fertilization, watering, installation, labor, delivery, equipment, rolling, and materials required for this work and shall be paid on the basis of each square foot (ft²) delivered, installed, and accepted. • Delivery tickets shall be provided to the City at the time of material delivery or upon installation. Tickets shall include, at a minimum; the type of sod, quantity order, name of who placed the order and delivery location. • The Vendor shall submit an invoice to the City upon completion of the project. The invoice shall properly reference the purchase contract number, invoice number, itemized costs for the project, the total value of the project and the amount of payment due. No payment will be made in excess of the actual work completed by the Vendor. Large projects involving multiple contractors may require that sod installation be completed incrementally, with invoices being issued as such. • The terms of payment shall be by electronic funds transfer (EFT) / automated clearing house (ACH) or Net thirty (30) days and will be subject to acceptance of services. There will be no hand delivery of payment to the Vendor. DETAILED SPECIFICATIONS Athletic Field Sod Material & Installation 19 ITB #46-23 • Payment for sod shall not be made until a healthy stand of turf has been established, as outlined in this solicitation. 2.6 WARRANTY. • Sod purchases and installations shall be warranted to meet specifications for sixty (60) days after installation. • The Vendor shall not be held responsible for unexpected incidences, such as traffic damage, storm damage, or other acts of nature. 3. MINIMUM QUALIFICATIONS. • Vendors shall have a minimum of five (5) years’ experience in work of the same or similar nature as outlined in this solicitation. Bidders shall provide a minimum of three (3) project references with their response, see REFERENCES, page 30 of this solicitation. • Prior to contract award, the selected Vendor will be required to show that they have the necessary facilities, equipment, and ability to perform the specified work in a satisfactory and efficient manner. Such facilities shall be available for inspection by the City prior to award of the contract, and at any time during the contract term. • It shall be the responsibility of the Vendor to obtain, at no additional cost to the City, any and all licenses and permits required to complete all contractual requirements. These licenses and permits shall be readily available for review by the City prior to and at any time during the contract term. Copies of such shall be submitted with bid submittal. 4. ORDER INFORMATION / DELIVERY. • Upon contacting the awarded Vendor for ordering, it is expected that a return call be received by the designated City representative within twenty-four hours (24 hrs.). Delivery shall be made to the location(s) as specified on the order request no later than three (3) business days after receipt of an order, or as mutually negotiated between the City and the Vendor. 5. INTENTION FOR AWARD. • Due to the annual weather patterns in Florida, the City may select multiple Vendors with sod farms in different areas to ensure the availability of various sods year-round. In addition, to ensure a continuity of supply, flexibility to order product from an awarded vendor as a secondary source, and tertiary from the open market may be used if needed. 6. 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 DETAILED SPECIFICATIONS Athletic Field Sod Material & Installation 20 ITB #46-23 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. 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, ITB #46-23 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 Athletic Field Sod Material & Installation 21 ITB #46-23 1. BEGINNING AND END DATE OF INITIAL TERM. September 2023 through August 2024 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract 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 renewals are possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices and such adjustment will be considered and approval for such will not exceed the percentage change in the US Department of Labor Consumer Price Index (CPI-U) for All Urban Consumers, All Items, Tampa-St. Petersburg-Clearwater, FL. (https://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. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION Athletic Field Sod Material & Installation 22 ITB #46-23 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled Bid pricing form Completed Exhibit A – Bid Pricing submitted in Excel format Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form References form; minimum of three (3) project references Copies of applicable licenses (i.e. Florida Agricultural Product Dealer License) Warranty information, if applicable W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Athletic Field Sod Material & Installation 23 ITB #46-23 Pursuant to all the contract specifications enumerated and described in this solicitation, we agree to furnish Athletic Field Sod Material and Services to the City of Clearwater at the price(s) stated in the Exhibit A – Bid Pricing sheet. Exhibit A – Bid Pricing must be completed by Group and all items within a Group must be bid on in order to be considered; Exhibit A – Bid Pricing shall be submitted in Excel format. The successful bidder(s) will provide these items on an as needed basis. The quantities indicated in Exhibit A - Bid Pricing is given only as an estimated annual usage and should not be construed as representing the actual amount to be purchased under this contract. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges Delivery and installation requirements, as stated in Detailed Specifications, can be met? _______ Yes No Is there a minimum order quantity on Option 3: Delivery Only on Exhibit A – Bid Pricing? ________Yes No If yes, please specify PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH) Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Athletic Field Sod Material & Installation 24 ITB #46-23 Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name ____ Date: ____ VENDOR INFORMATION Athletic Field Sod Material & Installation 25 ITB #46-23 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 bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. SCRUTINIZED COMPANIES FORM Athletic Field Sod Material & Installation 26 ITB #46-23 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by ______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORM Athletic Field Sod Material & Installation 27 ITB #46-23 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ _ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Athletic Field Sod Material & Installation 28 ITB #46-23 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE OFFER CERTIFICATION By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors 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 commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES Athletic Field Sod Material & Installation 30 ITB #46-23 Instructions: Vendors must have at least five (5) years of experience in work of the same or similar nature as outlined in this solicitation. Bidders shall provide a minimum of three (3) project references. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Project Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Athletic Field Sod Material & Installation 31 ITB #46-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #46-23, Athletic Field Sod Material & Installation Due Date: August 22, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #46-23, Athletic Field Sod Material & Installation Due Date: August 22, 2023, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 CITY OF CLEARWATER ITB # 46-23, Athletic Field Sod & Installation DUE DATE: August 22, 2023; 10:00 AM ` BID TABULATION Item No.Sod Type Sod Cut Estimated Project Size(Square Feet) Installation Option Estimated Annual Quantity(Square Feet) Unit Price (Square Feet) Total Price Unit Price (Square Feet) Total Price 1 Latitude 36™ Bermuda Roll 8,000 – 16,000 1 12,000 $1.15 $13,800.00 $1.15 $13,800.00 2 Latitude 36™ Bermuda Roll 16,001 – 50,000 1 25,000 $1.15 $28,750.00 $1.15 $28,750.00 3 Latitude 36™ Bermuda Roll 50,001 – 100,000 1 75,000 $1.08 $81,000.00 $1.15 $86,250.00 4 Latitude 36™ Bermuda Roll 100,001 – 200,000 1 150,000 $1.00 $150,000.00 $1.10 $165,000.00 5 Latitude 36™ Bermuda Roll 200,001 – 300,000 1 250,000 $0.98 $245,000.00 $1.10 $275,000.00 6 Latitude 36™ Bermuda Roll Over 300,001 1 500,000 $0.88 $440,000.00 $1.10 $550,000.00 $958,550.00 $ 1,118,800.00 7 Latitude 36™ Bermuda Roll 8,000 – 16,000 2 12,000 $1.65 $19,800.00 $1.40 $16,800.00 8 Latitude 36™ Bermuda Roll 16,001 – 50,000 2 25,000 $1.65 $41,250.00 $1.40 $35,000.00 9 Latitude 36™ Bermuda Roll 50,001 – 100,000 2 75,000 $1.58 $118,500.00 $1.40 $105,000.00 10 Latitude 36™ Bermuda Roll 100,001 – 200,000 2 150,000 $1.50 $225,000.00 $1.35 $202,500.00 11 Latitude 36™ Bermuda Roll 200,001 – 300,000 2 250,000 $1.48 $370,000.00 $1.35 $337,500.00 12 Latitude 36™ Bermuda Roll Over 300,001 2 500,000 $1.38 $690,000.00 $1.35 $675,000.00 $ 1,464,550.00 $ 1,371,800.00 13 Tifway 419 Bermuda Roll 8,000 – 16,000 1 12,000 $ - $ - $1.10 $13,200.00 14 Tifway 419 Bermuda Roll 16,001 – 50,000 1 25,000 $ - $ - $1.10 $27,500.00 15 Tifway 419 Bermuda Roll 50,001 – 100,000 1 75,000 $ - $ - $1.10 $82,500.00 16 Tifway 419 Bermuda Roll 100,001 – 200,000 1 150,000 $ - $ - $1.05 $157,500.00 17 Tifway 419 Bermuda Roll 200,001 – 300,000 1 250,000 $ - $ - $1.05 $262,500.00 18 Tifway 419 Bermuda Roll Over 300,001 1 500,000 $ - $ - $1.05 $525,000.00 $ - $ 1,068,200.00 Sunbelt Sod & Grading Co819 9th Street NE Ruskin, FL 33570 Tom's Sod Service Inc11413 49th Street N Clearwater, FL 33762 Total bid items 7-12: Total bid for items 1-6: Total bid items 13-18: Page 1 of 3 CITY OF CLEARWATER ITB # 46-23, Athletic Field Sod & Installation DUE DATE: August 22, 2023; 10:00 AM ` BID TABULATION Sunbelt Sod & Grading Co819 9th Street NE Ruskin, FL 33570 Tom's Sod Service Inc11413 49th Street N Clearwater, FL 33762 19 Tifway 419 Bermuda Roll 8,000 – 16,000 2 12,000 $ - $ - $1.35 $ 16,200.00 20 Tifway 419 Bermuda Roll 16,001 – 50,000 2 25,000 $ - $ - $1.35 $ 33,750.00 21 Tifway 419 Bermuda Roll 50,001 – 100,000 2 75,000 $ - $ - $1.35 $ 101,250.00 22 Tifway 419 Bermuda Roll 100,001 – 200,000 2 150,000 $ - $ - $1.30 $ 195,000.00 23 Tifway 419 Bermuda Roll 200,001 – 300,000 2 250,000 $ - $ - $1.30 $ 325,000.00 24 Tifway 419 Bermuda Roll Over 300,001 2 500,000 $ - $ - $1.30 $ 650,000.00 $ - $ 1,321,200.00 25 Bimini™ Bermuda Roll 8,000 – 16,000 1 12,000 $1.08 $ 12,960.00 $1.10 $ 13,200.00 26 Bimini™ Bermuda Roll 16,001 – 50,000 1 25,000 $1.08 $ 27,000.00 $1.10 $ 27,500.00 27 Bimini™ Bermuda Roll 50,001 – 100,000 1 75,000 $1.02 $ 76,500.00 $1.10 $ 82,500.00 28 Bimini™ Bermuda Roll 100,001 – 200,000 1 150,000 $0.93 $ 139,500.00 $1.05 $ 157,500.00 29 Bimini™ Bermuda Roll 200,001 – 300,000 1 250,000 $0.95 $ 237,500.00 $1.05 $ 262,500.00 30 Bimini™ Bermuda Roll Over 300,001 1 500,000 $0.85 $ 425,000.00 $1.05 $ 525,000.00 $ 918,460.00 $ 1,068,200.00 31 Bimini™ Bermuda Roll 8,000 – 16,000 2 12,000 $1.58 $ 18,960.00 $1.35 $ 16,200.00 32 Bimini™ Bermuda Roll 16,001 – 50,000 2 25,000 $1.58 $ 39,500.00 $1.35 $ 33,750.00 33 Bimini™ Bermuda Roll 50,001 – 100,000 2 75,000 $1.52 $ 114,000.00 $1.35 $ 101,250.00 34 Bimini™ Bermuda Roll 100,001 – 200,000 2 150,000 $1.43 $ 214,500.00 $1.30 $ 195,000.00 35 Bimini™ Bermuda Roll 200,001 – 300,000 2 250,000 $1.45 $ 362,500.00 $1.30 $ 325,000.00 36 Bimini™ Bermuda Roll Over 300,001 2 500,000 $1.35 $ 675,000.00 $1.30 $ 650,000.00 $ 1,424,460.00 $ 1,321,200.00 37 Celebration Bermuda®Roll 8,000 – 16,000 1 12,000 $1.05 $ 12,600.00 $1.10 $ 13,200.00 38 Celebration Bermuda®Roll 16,001 – 50,000 1 25,000 $1.05 $ 26,250.00 $1.10 $ 27,500.00 39 Celebration Bermuda®Roll 50,001 – 100,000 1 75,000 $1.05 $ 78,750.00 $1.10 $ 82,500.00 40 Celebration Bermuda®Roll 100,001 – 200,000 1 150,000 $0.96 $ 144,000.00 $1.05 $ 157,500.00 41 Celebration Bermuda®Roll 200,001 – 300,000 1 250,000 $0.94 $ 235,000.00 $1.05 $ 262,500.00 42 Celebration Bermuda®Roll Over 300,001 1 500,000 $0.80 $ 400,000.00 $1.05 $ 525,000.00 $ 896,600.00 $ 1,068,200.00 43 Celebration Bermuda®Roll 8,000 – 16,000 2 12,000 $1.55 $ 18,600.00 $1.35 $ 16,200.00 44 Celebration Bermuda®Roll 16,001 – 50,000 2 25,000 $1.55 $ 38,750.00 $1.35 $ 33,750.00 45 Celebration Bermuda®Roll 50,001 – 100,000 2 75,000 $1.46 $ 109,500.00 $1.35 $ 101,250.00 46 Celebration Bermuda®Roll 100,001 – 200,000 2 150,000 $1.44 $ 216,000.00 $1.30 $ 195,000.00 47 Celebration Bermuda®Roll 200,001 – 300,000 2 250,000 $1.42 $ 355,000.00 $1.30 $ 325,000.00 48 Celebration Bermuda®Roll Over 300,001 2 500,000 $1.30 $ 650,000.00 $1.30 $ 650,000.00 $ 1,387,850.00 $ 1,321,200.00 Total bid items 25-30: Total bid items 37-42: Total bid items 19-24: Total bid items 31-36: Total bid items 43-48: Page 2 of 3 CITY OF CLEARWATER ITB # 46-23, Athletic Field Sod & Installation DUE DATE: August 22, 2023; 10:00 AM ` BID TABULATION Sunbelt Sod & Grading Co819 9th Street NE Ruskin, FL 33570 Tom's Sod Service Inc11413 49th Street N Clearwater, FL 33762 49 TifTuf™ Bermuda Roll 8,000 – 16,000 1 12,000 $0.99 $11,880.00 $1.15 $13,800.00 50 TifTuf™ Bermuda Roll 16,001 – 50,000 1 25,000 $0.99 $24,750.00 $1.15 $28,750.00 51 TifTuf™ Bermuda Roll 50,001 – 100,000 1 75,000 $0.94 $70,500.00 $1.15 $86,250.00 52 TifTuf™ Bermuda Roll 100,001 – 200,000 1 150,000 $0.94 $141,000.00 $1.10 $165,000.00 53 TifTuf™ Bermuda Roll 200,001 – 300,000 1 250,000 $0.92 $230,000.00 $1.10 $275,000.00 54 TifTuf™ Bermuda Roll Over 300,001 1 500,000 $0.80 $400,000.00 $1.10 $550,000.00 $878,130.00 $ 1,118,800.00 55 TifTuf™ Bermuda Roll 8,000 – 16,000 2 12,000 $1.49 $17,880.00 $1.40 $16,800.00 56 TifTuf™ Bermuda Roll 16,001 – 50,000 2 25,000 $1.49 $37,250.00 $1.40 $35,000.00 57 TifTuf™ Bermuda Roll 50,001 – 100,000 2 75,000 $1.44 $108,000.00 $1.40 $105,000.00 58 TifTuf™ Bermuda Roll 100,001 – 200,000 2 150,000 $1.44 $216,000.00 $1.35 $202,500.00 59 TifTuf™ Bermuda Roll 200,001 – 300,000 2 250,000 $1.42 $355,000.00 $1.35 $337,500.00 60 TifTuf™ Bermuda Roll Over 300,001 2 500,000 $1.30 $650,000.00 $1.35 $675,000.00 $ 1,384,130.00 $ 1,371,800.00 Item No.Sod Type Sod Cut Estimated Project Size (Square Feet) Estimated Annual Quantity (Square Feet) Unit Price (per Square Foot) Total Price Unit Price(per Square Foot)Total Price 61 Latitude 36™ Bermuda Pieces 1,000 - 8,000 5,000 $ 1.00 $5,000.00 0.90$ 4,500.00$ 62 Latitude 36™ Bermuda Pieces 8,001 - 16,000 12,000 $ 0.95 $ 11,400.00 0.90$ 10,800.00$ 63 Tifway 419 Bermuda Pieces 1,000 - 8,000 5,000 $- 0.85$ 4,250.00$ 64 Tifway 419 Bermuda Pieces 8,001 - 16,000 12,000 $- 0.85$ 10,200.00$ 65 Bimini™ Bermuda Pieces 1,000 - 8,000 5,000 $ 1.00 $5,000.00 0.85$ 4,250.00$ 66 Bimini™ Bermuda Pieces 8,001 - 16,000 12,000 $ 0.85 $ 10,200.00 0.85$ 10,200.00$ 67 Celebration Bermuda®Pieces 1,000 - 8,000 5,000 $ 1.00 $5,000.00 0.85$ 4,250.00$ 68 Celebration Bermuda®Pieces 8,001 - 16,000 12,000 $ 0.85 $ 10,200.00 0.85$ 10,200.00$ 69 TifTuf™ Bermuda Pieces 1,000 - 8,000 5,000 $ 0.95 $4,750.00 0.90$ 4,500.00$ 70 TifTuf™ Bermuda Pieces 8,001 - 16,000 12,000 $ 0.80 $9,600.00 0.90$ 10,800.00$ $ 61,150.00 $ 73,950.00 Items with a star ( ) indicates intent to award. Total bid items 49-54: Total Bid Items 55-60: OPTION 3: DELIVERY ONLY OF SOD MATERIAL (palletized) Sod is to be delivered on pallets and off-loaded as directed by the City (see page 16, Section 2.3, of the solicitation). NOTE: Total Bid Items 61-70: Is there a Minimum Purchase Qty for items in Option 3: Delivery only? If yes, please explain. Sunbelt Sod & Grading Co: 1,500 SF Minimum (3 pallets) Tom's Sod Service Inc: 1 pallet Minimum Page 3 of 3 1) Sunbelt Sod & Grading Co.2) Tom's Sod Service Inc 819 9th ST NE 11413 49th ST N Ruskin, Florida 33570 Clearwater, Florida 33762 813-641-9855 727-571-1119 Certified: SBE/MWBE ADVERTISED: TAMPA BAY TIMES 7/26/2023 POSTED:myclearwater.com 7/21/23 - 8/22/23 FOR THE CITY OF CLEARWATER Due/Opening: August 22, 2023; 10:00 a.m. INVITATION TO BID No. 46-23 Athletic Field Sod Material & Installation Solicitation Response Listing September 21, 2023 NOTICE OF INTENT TO AWARD The Parks & Recreation Department and the Procurement Division recommend award of ITB No. 46-23, Athletic Field Sod & Installation, to the lowest most responsible bidders, in accordance with the bid specifications in the estimated annual amount of $170,000 for a period of one (1) year, with two (2), one (1) year renewal options. Sunbelt Sod & Grading Co Primary for Option 1 (installation included) • Latitude 36™ Bermuda, Bimini™ Bermuda, Celebration Bermuda®, TifTuf™ Bermuda Secondary for Option 2 (installation included) and Option 3 (delivery Only) • Latitude 36™ Bermuda, Bimini™ Bermuda, Celebration Bermuda®, TifTuf™ Bermuda Tom’s Sod Service Inc Primary for Option 1 and Option 2 (installation included) and Option 3 (Delivery Only) • Tifway 419 Bermuda Primary for Option 2 (installation included) and Option 3 (Delivery Only) • Latitude 36™ Bermuda, Bimini™ Bermuda, Celebration Bermuda®, TifTuf™ Bermuda This award is being made to multiple vendors to ensure a continuity of supply. Flexibility to order product or services from the awarded vendors listed above as a secondary source, or tertiarily from the open market may be used if needed. This Award recommendation will be considered by the City Council at the October 16, 2023, Work Session (1:30 p.m.) and voted on at the October 18, 2023, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Kelly.rogers@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1066 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve an agreement and purchase order with Axon Enterprise, Inc of Scottsdale, AZ, for the renewal and consolidation of Axon agreements for Body-Worn Cameras, Interview Room Cameras, upgraded Taser 10 equipment, along with associated electronic evidence storage, licensing, maintenance, and training in the amount of $3,390,302.55, in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Police Department currently has multiple agreements with Axon for Body-Worn Cameras, Interview Room Cameras, Tasers, Electronic Evidence Storage, and associated licensing, maintenance, and training. In an effort to increase efficiency of invoice processing and to eliminate the need to return to council at different intervals to request renewals due to the contracts having various implementation and expiration dates, the Police Department is requesting to renew and consolidate the Axon agreements for Body-Worn Cameras, Interview Room Cameras, and Taser equipment with associate licensing, maintenance, and training into one new 5-year agreement from November 2023 through October 2028. In conjunction with consolidating the Axon agreements, the Police Department requests to replace the existing Taser 7 platform, acquired in 2019, with the new Taser 10 platform, which was originally planned for next year. The Police Department began using Axon Conducted Electrical Weapons (TASER) in 2003 (Model M26). The weapons were updated in 2010 (Model X26), 2015 (Model X26P), and again in 2019 with the current Model, Taser 7. The Taser 10 is more effective and accurate and comes with added features to include the following: §A new de-escalation feature consisting of a pulsing light and audible alert to warn the suspect to comply prior to deploying the Taser probes. §A longer range of 45 feet compared to the current 25 feet, creating more time and space for decision-making and reducing risk for everyone involved. Page 1 City of Clearwater Printed on 10/10/2023 File Number: ID#23-1066 §The ability to deploy up to 10 probes compared with the current 4 probes, without the need to reload, which increases more opportunities to be effective. §The weapon recognizes the best two probe connections and notifies the officer by a differing tone when a good connection is made. §Individually targeted probes enable the officer to create their own spread, compared to the current need to deploy two probes simultaneously at a predefined angle. This drastically improves accuracy and effectiveness. The Taser 10 Certification plan includes the Taser 10 device, holsters, rechargeable batteries, instructor training, and end-user training. The Taser 10 integrates with the Department’s existing Evidence.com software by Axon using the Taser 10 Device Manager software. By consolidating the existing agreements and acquiring the new Taser 10 platform, Axon has agreed to maintain the pricing for the upcoming FY24 operating budget and credit the final year’s financial responsibility for the current Taser agreement ($179,267.55). Additionally, the new agreement reflects a savings of $1,417,999.43 over five years. The pricing included in this agreement is based off the National Purchasing Partners (NPP), a national resource for public entities for similar public solicitations, Contract No. PS20270, with the League of Oregon Cities as the lead agency. The City of Clearwater is a participating member of NPP. The Department has funding available for the first year of the agreement with no needed adjustment to the FY24 operating budget in the amount of $685,620.50 ($591,880.05 has been previously invoiced through the existing agreements, and $93,740.45 is included in this proposed agreement). The four subsequent years’ service and support is calculated at $726,252.51 in Year Two, $820,374.83 in Year Three, $862,326.23 in Year Four, and $887,608.53 in Year Five. Authorize Clearwater Police Chief Eric Gandy to sign the Quote Appendix. APPROPRIATION CODE AND AMOUNT: Funding for this agreement is included in the Police Department’s FY24 operating budget request for cost codes, 0101155-530300, Contractual Services and 0101156-544100, Rentals-Equipment. Future fiscal years’ funding will be required through the annual operating budget process. Page 2 City of Clearwater Printed on 10/10/2023 Page 1 Q-484630-45198.700BR Q-484630-45198.700BR Issued: 09/29/2023 Quote Expiration: 10/26/2023 Estimated Contract Start Date: 11/01/2023 Account Number: 110543 Payment Terms: N30 Delivery Method: SHIP TO BILL TO SALES REPRESENTATIVE PRIMARY CONTACT Business;Delivery;Invoice-645 Pierce St 645 Pierce St Clearwater, FL 33756-5400 USA Clearwater Police Dept - FL 645 Pierce St Clearwater FL 33756-5400 USA Email: Alyssa Payne Phone: 480-489-8678 Email: apayne@axon.com Fax: Anthony Monte Phone: Email: anthony.monte@myclearwater.com Fax: Quote Summary Discount Summary Program Length 60 Months Average Savings Per Year $283,599.89 TOTAL COST $3,390,302.55 ESTIMATED TOTAL W/ TAX $3,390,302.55 TOTAL SAVINGS $1,417,999.43 Payment Summary Date Subtotal Tax Total Oct 2023 $93,740.45 $0.00 $93,740.45 Oct 2024 $726,252.51 $0.00 $726,252.51 Oct 2025 $820,374.83 $0.00 $820,374.83 Oct 2026 $862,326.23 $0.00 $862,326.23 Oct 2027 $887,608.53 $0.00 $887,608.53 Total $3,390,302.55 $0.00 $3,390,302.55 Axon Enterprise, Inc. 17800 N 85th St. Scottsdale, Arizona 85255 United States VAT: 86-0741227 Domestic: (800) 978-2737 International: +1.800.978.2737 Page 2 Q-484630-45198.700BR Quote Unbundled Price:$4,808,301.98 Quote List Price:$4,186,235.78 Quote Subtotal:$3,390,302.55 Pricing All deliverables are detailed in Delivery Schedules section lower in proposal Item Description Qty Term Unbundled List Price Net Price Subtotal Tax Total Program 101027 TRANSFER CREDIT - GOODS CEW 1 $1.00 ($179,267.5 5)($179,267.55)$0.00 ($179,267.55) 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 $1.00 ($11,400.99)($11,400.99)$0.00 ($11,400.99) 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 $1.00 ($15.70)($15.70)$0.00 ($15.70) 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 $1.00 ($1.24)($1.24)$0.00 ($1.24) 100552 TRANSFER CREDIT - GOODS AXON 1 $1.00 $24,003.53 $24,003.53 $0.00 $24,003.53 T10Cert TASER 10 Certification Bundle 255 60 $83.09 $75.83 $75.83 $1,160,199.00 $0.00 $1,160,199.00 Unlimited7+Unlimited 7+ Bundle 45 12 $163,528.20 $0.00 $163,528.20 Unlimited7+Unlimited 7+ Bundle 200 12 $405,600.00 $0.00 $405,600.00 Unlimited7+Unlimited 7+ Bundle 45 38 $188.33 $190.03 $156.20 $267,102.00 $0.00 $267,102.00 Unlimited7+Unlimited 7+ Bundle 200 38 $219.81 $190.03 $190.03 $1,444,228.00 $0.00 $1,444,228.00 BWCamSBDTAP Body Worn Camera Single-Bay Dock TAP Bundle 200 38 $13.11 $11.68 $11.68 $88,768.00 $0.00 $88,768.00 BWCamSBDTAP Body Worn Camera Single-Bay Dock TAP Bundle 200 22 $18.22 $11.22 $0.00 $0.00 $0.00 $0.00 A la Carte Hardware 100401 TASER 10 INERT CARTRIDGE 90 $1.00 $1.00 $90.00 $0.00 $90.00 100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK-AND- LOOP-TRAINING)9 $150.00 $150.00 $1,350.00 $0.00 $1,350.00 100396 TASER 10 INERT MAGAZINE RED 9 $150.00 $150.00 $1,350.00 $0.00 $1,350.00 100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE 9 $150.00 $150.00 $1,350.00 $0.00 $1,350.00 H00003 AB4 1-Bay Dock Bundle 200 $229.00 $0.00 $0.00 $0.00 $0.00 H00002 AB4 Multi Bay Dock Bundle 31 $1,638.90 $0.00 $0.00 $0.00 $0.00 H00001 AB4 Camera Bundle 245 $849.00 $0.00 $0.00 $0.00 $0.00 A la Carte Software 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 49 $105.28 $0.00 $0.00 $0.00 $0.00 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 11 $99.00 $0.00 $0.00 $0.00 $0.00 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 11 $29.20 $0.00 $0.00 $0.00 $0.00 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER TOUCH PANEL-P 2 11 $25.00 $0.00 $0.00 $0.00 $0.00 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER TOUCH PANEL-P 2 49 $26.59 $26.59 $2,605.82 $0.00 $2,605.82 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 49 $31.05 $31.05 $3,042.90 $0.00 $3,042.90 ProLicense Pro License Bundle 50 38 $40.73 $0.00 $0.00 $0.00 $0.00 BasicLicense Basic License Bundle 60 38 $15.67 $0.00 $0.00 $0.00 $0.00 ProLicense Pro License Bundle 50 22 $39.65 $6.38 $7,012.50 $0.00 $7,012.50 BasicLicense Basic License Bundle 60 22 $15.25 $0.00 $0.00 $0.00 $0.00 Carried over year 5 payment Carried over year 5 payment Page 3 Q-484630-45198.700BR A la Carte Services 85149 CEW 2 DAY PRODUCT SPECIFIC INSTRUCTOR COURSE 1 $6,800.00 $6,800.00 $6,800.00 $0.00 $6,800.00 A la Carte Warranties 50448 EXT WARRANTY, INTERVIEW ROOM 7 11 $23.10 $0.00 $0.00 $0.00 $0.00 50448 EXT WARRANTY, INTERVIEW ROOM 7 24 $23.56 $23.56 $3,958.08 $0.00 $3,958.08 Total $3,390,302.55 $0.00 $3,390,302.55 Page 4 Q-484630-45198.700BR Delivery Schedule Hardware Bundle Item Description QTY Estimated Delivery Date AB4 1-Bay Dock Bundle 100201 AXON BODY 4 - 1 BAY DOCK 200 10/01/2023 AB4 1-Bay Dock Bundle 71104 NORTH AMER POWER CORD FOR AB3 & T7 1-BAY DOCK/DATAPORT 200 10/01/2023 AB4 Camera Bundle 100147 AXON BODY 4 - NA - US FIRST RESPONDER - BLK - RAPIDLOCK 245 10/01/2023 AB4 Camera Bundle 100147 AXON BODY 4 - NA - US FIRST RESPONDER - BLK - RAPIDLOCK 7 10/01/2023 AB4 Camera Bundle 100466 USB-C to USB-C CABLE FOR AB4 270 10/01/2023 AB4 Camera Bundle 74028 WING CLIP MOUNT, AXON RAPIDLOCK 270 10/01/2023 AB4 Multi Bay Dock Bundle 100206 AXON BODY 4 - 8 BAY DOCK 31 10/01/2023 AB4 Multi Bay Dock Bundle 70033 WALL MOUNT BRACKET, ASSY, EVIDENCE.COM DOCK 31 10/01/2023 AB4 Multi Bay Dock Bundle 71019 NORTH AMER POWER CORD FOR AB3 8-BAY, AB2 1-BAY / 6-BAY DOCK 31 10/01/2023 TASER 10 Certification Bundle 100390 TASER 10 HANDLE, YLW, CLASS 3R 255 10/01/2023 TASER 10 Certification Bundle 100390 TASER 10 HANDLE, YLW, CLASS 3R 8 10/01/2023 TASER 10 Certification Bundle 100393 TASER 10 LIVE DUTY MAGAZINE BLACK 255 10/01/2023 TASER 10 Certification Bundle 100393 TASER 10 LIVE DUTY MAGAZINE BLACK 8 10/01/2023 TASER 10 Certification Bundle 100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK-AND-LOOP-TRAINING)11 10/01/2023 TASER 10 Certification Bundle 100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE 11 10/01/2023 TASER 10 Certification Bundle 100396 TASER 10 INERT MAGAZINE RED 11 10/01/2023 TASER 10 Certification Bundle 100399 TASER 10 LIVE CARTRIDGE 5100 10/01/2023 TASER 10 Certification Bundle 100400 TASER 10 HALT CARTRIDGE 1530 10/01/2023 TASER 10 Certification Bundle 100401 TASER 10 INERT CARTRIDGE 102 10/01/2023 TASER 10 Certification Bundle 100611 TASER 10 SAFARILAND HOLSTER, RH 245 10/01/2023 TASER 10 Certification Bundle 100613 TASER 10 SAFARILAND HOLSTER, LH 10 10/01/2023 TASER 10 Certification Bundle 100623 ENHANCED HOOK-AND-LOOP TRAINING (HALT) SUIT (V2)4 10/01/2023 TASER 10 Certification Bundle 20018 TASER BATTERY PACK, TACTICAL 255 10/01/2023 TASER 10 Certification Bundle 20018 TASER BATTERY PACK, TACTICAL 44 10/01/2023 TASER 10 Certification Bundle 20018 TASER BATTERY PACK, TACTICAL 8 10/01/2023 TASER 10 Certification Bundle 70033 WALL MOUNT BRACKET, ASSY, EVIDENCE.COM DOCK 3 10/01/2023 TASER 10 Certification Bundle 71019 NORTH AMER POWER CORD FOR AB3 8-BAY, AB2 1-BAY / 6-BAY DOCK 3 10/01/2023 TASER 10 Certification Bundle 74200 TASER 6-BAY DOCK AND CORE 3 10/01/2023 TASER 10 Certification Bundle 80087 TASER TARGET, CONDUCTIVE, PROFESSIONAL (RUGGEDIZED)4 10/01/2023 TASER 10 Certification Bundle 80090 TARGET FRAME, PROFESSIONAL, 27.5 IN. X 75 IN., TASER 7 4 10/01/2023 A la Carte 100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK-AND-LOOP-TRAINING)9 10/01/2023 A la Carte 100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE 9 10/01/2023 A la Carte 100396 TASER 10 INERT MAGAZINE RED 9 10/01/2023 A la Carte 100401 TASER 10 INERT CARTRIDGE 90 10/01/2023 Body Worn Camera Single-Bay Dock TAP Bundle 73314 1-BAY DOCK AXON CAMERA REFRESH TWO 200 09/01/2024 TASER 10 Certification Bundle 100399 TASER 10 LIVE CARTRIDGE 510 10/01/2024 TASER 10 Certification Bundle 100400 TASER 10 HALT CARTRIDGE 1530 10/01/2024 Unlimited 7+ Bundle 73310 AXON CAMERA REFRESH TWO 206 08/01/2025 Unlimited 7+ Bundle 73310 AXON CAMERA REFRESH TWO 46 08/01/2025 Unlimited 7+ Bundle 73688 MULTI-BAY BWC DOCK 2ND REFRESH 25 08/01/2025 Page 5 Q-484630-45198.700BR Hardware Bundle Item Description QTY Estimated Delivery Date Unlimited 7+ Bundle 73688 MULTI-BAY BWC DOCK 2ND REFRESH 6 08/01/2025 TASER 10 Certification Bundle 100399 TASER 10 LIVE CARTRIDGE 510 10/01/2025 TASER 10 Certification Bundle 100400 TASER 10 HALT CARTRIDGE 1530 10/01/2025 TASER 10 Certification Bundle 100399 TASER 10 LIVE CARTRIDGE 510 10/01/2026 TASER 10 Certification Bundle 100400 TASER 10 HALT CARTRIDGE 1530 10/01/2026 TASER 10 Certification Bundle 100399 TASER 10 LIVE CARTRIDGE 510 10/01/2027 TASER 10 Certification Bundle 100400 TASER 10 HALT CARTRIDGE 1530 10/01/2027 Body Worn Camera Single-Bay Dock TAP Bundle 73313 1-BAY DOCK AXON CAMERA REFRESH ONE 200 10/01/2028 Unlimited 7+ Bundle 73309 AXON CAMERA REFRESH ONE 206 10/01/2028 Unlimited 7+ Bundle 73309 AXON CAMERA REFRESH ONE 46 10/01/2028 Unlimited 7+ Bundle 73689 MULTI-BAY BWC DOCK 1ST REFRESH 25 10/01/2028 Unlimited 7+ Bundle 73689 MULTI-BAY BWC DOCK 1ST REFRESH 6 10/01/2028 Software Bundle Item Description QTY Estimated Start Date Estimated End Date Basic License Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 60 11/01/2023 08/31/2025 Basic License Bundle 73840 EVIDENCE.COM BASIC ACCESS LICENSE 60 11/01/2023 08/31/2025 Pro License Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 150 11/01/2023 08/31/2025 Pro License Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 50 11/01/2023 08/31/2025 TASER 10 Certification Bundle 20248 TASER 7 EVIDENCE.COM LICENSE 255 11/01/2023 10/31/2028 TASER 10 Certification Bundle 20248 TASER 7 EVIDENCE.COM LICENSE 2 11/01/2023 10/31/2028 A la Carte 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER TOUCH PANEL-P 2 11/01/2023 10/14/2024 A la Carte 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 11/01/2023 10/14/2024 A la Carte 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 11/01/2023 10/14/2024 Unlimited 7+ Bundle 100801 RECORDS OSP 200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73478 REDACTION ASSISTANT USER LICENSE 200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73478 REDACTION ASSISTANT USER LICENSE 45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73618 AXON COMMUNITY REQUEST+ LICENSE 200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73618 AXON COMMUNITY REQUEST+ LICENSE 45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73638 STANDARDS ACCESS LICENSE 45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73680 RESPOND DEVICE PLUS LICENSE 200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73680 RESPOND DEVICE PLUS LICENSE 45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73682 AUTO TAGGING LICENSE 200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73682 AUTO TAGGING LICENSE 45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 2000 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 450 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE 200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE 45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73739 PERFORMANCE LICENSE 200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73739 PERFORMANCE LICENSE 45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 2 09/01/2024 08/31/2025 A la Carte 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER 2 10/15/2024 10/31/2028 Page 6 Q-484630-45198.700BR Software Bundle Item Description QTY Estimated Start Date Estimated End Date TOUCH PANEL-P A la Carte 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 10/15/2024 10/31/2028 A la Carte 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 10/15/2024 10/31/2028 Basic License Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 60 09/01/2025 10/31/2028 Basic License Bundle 73840 EVIDENCE.COM BASIC ACCESS LICENSE 60 09/01/2025 10/31/2028 Pro License Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 150 09/01/2025 10/31/2028 Pro License Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 50 09/01/2025 10/31/2028 Unlimited 7+ Bundle 100801 RECORDS OSP 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73478 REDACTION ASSISTANT USER LICENSE 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73478 REDACTION ASSISTANT USER LICENSE 45 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73618 AXON COMMUNITY REQUEST+ LICENSE 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73618 AXON COMMUNITY REQUEST+ LICENSE 45 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73638 STANDARDS ACCESS LICENSE 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73638 STANDARDS ACCESS LICENSE 45 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73680 RESPOND DEVICE PLUS LICENSE 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73680 RESPOND DEVICE PLUS LICENSE 45 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73682 AUTO TAGGING LICENSE 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73682 AUTO TAGGING LICENSE 45 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 2000 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 450 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE 45 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73739 PERFORMANCE LICENSE 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73739 PERFORMANCE LICENSE 45 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 2 09/01/2025 10/31/2028 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 45 09/01/2025 10/31/2028 Services Bundle Item Description QTY TASER 10 Certification Bundle 100751 TASER 10 DUTY CARTRIDGE REPLACEMENT ACCESS PROGRAM 255 TASER 10 Certification Bundle 20119 TASER 7 MASTER INSTRUCTOR SCHOOL VOUCHER 1 TASER 10 Certification Bundle 20119 TASER 7 MASTER INSTRUCTOR SCHOOL VOUCHER 1 TASER 10 Certification Bundle 20119 TASER 7 MASTER INSTRUCTOR SCHOOL VOUCHER 1 TASER 10 Certification Bundle 20119 TASER 7 MASTER INSTRUCTOR SCHOOL VOUCHER 1 TASER 10 Certification Bundle 20119 TASER 7 MASTER INSTRUCTOR SCHOOL VOUCHER 1 TASER 10 Certification Bundle 20120 TASER 7 INSTRUCTOR COURSE VOUCHER 3 TASER 10 Certification Bundle 20120 TASER 7 INSTRUCTOR COURSE VOUCHER 3 TASER 10 Certification Bundle 20120 TASER 7 INSTRUCTOR COURSE VOUCHER 3 TASER 10 Certification Bundle 20120 TASER 7 INSTRUCTOR COURSE VOUCHER 3 TASER 10 Certification Bundle 20120 TASER 7 INSTRUCTOR COURSE VOUCHER 3 Unlimited 7+ Bundle 11642 THIRD-PARTY VIDEO SUPPORT LICENSE 200 Unlimited 7+ Bundle 11642 THIRD-PARTY VIDEO SUPPORT LICENSE 45 Unlimited 7+ Bundle 11642 THIRD-PARTY VIDEO SUPPORT LICENSE 45 A la Carte 85149 CEW 2 DAY PRODUCT SPECIFIC INSTRUCTOR COURSE 1 Page 7 Q-484630-45198.700BR Warranties Bundle Item Description QTY Estimated Start Date Estimated End Date Body Worn Camera Single-Bay Dock TAP Bundle 80466 EXT WARRANTY, SINGLE-BAY DOCK (TAP)200 11/01/2023 08/31/2025 A la Carte 50448 EXT WARRANTY, INTERVIEW ROOM 7 11/01/2023 10/14/2024 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)200 09/01/2024 08/31/2025 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)1 09/01/2024 08/31/2025 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)45 09/01/2024 08/31/2025 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)6 09/01/2024 08/31/2025 Unlimited 7+ Bundle 80465 EXT WARRANTY, MULTI-BAY DOCK (TAP)6 09/01/2024 08/31/2025 TASER 10 Certification Bundle 100704 EXT WARRANTY, TASER 10 HANDLE 255 10/01/2024 10/31/2028 TASER 10 Certification Bundle 100704 EXT WARRANTY, TASER 10 HANDLE 8 10/01/2024 10/31/2028 TASER 10 Certification Bundle 80374 EXT WARRANTY, TASER 7 BATTERY PACK 255 10/01/2024 10/31/2028 TASER 10 Certification Bundle 80374 EXT WARRANTY, TASER 7 BATTERY PACK 8 10/01/2024 10/31/2028 TASER 10 Certification Bundle 80374 EXT WARRANTY, TASER 7 BATTERY PACK 44 10/01/2024 10/31/2028 TASER 10 Certification Bundle 80396 EXT WARRANTY, TASER 7 SIX BAY DOCK 3 10/01/2024 10/31/2028 A la Carte 50448 EXT WARRANTY, INTERVIEW ROOM 7 10/15/2024 10/14/2026 Body Worn Camera Single-Bay Dock TAP Bundle 80466 EXT WARRANTY, SINGLE-BAY DOCK (TAP)200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)200 09/01/2025 10/31/2028 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)1 09/01/2025 10/31/2028 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)45 09/01/2025 10/31/2028 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)6 09/01/2025 10/31/2028 Unlimited 7+ Bundle 80465 EXT WARRANTY, MULTI-BAY DOCK (TAP)25 09/01/2025 10/31/2028 Unlimited 7+ Bundle 80465 EXT WARRANTY, MULTI-BAY DOCK (TAP)6 09/01/2025 10/31/2028 Page 8 Q-484630-45198.700BR Payment Details Oct 2023 Invoice Plan Item Description Qty Subtotal Tax Total Year 1 - T10 Cert 100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK-AND-LOOP-TRAINING)9 $125.99 $0.00 $125.99 Year 1 - T10 Cert 100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE 9 $125.99 $0.00 $125.99 Year 1 - T10 Cert 100396 TASER 10 INERT MAGAZINE RED 9 $125.99 $0.00 $125.99 Year 1 - T10 Cert 100401 TASER 10 INERT CARTRIDGE 90 $8.40 $0.00 $8.40 Year 1 - T10 Cert 100552 TRANSFER CREDIT - GOODS AXON 1 $2,240.08 $0.00 $2,240.08 Year 1 - T10 Cert 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 ($1,063.97)$0.00 ($1,063.97) Year 1 - T10 Cert 101027 TRANSFER CREDIT - GOODS CEW 1 ($16,729.77)$0.00 ($16,729.77) Year 1 - T10 Cert 85149 CEW 2 DAY PRODUCT SPECIFIC INSTRUCTOR COURSE 1 $634.60 $0.00 $634.60 Year 1 - T10 Cert H00001 AB4 Camera Bundle 245 $0.00 $0.00 $0.00 Year 1 - T10 Cert H00002 AB4 Multi Bay Dock Bundle 31 $0.00 $0.00 $0.00 Year 1 - T10 Cert H00003 AB4 1-Bay Dock Bundle 200 $0.00 $0.00 $0.00 Year 1 - T10 Cert T10Cert TASER 10 Certification Bundle 255 $108,273.14 $0.00 $108,273.14 Total $93,740.45 $0.00 $93,740.45 Nov 2023 Invoice Plan Item Description Qty Subtotal Tax Total Invoice Upon Fulfillment BWCamSBDTAP Body Worn Camera Single-Bay Dock TAP Bundle 200 $0.00 $0.00 $0.00 Total $0.00 $0.00 $0.00 Oct 2024 Invoice Plan Item Description Qty Subtotal Tax Total Annual Payment 1 - Interview Room Extension 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER TOUCH PANEL-P 2 $613.65 $0.00 $613.65 Annual Payment 1 - Interview Room Extension 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 $716.57 $0.00 $716.57 Annual Payment 1 - Interview Room Extension 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 $0.00 $0.00 $0.00 Annual Payment 1 - Interview Room Extension 50448 EXT WARRANTY, INTERVIEW ROOM 7 $932.09 $0.00 $932.09 Year 2 - T10 Cert 100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK-AND-LOOP-TRAINING)9 $198.73 $0.00 $198.73 Year 2 - T10 Cert 100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE 9 $198.73 $0.00 $198.73 Year 2 - T10 Cert 100396 TASER 10 INERT MAGAZINE RED 9 $198.73 $0.00 $198.73 Year 2 - T10 Cert 100401 TASER 10 INERT CARTRIDGE 90 $13.25 $0.00 $13.25 Year 2 - T10 Cert 100552 TRANSFER CREDIT - GOODS AXON 1 $3,533.51 $0.00 $3,533.51 Year 2 - T10 Cert 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 ($1,678.32)$0.00 ($1,678.32) Year 2 - T10 Cert 101027 TRANSFER CREDIT - GOODS CEW 1 ($26,389.59)$0.00 ($26,389.59) Year 2 - T10 Cert 85149 CEW 2 DAY PRODUCT SPECIFIC INSTRUCTOR COURSE 1 $1,001.01 $0.00 $1,001.01 Year 2 - T10 Cert H00001 AB4 Camera Bundle 245 $0.00 $0.00 $0.00 Year 2 - T10 Cert H00002 AB4 Multi Bay Dock Bundle 31 $0.00 $0.00 $0.00 Year 2 - T10 Cert H00003 AB4 1-Bay Dock Bundle 200 $0.00 $0.00 $0.00 Year 2 - T10 Cert T10Cert TASER 10 Certification Bundle 255 $170,790.39 $0.00 $170,790.39 Year 5 - Original Contract 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 ($15.70)$0.00 ($15.70) Page 9 Q-484630-45198.700BR Oct 2024 Invoice Plan Item Description Qty Subtotal Tax Total Gap Coverage Year 5 - Original Contract Gap Coverage 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 ($1.24)$0.00 ($1.24) Year 5 - Original Contract Gap Coverage 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER TOUCH PANEL-P 2 $0.00 $0.00 $0.00 Year 5 - Original Contract Gap Coverage 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 $0.00 $0.00 $0.00 Year 5 - Original Contract Gap Coverage 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 $0.00 $0.00 $0.00 Year 5 - Original Contract Gap Coverage 50448 EXT WARRANTY, INTERVIEW ROOM 7 $0.00 $0.00 $0.00 Year 5 - Original Contract Gap Coverage BasicLicense Basic License Bundle 60 $0.00 $0.00 $0.00 Year 5 - Original Contract Gap Coverage BWCamSBDTAP Body Worn Camera Single-Bay Dock TAP Bundle 200 $0.00 $0.00 $0.00 Year 5 - Original Contract Gap Coverage ProLicense Pro License Bundle 50 $7,012.50 $0.00 $7,012.50 Year 5 - Original Contract Gap Coverage Unlimited7+Unlimited 7+ Bundle 45 $163,528.20 $0.00 $163,528.20 Year 5 - Original Contract Gap Coverage Unlimited7+Unlimited 7+ Bundle 200 $405,600.00 $0.00 $405,600.00 Total $726,252.51 $0.00 $726,252.51 Oct 2025 Invoice Plan Item Description Qty Subtotal Tax Total Annual Payment 1 - BWC Extension BasicLicense Basic License Bundle 60 $0.00 $0.00 $0.00 Annual Payment 1 - BWC Extension BWCamSBDTAP Body Worn Camera Single-Bay Dock TAP Bundle 200 $27,128.56 $0.00 $27,128.56 Annual Payment 1 - BWC Extension ProLicense Pro License Bundle 50 $0.00 $0.00 $0.00 Annual Payment 1 - BWC Extension Unlimited7+Unlimited 7+ Bundle 45 $81,629.54 $0.00 $81,629.54 Annual Payment 1 - BWC Extension Unlimited7+Unlimited 7+ Bundle 200 $441,373.19 $0.00 $441,373.19 Annual Payment 2 - Interview Room Extension 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER TOUCH PANEL-P 2 $638.19 $0.00 $638.19 Annual Payment 2 - Interview Room Extension 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 $745.24 $0.00 $745.24 Annual Payment 2 - Interview Room Extension 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 $0.00 $0.00 $0.00 Annual Payment 2 - Interview Room Extension 50448 EXT WARRANTY, INTERVIEW ROOM 7 $969.37 $0.00 $969.37 Year 3 - T10 Cert 100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK-AND-LOOP-TRAINING)9 $360.04 $0.00 $360.04 Year 3 - T10 Cert 100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE 9 $360.04 $0.00 $360.04 Year 3 - T10 Cert 100396 TASER 10 INERT MAGAZINE RED 9 $360.04 $0.00 $360.04 Year 3 - T10 Cert 100401 TASER 10 INERT CARTRIDGE 90 $24.00 $0.00 $24.00 Page 10 Q-484630-45198.700BR Oct 2025 Invoice Plan Item Description Qty Subtotal Tax Total Year 3 - T10 Cert 100552 TRANSFER CREDIT - GOODS AXON 1 $6,401.68 $0.00 $6,401.68 Year 3 - T10 Cert 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 ($3,040.62)$0.00 ($3,040.62) Year 3 - T10 Cert 101027 TRANSFER CREDIT - GOODS CEW 1 ($47,810.21)$0.00 ($47,810.21) Year 3 - T10 Cert 85149 CEW 2 DAY PRODUCT SPECIFIC INSTRUCTOR COURSE 1 $1,813.54 $0.00 $1,813.54 Year 3 - T10 Cert H00001 AB4 Camera Bundle 245 $0.00 $0.00 $0.00 Year 3 - T10 Cert H00002 AB4 Multi Bay Dock Bundle 31 $0.00 $0.00 $0.00 Year 3 - T10 Cert H00003 AB4 1-Bay Dock Bundle 200 $0.00 $0.00 $0.00 Year 3 - T10 Cert T10Cert TASER 10 Certification Bundle 255 $309,422.23 $0.00 $309,422.23 Total $820,374.83 $0.00 $820,374.83 Oct 2026 Invoice Plan Item Description Qty Subtotal Tax Total Annual Payment 1 - BWC Extension BasicLicense Basic License Bundle 60 $0.00 $0.00 $0.00 Annual Payment 1 - BWC Extension BWCamSBDTAP Body Worn Camera Single-Bay Dock TAP Bundle 200 $30,198.77 $0.00 $30,198.77 Annual Payment 1 - BWC Extension ProLicense Pro License Bundle 50 $0.00 $0.00 $0.00 Annual Payment 1 - BWC Extension Unlimited7+Unlimited 7+ Bundle 45 $90,867.79 $0.00 $90,867.79 Annual Payment 1 - BWC Extension Unlimited7+Unlimited 7+ Bundle 200 $491,324.58 $0.00 $491,324.58 Annual Payment 3 - Interview Room Extension 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER TOUCH PANEL-P 2 $663.72 $0.00 $663.72 Annual Payment 3 - Interview Room Extension 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 $775.04 $0.00 $775.04 Annual Payment 3 - Interview Room Extension 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 $0.00 $0.00 $0.00 Annual Payment 3 - Interview Room Extension 50448 EXT WARRANTY, INTERVIEW ROOM 7 $1,008.15 $0.00 $1,008.15 Year 4 - T10 Cert 100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK-AND-LOOP-TRAINING)9 $332.62 $0.00 $332.62 Year 4 - T10 Cert 100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE 9 $332.62 $0.00 $332.62 Year 4 - T10 Cert 100396 TASER 10 INERT MAGAZINE RED 9 $332.62 $0.00 $332.62 Year 4 - T10 Cert 100401 TASER 10 INERT CARTRIDGE 90 $22.17 $0.00 $22.17 Year 4 - T10 Cert 100552 TRANSFER CREDIT - GOODS AXON 1 $5,914.13 $0.00 $5,914.13 Year 4 - T10 Cert 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 ($2,809.04)$0.00 ($2,809.04) Year 4 - T10 Cert 101027 TRANSFER CREDIT - GOODS CEW 1 ($44,168.99)$0.00 ($44,168.99) Year 4 - T10 Cert 85149 CEW 2 DAY PRODUCT SPECIFIC INSTRUCTOR COURSE 1 $1,675.42 $0.00 $1,675.42 Year 4 - T10 Cert H00001 AB4 Camera Bundle 245 $0.00 $0.00 $0.00 Year 4 - T10 Cert H00002 AB4 Multi Bay Dock Bundle 31 $0.00 $0.00 $0.00 Year 4 - T10 Cert H00003 AB4 1-Bay Dock Bundle 200 $0.00 $0.00 $0.00 Year 4 - T10 Cert T10Cert TASER 10 Certification Bundle 255 $285,856.63 $0.00 $285,856.63 Total $862,326.23 $0.00 $862,326.23 Page 11 Q-484630-45198.700BR Oct 2027 Invoice Plan Item Description Qty Subtotal Tax Total Annual Payment 1 - BWC Extension BasicLicense Basic License Bundle 60 $0.00 $0.00 $0.00 Annual Payment 1 - BWC Extension BWCamSBDTAP Body Worn Camera Single-Bay Dock TAP Bundle 200 $31,440.67 $0.00 $31,440.67 Annual Payment 1 - BWC Extension ProLicense Pro License Bundle 50 $0.00 $0.00 $0.00 Annual Payment 1 - BWC Extension Unlimited7+Unlimited 7+ Bundle 45 $94,604.68 $0.00 $94,604.68 Annual Payment 1 - BWC Extension Unlimited7+Unlimited 7+ Bundle 200 $511,530.22 $0.00 $511,530.22 Annual Payment 4 - Interview Room Extension 50039 INTERVIEW - SOFTWARE - CLIENT MAINTENANCE (PER TOUCH PANEL-P 2 $690.27 $0.00 $690.27 Annual Payment 4 - Interview Room Extension 50043 INTERVIEW - SOFTWARE - STREAMING SERVER MAINTENANCE (PER SER 2 $806.05 $0.00 $806.05 Annual Payment 4 - Interview Room Extension 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 14 $0.00 $0.00 $0.00 Annual Payment 4 - Interview Room Extension 50448 EXT WARRANTY, INTERVIEW ROOM 7 $1,048.46 $0.00 $1,048.46 Year 5 - T10 Cert 100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK-AND-LOOP-TRAINING)9 $332.62 $0.00 $332.62 Year 5 - T10 Cert 100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE 9 $332.62 $0.00 $332.62 Year 5 - T10 Cert 100396 TASER 10 INERT MAGAZINE RED 9 $332.62 $0.00 $332.62 Year 5 - T10 Cert 100401 TASER 10 INERT CARTRIDGE 90 $22.17 $0.00 $22.17 Year 5 - T10 Cert 100552 TRANSFER CREDIT - GOODS AXON 1 $5,914.13 $0.00 $5,914.13 Year 5 - T10 Cert 100553 TRANSFER CREDIT - SOFTWARE AND SERVICES 1 ($2,809.04)$0.00 ($2,809.04) Year 5 - T10 Cert 101027 TRANSFER CREDIT - GOODS CEW 1 ($44,168.99)$0.00 ($44,168.99) Year 5 - T10 Cert 85149 CEW 2 DAY PRODUCT SPECIFIC INSTRUCTOR COURSE 1 $1,675.42 $0.00 $1,675.42 Year 5 - T10 Cert H00001 AB4 Camera Bundle 245 $0.00 $0.00 $0.00 Year 5 - T10 Cert H00002 AB4 Multi Bay Dock Bundle 31 $0.00 $0.00 $0.00 Year 5 - T10 Cert H00003 AB4 1-Bay Dock Bundle 200 $0.00 $0.00 $0.00 Year 5 - T10 Cert T10Cert TASER 10 Certification Bundle 255 $285,856.63 $0.00 $285,856.63 Total $887,608.53 $0.00 $887,608.53 Page 12 Q-484630-45198.700BR Tax is estimated based on rates applicable at date of quote and subject to change at time of invoicing. If a tax exemption certificate should be applied, please submit prior to invoicing. Contract League of Oregon Cities (fka NPP) Contract No. PS20270 is incorporated by reference into the terms and conditions of this Agreement. In the event of conflict the terms of Axon's Master Services and Purchasing Agreement shall govern. Standard Terms and Conditions Axon Enterprise Inc. Sales Terms and Conditions Axon Master Services and Purchasing Agreement: This Quote is limited to and conditional upon your acceptance of the provisions set forth herein and Axon’s Master Services and Purchasing Agreement (posted at www.axon.com/legal/sales-terms-and-conditions), as well as the attached Statement of Work (SOW) for Axon Fleet and/or Axon Interview Room purchase, if applicable. In the event you and Axon have entered into a prior agreement to govern all future purchases, that agreement shall govern to the extent it includes the products and services being purchased and does not conflict with the Axon Customer Experience Improvement Program Appendix as described below. ACEIP: The Axon Customer Experience Improvement Program Appendix, which includes the sharing of de-identified segments of Agency Content with Axon to develop new products and improve your product experience (posted at www.axon.com/legal/sales-terms-and-conditions), is incorporated herein by reference. By signing below, you agree to the terms of the Axon Customer Experience Improvement Program. Acceptance of Terms: Any purchase order issued in response to this Quote is subject solely to the above referenced terms and conditions. By signing below, you represent that you are lawfully able to enter into contracts. If you are signing on behalf of an entity (including but not limited to the company, municipality, or government agency for whom you work), you represent to Axon that you have legal authority to bind that entity. If you do not have this authority, please do not sign this Quote. Page 13 Q-484630-45198.700BR Exceptions to Standard Terms and Conditions Agency has existing contracts #00023651, 00029809, 00022009 (originated via Q-201611, Q-258723, Q-200656) and is terminating that contract upon the new license start date (11/1/2023) of this quote. Any change in this date and resulting license start date will result in modification of this program value which may result in additional fees due to or from Axon. The parties agree that Axon is applying a Net Transfer Debit of $ $12,602.54 to the quote for delivered but unpaid items. Axon is forgiving the last payment due for Taser 7 on contract 00023651 to the sum of $179,267.55 in the form of a CEW transfer credit on this quote. This incentive is contingent upon the agency returning 255 Taser 7 handles, 255 holsters, and 510 cartridges. All contract paperwork is due to Axon no later than 10/20/23 in order to receive this trade-in incentive Any credits contained in this quote are contingent upon payment in full of the following amounts: Q-315784 9/1/2023 INUS184064 $412,612.50 Q-318441 10/1/2023 $179,267.55 Page 14 Q-484630-45198.700BR 100% discounted body-worn camera and docking station hardware contained in this quote reflects a TAP replacement for hardware purchased under existing contract #00023651. All TAP obligations from this contract will be considered fulfilled upon execution of this quote. Exceptions to Standard Terms and Conditions This quote represents part 1 of 2. The binding nature of this quote is contingent upon the subsequent booking of part 2 quote Q-515823 in conjunction with this one. \s1\\d1\ Signature Date Signed 9/29/2023 Page 1 Q-515823-45198.702BR Q-515823-45198.702BR Issued: 09/29/2023 Quote Expiration: 10/26/2023 Estimated Contract Start Date: 11/01/2023 Account Number: 110543 Payment Terms: N30 Delivery Method: SHIP TO BILL TO SALES REPRESENTATIVE PRIMARY CONTACT Business;Delivery;Invoice-645 Pierce St 645 Pierce St Clearwater, FL 33756-5400 USA Clearwater Police Dept - FL 645 Pierce St Clearwater FL 33756-5400 USA Email: Brendan Rome Phone: Email: brome@axon.com Fax: Anthony Monte Phone: Email: anthony.monte@myclearwater.com Fax: Quote Summary Discount Summary Program Length 10 Months Average Savings Per Year $39,448.30 TOTAL COST $0.00 ESTIMATED TOTAL W/ TAX $0.00 TOTAL SAVINGS $394,483.00 Payment Summary Date Subtotal Tax Total Total 0 0 0 Axon Enterprise, Inc. 17800 N 85th St. Scottsdale, Arizona 85255 United States VAT: 86-0741227 Domestic: (800) 978-2737 International: +1.800.978.2737 Page 2 Q-515823-45198.702BR Quote Unbundled Price:$394,483.00 Quote List Price:$438,550.00 Quote Subtotal:$0.00 Pricing All deliverables are detailed in Delivery Schedules section lower in proposal Item Description Qty Term Unbundled List Price Net Price Subtotal Tax Total Program Unlimited7+Unlimited 7+ Bundle 45 10 $150.94 $179.00 $0.00 $0.00 $0.00 $0.00 Unlimited7+Unlimited 7+ Bundle 200 10 $163.28 $179.00 $0.00 $0.00 $0.00 $0.00 Total $0.00 $0.00 $0.00 Page 3 Q-515823-45198.702BR Delivery Schedule Software Bundle Item Description QTY Estimated Start Date Estimated End Date Unlimited 7+ Bundle 100801 RECORDS OSP 200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73478 REDACTION ASSISTANT USER LICENSE 45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73478 REDACTION ASSISTANT USER LICENSE 200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73618 AXON COMMUNITY REQUEST+ LICENSE 45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73618 AXON COMMUNITY REQUEST+ LICENSE 200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73638 STANDARDS ACCESS LICENSE 45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73680 RESPOND DEVICE PLUS LICENSE 45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73680 RESPOND DEVICE PLUS LICENSE 200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73682 AUTO TAGGING LICENSE 45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73682 AUTO TAGGING LICENSE 200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 450 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 2000 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE 45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE 200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73739 PERFORMANCE LICENSE 45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73739 PERFORMANCE LICENSE 200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 73746 PROFESSIONAL EVIDENCE.COM LICENSE 2 11/01/2023 08/31/2024 Services Bundle Item Description QTY Unlimited 7+ Bundle 11642 THIRD-PARTY VIDEO SUPPORT LICENSE 45 Warranties Bundle Item Description QTY Estimated Start Date Estimated End Date Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)45 11/01/2023 08/31/2024 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)6 11/01/2023 08/31/2024 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)200 11/01/2023 08/31/2024 Unlimited 7+ Bundle 80464 EXT WARRANTY, CAMERA (TAP)1 11/01/2023 08/31/2024 Unlimited 7+ Bundle 80465 EXT WARRANTY, MULTI-BAY DOCK (TAP)6 11/01/2023 08/31/2024 Unlimited 7+ Bundle 80465 EXT WARRANTY, MULTI-BAY DOCK (TAP)25 11/01/2023 08/31/2024 Page 4 Q-515823-45198.702BR Payment Details Nov 2023 Invoice Plan Item Description Qty Subtotal Tax Total Invoice Upon Fulfillment Unlimited7+Unlimited 7+ Bundle 45 $0.00 $0.00 $0.00 Invoice Upon Fulfillment Unlimited7+Unlimited 7+ Bundle 200 $0.00 $0.00 $0.00 Total $0.00 $0.00 $0.00 Page 5 Q-515823-45198.702BR Tax is estimated based on rates applicable at date of quote and subject to change at time of invoicing. If a tax exemption certificate should be applied, please submit prior to invoicing. Standard Terms and Conditions Axon Enterprise Inc. Sales Terms and Conditions Axon Master Services and Purchasing Agreement: This Quote is limited to and conditional upon your acceptance of the provisions set forth herein and Axon’s Master Services and Purchasing Agreement (posted at www.axon.com/legal/sales-terms-and-conditions), as well as the attached Statement of Work (SOW) for Axon Fleet and/or Axon Interview Room purchase, if applicable. In the event you and Axon have entered into a prior agreement to govern all future purchases, that agreement shall govern to the extent it includes the products and services being purchased and does not conflict with the Axon Customer Experience Improvement Program Appendix as described below. ACEIP: The Axon Customer Experience Improvement Program Appendix, which includes the sharing of de-identified segments of Agency Content with Axon to develop new products and improve your product experience (posted at www.axon.com/legal/sales-terms-and-conditions), is incorporated herein by reference. By signing below, you agree to the terms of the Axon Customer Experience Improvement Program. Acceptance of Terms: Any purchase order issued in response to this Quote is subject solely to the above referenced terms and conditions. By signing below, you represent that you are lawfully able to enter into contracts. If you are signing on behalf of an entity (including but not limited to the company, municipality, or government agency for whom you work), you represent to Axon that you have legal authority to bind that entity. If you do not have this authority, please do not sign this Quote. Page 6 Q-515823-45198.702BR Exceptions to Standard Terms and Conditions This quote represents part 2 of 2. The binding nature of this quote is contingent upon the subsequent booking of part 1 quote Q-484630 in conjunction with this one. \s1\\d1\ Signature Date Signed 9/29/2023 AXON EXE CU TIVE SUMM ARY COM BINING EXIS TING IN TERVIEWROOM, CAMERA/SOF TWARE PROGRAM UPGRADING TO T ASE R 10 CLEARWATER POLICE DEPARTMENT Axon Enterprise, Inc. 17800 North 85th Street Scottsdale, AZ 85255 Phone: 800.978.2737 August 2022 C L E A R W A T E R P D PAGE1 AXON 5 -YEAR CONTRACT INTRODUCTION On behalf of Axon, we are pleased to present the following proposal for your Interview Room, Body Worn Camera (BWC), and Conducted Energy Weapon (CEW), needs. This solution is reflected via a new consolidated 5-year contract with an effective start date of 11/1/2023 . Per the previous contract, th is contract is structured to reflect 245 BWC users, 255 TASER10 users and 7 Interview Rooms. Axon’s package includes hardware, software, accessories, training programs, 24/7 customer support, equipment refreshes, and warranties to help equip your officers with the solutions they need. This proposal was developed as a recommendation based on the discussions, presentation s, and demos the PD and Axon have had over the last several months. Best regards, Brendan Rome & Alyssa Payne C L E A R W A T E R P D PAGE2 5 - YEAR CONTRACT BENEFITS Fixed Cost / Price Predictability for 5 Years One Contract / One End Date to Manage o Consolidate the BWC and CEW contracts for additional savings and efficiency.  Upgrade to TASER 10 o More than a weapon for building trust, advancing training, and supporting transparency. Same Equipment & Hardware Refresh Schedule (no mixed inventory) Maintain Current Unlimited 7+ Bundle and Upgrade to Taser 10 Certification Bundle o Respond & Respond Plus o Axon Performance o Axon Citizen for Communities o Redaction Assistant o Auto-tagging o Abundant Third-Party Storage o Third Party Playback o Investigate o Auto-Transcribe o TASER10 (2) TAP (Technology Assurance Plan) Upgrades of Body Warn Camera & Docks C L E A R W A T E R P D PAGE3 5 -YEAR CONTRACT DELIVERABLES B W C C O M P O N E N T S 2 45 Axon Body 4 cameras TAP Program: BWC & Docks Refreshes at 0, 30, 60 months Unlimited Axon Storage Professional Licenses for all users Respond & Respond Plus Auto-Tagging Redaction Assistant Axon View & Capture Citizen for Officer (1:1) Performance Axon 3rd Party Viewer Axon Investigate C E W C O M P O N E N T S 2 55 Taser 10 Taser Signal Activation Taser Cartridges & Batteries CEW Training Supplies CEW Vouchers (Instructor and MIS School) CEW Rechargeable Batteries and Dock & Walk Bay s C L E A R W A T E R P D PAGE4 TASER 10 In line with its focus to provide safer, more reliable tools that can stop threats, Axon has an ongoing commitment to continually improve its TASER energy weapons. In 2020, the company accelerated investments in advancing less-lethal technology to better serve public safety and communities. TASER 10 represents a giant leap in innovation, with several step-function improvements compared to previous versions. Key new advancements include: • New de-escalation features , including a 1,000-lumen pulsing light, loud audible alerts and LASER painting to warn a subject to comply before having to deploy probes. • A longer range of up to 45 feet, compared with only 25 feet previously, creating more time and space for decision -making and reducing risk for everyone involved. • The ability to deploy up to 10 probes compared with four probes previously, which only provided one or two opportunities to be effective. The device also has a differing tone when a good connection is made, a lerting the officer. • Individually targeted probes enabling the user to create their own spread, compared with the previous need to deploy two probes simultaneously at a predefined angle. This drastically improves accuracy and effectiveness, expanding the scenarios in which it can be used. "As technology leaders in public safety, we have a responsibility to identify every possible way we can give officers better tools to reduce officer-involved shootings," said Axon CEO Rick Smith, who founded the company 30 years ago with a mission to leverage technology to protect life and obsolete the bullet. "We have worked tirelessly to develop TASER 10 because we know that public safety needs better ways to stop imminent threats and protect their communities and themselves without lethal force. TASER 10 ushers in the potential for a less-lethal future, and we are confident it will be a key factor in helping to cut gun-related deaths between police and the public by 50% in the next 10 years." THE MOST RELIABLE ENERGY WEAPON TO DATE Today, we know that ineffective TASER deployments can result in an escalation to lethal force and that over 80% of officer-involved shootings occur within a 40-foot range. TASER 10 provides almost double the range of our previous ener gy weapons, with a maximum distance to reach a subject of 45 feet (13.7 meters), providing more time and space to de-escalate and resolve conflicts. The TASER 10 provides more opportunities than other less-lethal options to immediately stop a threat without needing to reload. The TASER 10 is a two-probe-connect energy weapon. The first trigger pull discharges a single probe without electrical output and the second trigger pull discharges a second probe to create neuromuscular incapacitation (NMI). The device provides C L E A R W A T E R P D PAGE4 additional opportunities to obtain effective NMI, with the subsequent trigger pulls if the previous probes did not have proper attainment. Leveraging smart technology, TASER 10 avoids delivering more charge than necessary. Regardless of how many probes make a connection, the device will only deliver current to the best four connections. Additionally, the TASER 10 has a reduced voltage of approximately 1,000 volts, compared with the previous 50,000 volts with the TASER 7. MORE THAN JUST AN ENERGY WEAPON TASER 10's additional capabilities make it more than just an energy weapon. It integrates with the Axon suite of products including: • Axon Evidence, which allows agencies to manage pulse graphs, weapons activity, event logs and firing logs in the same cloud-hosted software system where they can store body camera video and other digital evidence. • The Axon Network, which seamlessly connects TASER 10 to Axon body-worn cameras and in-car cameras, as well as the Axon Respond real -time operations platform and the Axon Records productivity software suite. These additional capabilities ensure that agencies never miss a critical moment on their cameras and i ncrease visibility to surface insights for continuous improvement. This supports greater transparency and accountability and informs policy for the future. The Axon network also helps officers save time on writing reports so they can spend more time protecting their communities. • Smart holster technology. TASER 10 has an onboard sensor that pairs with certified holsters, allowing the TASER 10 to detect when it has been removed from a holster. TASER 10 logs the de-holstering event and emits a wireless signal to alert local body cameras to begin recording. TASER 10 EVALUATION AND SAFETY As with all previous TASER energy weapons, Axon performed multi-phase testing of the TASER 10 to ensure the weapon meets expectations for both safety and effectiveness. This included independent cardiac safety testing conducted at The Johns Hopkins University School of Medicine, as well as physiologic and metabolic testing, and probe wound profile testing conducted under the direction of Axon's medical director and Science and Medical Advisory Board (SMAB). All tests confirmed that the TASER 10 has a safety profile comparable to or better than previous TASER energy weapons. Today, TASER energy weapons are the most studied use-of-force tool available to law enforcement. Learn more about the safety of TASER energy weapons here. Axon also worked with several public safety agencies to evaluate TASER 10 prior to launch. This enabled Axon to gather data and feedback directly from trusted partners and translate those findings to best practices for future use with agencies and forces around the world. C L E A R W A T E R P D PAGE4 "As public servants, our goal is never to bring harm to anyone in a difficult situation," said Dennis Lemma, Sheriff at the Seminole County Sheriff's Office in Sanford, Fla., and a key agency in Axon's TASER 10 evaluation program. "The TASER 10 adds a new level of confidence for our deputies when intervention is required to ensure that they can de-escalate with accuracy and enhanced safety. I believe that the TASER 10 will play a key role in reducing situations where our deputies may otherwise have to resort to lethal options, and we believe that the TASER 10 will serve as a key tool to continue to keep our communities safe." THE NEXT GIANT LEAP TO PROTECT LIFE During the design phase of the TASER 10, Axon worked directly with law enforcement, community members and Axon's Ethics and Equity Advisory Council (EEAC), to obtain feedback that informed these new capabilities, taking ideas from real-life experiences into development. "The key is to find common ground for both community members and public servants. It's not enough to be safe, we also need people to feel safe in their communities and where they serve. This is why we enlisted feedback from both the community and public safety in the design of the TASER 10," said Regina Holloway, Vice President of Global Strategic Community Impact at Axon. "The result is an energy weapon that can provide up to 10 opportunities to protect a life. At the end of the day, we know that community members and officers want to make it home safe. By improving the effectiveness of TASER technology, we can help make sure that happens." TASER 10 is a giant leap toward Axon's collective moonshot effort to cut gun-related deaths between police and the public by 50% in 10 years. Axon recognizes that this is a joint effort that involves industry-leading partners, community members and advocates, law enforcement and government entities. The goal is to establish a three-pronged approach with a series of solutions and advancements across technology, training and building greater trust through data and insights that can inform progress and ultimately save lives. Through a shared commitment to research, dialogue, innovation and implementation, Axon, alongside its partners, believes all involved can develop responsible, evidence-based solutions to cut gun-related deaths — and ultimately become greater than the sum of our parts to achieve our moonshot goal. C L E A R W A T E R P D I N CONCLUSION Axon values the partnership with Clearwater PD and we look forward to continuing that relationship into the future. We thank you for your evaluation and engagement during this process and look forward to working together as the agency deploys these tools and solutions. C L E A R W A T E R P D BACK COVER C L E A R W A T E R P D DEDICATION TO CUSTOMER SUCCESS Once a solution is delivered, most agencies are left asking, what’s next? Axon has you covered. We are committed to providing Albany Police Dept. with post-sales and post- deployment support. Whether that be troubleshooting as sistance, technical support, consulting advice, or help with exchanging and returning equipment, our dedicated team is here for you. Through regular communication, our knowledgeable staff can offer Albany Police Dept. the support you should expect from a s ervice provider. This support includes access to: 24/7 CUSTOMER SUPPORT – Axon’s full customer support division available via live phone support, 24 hours a day, seven days a week. PROFESSIONAL SERVICES – Experienced and skilled personnel who are involved in the implementation, development, deployment, management, and support of your Axon program SALES ENGINEERS (SE) – SEs own the technical aspects of the sales process and have the technical mindset which allows them to understand complex systems and solve intricate challenges involving hardware, software, and network issues CUSTOMER SUCCESS MANAGERS – Dedicated Axon personnel assigned per agency who communicate important operating system/firmware and hardware updates, identify day-to-day bugs, and address g eneral issues, as well as fulfill hardware refreshes and deployment of new equipment, conduct quarterly business reviews with customers, and identify important customer feature requests SUBJECT MATTER EXPERTS (SME) – SMEs have vast experience in Axon products and an understanding of the complex issues that affect law enforcement around the world ECOMMERCE – Axon’s online store available to clients for an expedited purchasing experience on smaller orders CONSULTANTS – Part-time expert consultants, made up of retired law enforcement leaders, who deliver service on smaller projects and serve as additional resources on large projects AXON’S EXECUTIVE TEAM – A leadership team with broad business and technology experience AXON’S CEW TEAM – A team of experienced CEW sales reps, engineers, and SMEs AXON ACCELERATE – Axon’s user conference brings members of the law enforcement community, technology leaders, and prosecutors together to learn how agencies can make policing more effective and efficient with Axon products ACCOUNT MANAGEMENT HELP – Available assistance when issues arise with an agencies account LUNCH AND LEARNS – Short informational sessions to share knowledge across and within different disciplines at Axon LEARNING AND DEVELOPMENT – Ongoing training courses that cover and promote proper software and hardware use and compliance C L E A R W A T E R P D Our goal is to provide Clearwater Police Department with the necessary assistance to help make the most of the solutions you count on every day. With a network of resources dedicated and designed to meet the needs of law enforcement, Axon is here to help. C L E A R W A T E R P D AXON PRODUCT OVERVIEWS AXON BODY 3 WIT H AXON RE SPOND FOR DE VICE S+ – Unlock added value with Axon’s connected camera, Axon Body 3, where advanced imaging and audio meet real-time awareness. Additionally, OSP 7+ Premium users benefit from an Axon Respond for Devices+ license that enables real -time alerts, live maps, and access to livestreams from Axon Evidence and the Axon Aware mobile application. AXON SIG NAL SIDE ARM – Capture vital footage by adding a sensor to your holster that alerts your camera to start recording when a firearm is unholstered. AXON RE DACT ION AS SIST ANT – Cut down redaction work significantly by letting the Redaction Assistant automatically detect and track the screens, license plates, and faces in a video. AXON PE RFORMANCE – Streamline supervisor reviews and measure your body-worn camera policy performance in near real -time, and identify areas to improve training and establish clearer policies. AXON CIT IZE N FOR COMMUNIT IE S – With Axon Citizen, you can invite individual witnesses , or the entire community, to submit photos and videos of an incident directly to your agency. One -to-one submissions and community-wide portals help get to the truth quickly. AXON CIT IZE N ONE -TO-ONE – Allows community membe rs with pertinent evidence to make one-to-one submissions from the Axon Capture mobile application. AXON CAPT URE – A mobile application built for your smartphone to easily record photo, audio , and video evidence without leaving the scene. AXON RE CORDS – Axon Records allow agencies to take advantage of automated workflows related to creating reports, responding to calls for service, engaging with community members, and bringing criminals to justice. AUT O -T AG G ING – Take information from your existing CAD/RMS to automatically add metadata to your videos housed in Axon Evidence. T HIRD -PART Y VIDE O PLAY BACK – By incorporating video conversion and playback tools in Axon Evidence, agencies can review, store, and organize video evidence from many sources. C L E A R W A T E R P D BACK COVER LEAGUE OF OREGON CITIES MASTER PRICE AGREEMENT This Master Price Agreement is effective as of the date of the last signature below (the “Effective Date”) by and between the LEAGUE OF OREGON CITIES, an Oregon public corporation under ORS Chapter 190 (“LOC” or “Purchaser”) and AXON ENTERPRISE, INC. (“Vendor”). RECITALS WHEREAS, the Vendor is in the business of selling certain LAW ENFORCEMENT EQUIPMENT, as further described herein; and WHEREAS, the Vendor desires to sell and the Purchaser desires to purchase certain products and related services all upon and subject to the terms and conditions set forth herein; and WHEREAS, through a solicitation for LAW ENFORCEMENT EQUIPMENT the Vendor was awarded the opportunity to complete a Master Price Agreement with the LEAGUE OF OREGON CITIES as a result of its response to Request for Proposal No. 2010 for LAW ENFORCEMENT EQUIPMENT; and WHEREAS, the LEAGUE OF OREGON CITIES asserts that the solicitation and Request for Proposal meet Oregon public contracting requirements (ORS 279, 279A, 279B and 279C et. seq.); and WHEREAS, Purchaser and Vendor desire to extend the terms of this Master Price Agreement to benefit other qualified government members of National Purchasing Partners, LLC dba Public Safety GPO, dba First Responder GPO, dba Law Enforcement GPO and dba NPPGov; NOW, THEREFORE, Vendor and Purchaser, intending to be legally bound, hereby agree as follows: ARTICLE 1 – CERTAIN DEFINITIONS 1.1 “Agreement” shall mean this Master Price Agreement, including the main body of this Agreement and Attachments A-F attached hereto and by this reference incorporated herein, including Purchaser’s Request for Proposal No. 2010 (herein “RFP”) and Vendor’s Proposal submitted in response to the RFP (herein “Vendor’s Proposal”) as referenced and incorporated herein as though fully set forth (sometimes referred to collectively as the “Contract Documents”). 1.2 “Applicable Law(s)” shall mean all applicable federal, state and local laws, statutes, ordinances, codes, rules, regulations, standards, orders and other governmental requirements of any kind. 1.3 “Employee Taxes” shall mean all taxes, assessments, charges and other amounts whatsoever payable in respect of, and measured by the wages of, the Vendor’s employees (or subcontractors), as required by the Federal Social Security Act and all amendments thereto and/or any other applicable federal, state or local law. 1.4 “Purchaser’s Destination” shall mean such delivery location(s) or destination(s) as Purchaser may prescribe from time to time. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 2 1.5 “Products and Services” shall mean the products and/or services to be sold by Vendor hereunder as identified and described on Attachment A hereto and incorporated herein, as may be updated from time to time by Vendor to reflect products and/or services offered by Vendor generally to its customers. 1.6 “Purchase Order” shall mean any authorized written order for Products and Services sent by Purchaser to Vendor via mail, courier, overnight delivery service, email, fax and/or other mode of transmission as Purchaser and Vendor may from time to time agree. 1.7 “Unemployment Insurance” shall mean the contribution required of Vendor, as an employer, in respect of, and measured by, the wages of its employees (or subcontractors) as required by any applicable federal, state or local unemployment insurance law or regulation. 1.8 “National Purchasing Partners” or “(NPP)” is a subsidiary of two nonprofit health care systems. The Government Division of NPP, hereinafter referred to as “NPPGov”, provides group purchasing marketing and administrative support for governmental entities within the membership. NPPGov’s membership includes participating public entities across North America. 1.9 “Lead Contracting Agency” shall mean the LEAGUE OF OREGON CITIES, which is the governmental entity that issued the Request for Proposal and awarded this resulting Master Price Agreement. 1.10 “Participating Agencies” shall mean members of National Purchasing Partners for which Vendor has agreed to extend the terms of this Master Price Agreement pursuant to Article 2.6 and Attachment C herein. For purposes of cooperative procurement, “Participating Agency” shall be considered “Purchaser” under the terms of this Agreement. 1.11 “Party” and “Parties” shall mean the Purchaser and Vendor individually and collectively as applicable. ARTICLE 2 – AGREEMENT TO SELL 2.1 Vendor hereby agrees to sell to Purchaser such Products and Services as Purchaser may order from time to time by Purchase Order, all in accordance with and subject to the terms, covenants and conditions of this Agreement. Purchaser agrees to purchase those Products and Services ordered by Purchaser by Purchase Order in accordance with and subject to the terms, covenants and conditions of this Agreement. 2.2 Vendor may add additional products and services to the contract provided that any additions reasonably fall within the intent of the original RFP specifications. Pricing on additions shall be equivalent to the percentage discount for other similar products. Vendor may provide a web-link with current product listings, which may be updated periodically, as allowed by the terms of the resulting Master Price Agreement. Vendor may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products may be added to avoid competitive procurement requirements. LOC may reject any additions without cause. 2.3 All Purchase Orders issued by Purchaser to Vendor for Products during the term (as hereinafter defined) of this Agreement are subject to the provisions of this Agreement as though fully set forth in such Purchase Order. The Vendor retains authority to negotiate above and beyond the terms of this Agreement to meet the Purchaser or Vendor contract requirements. In the event that the provisions of this Agreement DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 3 conflict with any Purchase Order issued by Purchaser to Vendor, the provisions of this Agreement shall govern. No other terms and conditions, including, but not limited to, those contained in Vendor’s standard printed terms and conditions, on Vendor’s order acknowledgment, invoices or otherwise, shall have any application to or effect upon or be deemed to constitute an amendment to or to be incorporated into this Agreement, any Purchase Order, or any transactions occurring pursuant hereto or thereto, unless this Agreement shall be specifically amended to adopt such other terms and conditions in writing by the Parties. 2.4 Notwithstanding any other provision of this Agreement to the contrary, the Lead Contracting Agency shall have no obligation to order or purchase any Products and Services hereunder and the placement of any Purchase Order shall be in the sole discretion of the Participating Agencies. This Agreement is not exclusive. Vendor expressly acknowledges and agrees that Purchaser may purchase at its sole discretion, Products and Services that are identical or similar to the Products and Services described in this Agreement from any third party. 2.5 In case of any conflict or inconsistency between any of the Contract Documents, the documents shall prevail and apply in the following order of priority: (i) This Agreement; (ii) The RFP; (iii) Vendor’s Proposal; Vendor has provided a list of Exceptions to the RFP Solicitation identified in Vendor’s Proposal Vendor’s Exception to include its Master Service and Purchasing Agreement as an exhibit into the final contract award is approved and by this reference incorporated herein. 2.6 Extension of contract terms to Participating Agencies: 2.6.1 Vendor agrees to extend the same terms, covenants and conditions available to Purchaser under this Agreement to Participating Agencies, that have executed an Intergovernmental Cooperative Purchasing Agreement (“IGA”) as may be required by each Participating Agency’s local laws and regulations, in accordance with Attachment C. Each Participating Agency will be exclusively responsible for and deal directly with Vendor on matters relating to ordering, delivery, inspection, acceptance, invoicing, and payment for Products and Services in accordance with the terms and conditions of this Agreement as if it were “Purchaser” hereunder. Any disputes between a Participating Agency and Vendor will be resolved directly between them under and in accordance with the laws of the State in which the Participating Agency exists. Pursuant to the IGA, the Lead Contracting Agency shall not incur any liability as a result of the access and utilization of this Agreement by other Participating Agencies. 2.6.2 This Solicitation meets the public contracting requirements of the Lead Contracting Agency and may not be appropriate under or meet Participating Agencies’ procurement laws. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. 2.6.3 Vendor acknowledges execution of a Vendor Administration Fee Agreement with NPPGov, pursuant to the terms of the RFP. 2.7 Oregon Public Agencies are prohibited from use of Products and Services offered under this Agreement that are already provided by qualified nonprofit agencies for disabled individuals as listed on the Department of Administrative Service’s Procurement List (“Procurement List”) pursuant to ORS 279.835-.855. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 4 See www.OregonRehabilitation.org/qrf for more information. Vendor shall not sell products and services identified on the Procurement List (e.g., reconditioned toner cartridges) to Purchaser or Participating Agencies within the state of Oregon. ARTICLE 3 – TERM AND TERMINATION 3.1 The initial contract term shall be for three (3) calendar years from the Effective Date of this Agreement (“Initial Term”). Upon termination of the original three (3) year term, this Agreement shall automatically extend for up to three (3) successive one (1) year periods; (each a “Renewal Term”); provided, however, that the Lead Contracting Agency and/or the Vendor may opt to decline extension of the MPA by providing notification in writing at least thirty (30) calendar days prior to the annual automatic extension anniversary of the Initial Term. 3.2 Either Vendor or the Lead Contracting Agency may terminate this Agreement by written notice to the other party if the other Party breaches any of its obligations hereunder and fails to remedy the breach within thirty (30) days after receiving written notice of such breach from the non-breaching party. ARTICLE 4 – PRICING, INVOICES, PAYMENT AND DELIVERY 4.1 Purchaser shall pay Vendor for all Products and Services ordered and delivered in compliance with the terms and conditions of this Agreement at the pricing specified for each such Product and Service on Attachment A, including shipping. Unless Attachment A expressly provides otherwise, the pricing schedule set forth on Attachment A hereto shall remain fixed for the Initial Term of this Agreement; provided that manufacturer pricing is not guaranteed and may be adjusted based on the next manufacturer price increase. Pricing contained in Attachment A shall be extended to all NPPGov, Public Safety GPO, First Responder GPO and Law Enforcement GPO members upon execution of the IGA. 4.2 Vendor shall submit original invoices to Purchaser in form and substance and format reasonably acceptable to Purchaser. All invoices must reference the Purchaser’s Purchase Order number, contain an itemization of amounts for Products and Services purchased during the applicable invoice period and any other information reasonably requested by Purchaser, and must otherwise comply with the provisions of this Agreement. Invoices shall be addressed as directed by Purchaser. 4.3 Unless otherwise specified, Purchaser is responsible for any and all applicable sales taxes. Attachment A or Vendor’s Proposal (Attachment D) shall specify any and all other taxes and duties of any kind which Purchaser is required to pay with respect to the sale of Products and Services covered by this Agreement and all charges for packing, packaging and loading. 4.4 Except as specifically set forth on Attachments A and F, Purchaser shall not be responsible for any additional costs or expenses of any nature incurred by Vendor in connection with the Products and Services, including without limitation travel expenses, clerical or administrative personnel, long distance telephone charges, etc. (“Incidental Expenses”). 4.5 Price reductions or discount increases may be offered at any time during the contract term and shall become effective upon notice of acceptance from Purchaser. 4.6 Notwithstanding any other agreement of the Parties as to the payment of shipping/delivery costs, and subject to Attachments A, D, and F herein, Vendor shall offer delivery and/or shipping costs prepaid FOB Destination. If there are handling fees, these also shall be included in the pricing. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 5 4.7 Unless otherwise directed by Purchaser for expedited orders, Vendor shall utilize such common carrier for the delivery of Products and Services as Vendor may select; provided, however, that for expedited orders Vendor shall obtain delivery services hereunder at rates and terms not less favorable than those paid by Vendor for its own account or for the account of any other similarly situated customer of Vendor. 4.8 Vendor shall have the risk of loss of or damage to any Products until delivery to Purchaser. Purchaser shall have the risk of loss of or damage to the Products after delivery to Purchaser. Title to Products shall not transfer until the Products have been delivered to and accepted by Purchaser at Purchaser’s Destination. ARTICLE 5 – INSURANCE 5.1 During the term of this Agreement, Vendor shall maintain at its own cost and expense (and shall cause any subcontractor to maintain) insurance policies providing insurance of the kind and in the amounts generally carried by reasonably prudent manufacturers in the industry, with one or more reputable insurance companies licensed to do business in Oregon and any other state or jurisdiction where Products and Services are sold hereunder. Such certificates of insurance shall be made available to the Lead Contracting Agency upon 48 hours’ notice. BY SIGNING THE AGREEMENT PAGE THE VENDOR AGREES TO THIS REQUIREMENT AND FAILURE TO MEET THIS REQUIREMENT WILL RESULT IN CANCELLATION OF THIS MASTER PRICE AGREEMENT. 5.2 All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of this Agreement is satisfactorily completed and formally accepted. Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy warranty shall not affect coverage afforded under the insurance policies to protect the Lead Contracting Agency. The insurance policies may provide coverage that contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to the Lead Contracting Agency under such policies. Vendor shall be solely responsible for the deductible and/or self-insured retention and the Lead Contracting Agency, at its option, may require Vendor to secure payment of such deductibles or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. 5.3 Vendor shall carry Workers’ Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Vendor’s employees engaged in the performance of the work or services, as well as Employer’s Liability insurance. Vendor waives all rights against the Lead Contracting Agency and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the Workers’ Compensation and Employer’s Liability or commercial umbrella liability insurance obtained by Vendor pursuant to this Agreement. 5.4 Insurance required herein shall not be permitted to expire, be canceled, or materially changed without thirty days (30 days) prior written notice to the Lead Contracting Agency. ARTICLE 6 – INDEMNIFICATION AND HOLD HARMLESS 6.1 Vendor agrees that it shall indemnify, defend and hold harmless Lead Contracting Agency, its respective officials, directors, employees, members and agents (collectively, the “Indemnitees”), from and against any and all damages, claims, losses, expenses, costs, obligations and liabilities (including, without limitation, reasonable attorney’s fees), suffered directly or indirectly by any of the Indemnitees to the extent of, or arising out of, (i) any breach of any covenant, representation or warranty made by Vendor in this DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 6 Agreement, (ii) any failure by Vendor to perform or fulfill any of its obligations, covenants or agreements set forth in this Agreement, (iii) the negligence or intentional misconduct of Vendor, any subcontractor of Vendor, or any of their respective employees or agents, (iv) any failure of Vendor, its subcontractors, or their respective employees to comply with any Applicable Law, (v) any litigation, proceeding or claim by any third party relating in any way to the obligations of Vendor under this Agreement or Vendor’s performance under this Agreement, (vi) any Employee Taxes or Unemployment Insurance, or (vii) any claim alleging that the Products and Services or any part thereof infringe any third party’s U.S. patent, copyright, trademark, trade secret or other intellectual property interest. Such obligation to indemnify shall not apply where the damage, claim, loss, expense, cost, obligation or liability is due to the breach of this Agreement by, or negligence or willful misconduct of, Lead Contracting Agency or its officials, directors, employees, agents or contractors. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. The indemnity obligations of Vendor under this Article shall survive the expiration or termination of this Agreement for two years. 6.2 LIMITATION OF LIABILITY: IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES IN CONNECTION WITH OR ARISING OUT OF THIS AGREEMENT, INCLUDING, BUT NOT LIMITED TO, DAMAGES FOR INJURIES TO PERSONS OR TO PROPERTY OR LOSS OF PROFITS OR LOSS OF FUTURE BUSINESS OR REPUTATION, WHETHER BASED ON TORT OR BREACH OF CONTRACT OR OTHER BASIS, EVEN IF IT HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. 6.3 The same terms, conditions and pricing of this Agreement may be extended to government members of National Purchasing Partners, LLC. In the event the terms of this Agreement are extended to other government members, each government member (procuring party) shall be solely responsible for the ordering of Products and Services under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a procuring party, and the procuring party shall hold non-procuring parties or unrelated purchasing parties harmless from any liability that may arise from action or inaction of the procuring party. ARTICLE 7 – WARRANTIES Purchaser shall refer to Vendor’s Proposal for all Vendor and manufacturer express warranties, as well as those warranties provided under Attachment B herein. ARTICLE 8 - INSPECTION AND REJECTION 8.1 Purchaser shall have the right to inspect and test Products at any time prior to shipment, and within a reasonable time after delivery to the Purchaser’s Destination. Products not inspected within a reasonable time after delivery shall be deemed accepted by Purchaser. The payment for Products shall in no way impair the right of Purchaser to reject nonconforming Products, or to avail itself of any other remedies to which it may be entitled. 8.2 If any of the Products are found at any time to be defective in material or workmanship, damaged, or otherwise not in conformity with the requirements of this Agreement or any applicable Purchase Order, as its exclusive remedy, Purchaser may at its option and at Vendor’s sole cost and expense, elect either to (i) return any damaged, non-conforming or defective Products to Vendor for correction or replacement, or (ii) require Vendor to inspect the Products and remove or replace damaged, non-conforming or defective Products with conforming Products. If Purchaser elects option (ii) in the preceding sentence and Vendor fails promptly to make the necessary inspection, removal and replacement, Purchaser, at its option, DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 7 may inspect the Products and Vendor shall bear the cost thereof. Payment by Purchaser of any invoice shall not constitute acceptance of the Products covered by such invoice, and acceptance by Purchaser shall not relieve Vendor of its warranties or other obligations under this Agreement. 8.3 The provisions of this Article shall survive the expiration or termination of this Agreement. ARTICLE 9 – SUBSTITUTIONS Except as otherwise permitted hereunder, Vendor may not make any substitutions of Products, or any portion thereof, of any kind without the prior written consent of Purchaser. ARTICLE 10 - COMPLIANCE WITH LAWS 10.1 Vendor agrees to comply with all Applicable Laws and at Vendor’s expense, secure and maintain in full force during the term of this Agreement, all licenses, permits, approvals, authorizations, registrations and certificates, if any, required by Applicable Laws in connection with the performance of its obligations hereunder. At Purchaser’s request, Vendor shall provide to Purchaser copies of any or all such licenses, permits, approvals, authorizations, registrations and certificates. 10.2 Purchaser has taken all required governmental action to authorize its execution of this Agreement and there is no governmental or legal impediment against Purchaser’s execution of this Agreement or performance of its obligations hereunder. ARTICLE 11 – PUBLICITY / CONFIDENTIALITY 11.1 No news releases, public announcements, advertising materials, or confirmation of same, concerning any part of this Agreement or any Purchase Order issued hereunder shall be issued or made without the prior written approval of the Parties. Neither Party shall in any advertising, sales materials or in any other way use any of the names or logos of the other Party without the prior written approval of the other Party. 11.2 Any knowledge or information which Vendor or any of its affiliates shall have disclosed or may hereafter disclose to Purchaser, and which in any way relates to the Products and Services covered by this Agreement shall not, unless otherwise designated by Vendor, be deemed to be confidential or proprietary information, and shall be acquired by Purchaser, free from any restrictions, as part of the consideration for this Agreement. ARTICLE 12 - RIGHT TO AUDIT Subject to Vendor’s reasonable security and confidentiality procedures, Purchaser, or any third party retained by Purchaser, may at any time upon prior reasonable notice to Vendor, during normal business hours, audit the books, records and accounts of Vendor to the extent that such books, records and accounts pertain to sale of any Products and Services hereunder or otherwise relate to the performance of this Agreement by Vendor. Vendor shall maintain all such books, records and accounts for a period of at least three (3) years after the date of expiration or termination of this Agreement. The Purchaser’s right to audit under this Article 12 and Purchaser’s rights hereunder shall survive the expiration or termination of this Agreement for a period of three (3) years after the date of such expiration or termination. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 8 ARTICLE 13 - REMEDIES Except as otherwise provided herein, any right or remedy of Vendor or Purchaser set forth in this Agreement shall not be exclusive, and, in addition thereto, Vendor and Purchaser shall have all rights and remedies under Applicable Law, including without limitation, equitable relief. The provisions of this Article shall survive the expiration or termination of this Agreement. ARTICLE 14 - RELATIONSHIP OF PARTIES Vendor is an independent contractor and is not an agent, servant, employee, legal representative, partner or joint venture of Purchaser. Nothing herein shall be deemed or construed as creating a joint venture or partnership between Vendor and Purchaser. Neither Party has the power or authority to bind or commit the other. ARTICLE 15 - NOTICES All notices required or permitted to be given or made in this Agreement shall be in writing. Such notice(s) shall be deemed to be duly given or made if delivered by hand, by certified or registered mail or by nationally recognized overnight courier to the address specified below: If to Lead Contracting Agency: LEAGUE OF OREGON CITIES 1201 Court St. NE Suite 200 Salem OR 97301 ATTN: Jamie Johnson-Davis Email: rfp@ORCities.org If to Vendor: AXON ENTERPRISE, INC 17800 N. 85TH St. Scottsdale AZ 85255 ATTN: Travis Cole Email: tcole@axon.com Either Party may change its notice address by giving the other Party written notice of such change in the manner specified above. ARTICLE 16 - FORCE MAJEURE Except for Purchaser’s obligation to pay for Products and Services delivered, delay in performance or non-performance of any obligation contained herein shall be excused to the extent such failure or non-performance is caused by force majeure. For purposes of this Agreement, “force majeure” shall mean any cause or agency preventing performance of an obligation which is beyond the reasonable control of either Party hereto, including without limitation, fire, flood, sabotage, shipwreck, embargo, strike, explosion, labor trouble, accident, riot, acts of governmental authority (including, without limitation, acts based on laws or regulations now in existence as well as those enacted in the future), acts of nature, and delays or failure in obtaining raw materials, supplies or transportation. A Party affected by force majeure shall promptly provide DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 9 notice to the other, explaining the nature and expected duration thereof, and shall act diligently to remedy the interruption or delay if it is reasonably capable of being remedied. In the event of a force majeure situation, deliveries or acceptance of deliveries that have been suspended shall not be required to be made upon the resumption of performance. ARTICLE 17 - WAIVER No delay or failure by either Party to exercise any right, remedy or power herein shall impair such Party’s right to exercise such right, remedy or power or be construed to be a waiver of any default or an acquiescence therein; and any single or partial exercise of any such right, remedy or power shall not preclude any other or further exercise thereof or the exercise of any other right, remedy or power. No waiver hereunder shall be valid unless set forth in writing executed by the waiving Party and then only to the extent expressly set forth in such writing. ARTICLE 18 - PARTIES BOUND; ASSIGNMENT This Agreement shall inure to the benefit of and shall be binding upon the respective successors and assigns of the Parties hereto, but it may not be assigned in whole or in part by Vendor without prior written notice to Purchaser which shall not be unreasonably withheld or delayed. ARTICLE 19 - SEVERABILITY To the extent possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under Applicable Law. If any provision of this Agreement is declared invalid or unenforceable, by judicial determination or otherwise, such provision shall not invalidate or render unenforceable the entire Agreement, but rather the entire Agreement shall be construed as if not containing the particular invalid or unenforceable provision or provisions and the rights and obligations of the Parties shall be construed and enforced accordingly. ARTICLE 20 - INCORPORATION; ENTIRE AGREEMENT 20.1 All the provisions of the Attachments hereto are hereby incorporated herein and made a part of this Agreement. In the event of any apparent conflict between any provision set forth in the main body of this Agreement and any provision set forth in the Attachments, including the RFP and/or Vendor’s Proposal, the provisions shall be interpreted, to the extent possible, as if they do not conflict. If such an interpretation is not possible, the provisions set forth in the main body of this Agreement shall control. 20.2 This Agreement (including Attachments and Contract Documents hereto) constitutes the entire Agreement of the Parties relating to the subject matter hereof and supersedes any and all prior written and oral agreements or understandings relating to such subject matter. ARTICLE 21 - HEADINGS Headings used in this Agreement are for convenience of reference only and shall in no way be used to construe or limit the provisions set forth in this Agreement. ARTICLE 22 - MODIFICATIONS This Agreement may be modified or amended only in writing executed by Vendor and the Lead Contracting Agency. The Lead Contracting Agency and each Participating Agency contracting hereunder acknowledge and agree that any agreement entered into in connection with any Purchase Order hereunder DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 10 shall constitute a modification of this Agreement as between the Vendor and the Participating Agency. Any modification of this Agreement as between Vendor and any Participating Agency shall not be deemed a modification of this Agreement for the benefit of the Lead Contracting Agency or any other Participating Agency. ARTICLE 23 - GOVERNING LAW This Agreement shall be governed by and interpreted in accordance with the laws of the State of Oregon or in the case of a Participating Agency’s use of this Agreement, the laws of the State in which the Participating Agency exists, without regard to its choice of law provisions. ARTICLE 24 - COUNTERPARTS This Agreement may be executed in counterparts all of which together shall constitute one and the same Agreement. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the day and year last written below. PURCHASER: Signature: ____________________________________ Printed Name: Title: ____________________________________________ LEAGUE OF OREGON CITIES Dated: ____________________________ VENDOR: Signature: ______________________________ Printed Name: Title: _____________________________ AXON ENTERPRISE, INC. Dated: ____________________________ DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 Executive Director Mike Cully 6/8/2020 6/5/2020 VP, Assoc. General Counsel Robert Driscoll 11 ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 12 DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 13 DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 14 DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 15 DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 16 Pricing contained in this Attachment A shall be extended to all NPPGov members upon execution of the Intergovernmental Agreement. Participating Agencies may purchase from Vendor’s authorized dealers and distributors, as applicable, provided the pricing and terms of this Agreement are extended to Participating Agencies by such dealers and distributors. Vendor’s authorized dealers and distributors, as applicable, are identified in a [list, link found at http:], as may be updated from time to time. [ A current list may be obtained from Vendor.] DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 17 ATTACHMENT B to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL SELLER WARRANTIES To the extent possible, Vendor will make available all warranties from third party manufacturers of Products not manufactured by Vendor, as well as any warranties identified in this Agreement and Vendor’s Proposal. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 18 ATTACHMENT C to Master Price Agreement by and between VENDOR and PURCHASER. PARTICIPATING AGENCIES The Lead Contracting Agency in cooperation with National Purchasing Partners (NPPGov) entered into this Agreement on behalf of other government agencies that desire to access this Agreement to purchase Products and Services. Vendor must work directly with any Participating Agency concerning the placement of orders, issuance of the purchase orders, contractual disputes, invoicing, and payment. The Lead Contracting Agency shall not be held liable for any costs, damages, etc., incurred by any Participating Agency. Any subsequent contract entered into between Vendor and any Participating Agency shall be construed to be in accordance with and governed by the laws of the State in which the Participating Agency exists. Each Participating Agency is directed to execute an Intergovernmental Cooperative Purchasing Agreement (“IGA”), as set forth on the NPPGov web site, www.nppgov.com. The IGA allows the Participating Agency to purchase Products and Services from the Vendor in accordance with each Participating Agency’s legal requirements as if it were the “Purchaser” hereunder. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 19 ATTACHMENT D to Master Price Agreement by and between VENDOR and PURCHASER. Vendor’s Proposal (The Vendor’s Proposal is not attached hereto.) (The Vendor’s Proposal is incorporated by reference herein.) DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 20 ATTACHMENT E to Master Price Agreement by and between VENDOR and PURCHASER. Purchaser’s Request for Proposal (The Purchaser’s Request for Proposal is not attached hereto.) (The Purchaser’s Request for Proposal is incorporated by reference herein.) DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 21 ATTACHMENT F to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL VENDOR TERMS OF PURCHASE, IF ANY. This Master Services and Purchasing Agreement (“Agreement”) is between Axon Enterprise, Inc., a Delaware corporation (“Axon”), and the agency on the Quote (“Agency”). This Agreement is effective as of the later of the (a) last signature date on this Agreement or (b) signature date on the quote (“Effective Date”). Axon and Agency are each a “Party” and collectively “Parties”. This Agreement governs Agency’s purchase and use of the Axon Devices and Services detailed in the Quote Appendix (“Quote”). The Parties therefore agree as follows: 1 Term. This Agreement begins on the Effective Date and continues until terminated pursuant to this Agreement (“Term”). Agency may renew this Agreement for an additional 5 years upon execution of a new quote. New devices and services may require additional terms. Axon will not authorize services until Axon receives a signed Quote or accepts a purchase order, whichever is first. 2 Definitions. “Axon Cloud Services” means Axon’s web services for Axon Evidence, Axon Records, Axon Dispatch, and interactions between Evidence.com and Axon Devices or Axon client software. Axon Cloud Service excludes third-party applications, hardware warranties, and my.evidence.com. “Axon Devices” means all hardware provided by Axon under this Agreement. “Quote” means an offer to sell and is only valid for devices and services on the quote at the specified prices. Any terms within Agency’s purchase order in response to a Quote will be void. Orders are subject to prior credit approval. Changes in the deployment estimated ship date may change charges in the Quote. Shipping dates are estimates only. Axon is not responsible for typographical errors in any offer by Axon, and Axon reserves the right to cancel any orders resulting from such errors. “Services” means all services provided by Axon under this Agreement, including software, Axon Cloud Services, and professional services. 3 Payment. Axon invoices upon shipment. Payment is due net 30 days from the invoice date. Payment obligations are non-cancelable. Agency will pay invoices without setoff, deduction, or withholding. If Axon sends a past due account to collections, Agency is responsible for collection and attorneys’ fees. 4 Taxes. Agency is responsible for sales and other taxes associated with the order unless Agency provides Axon a valid tax exemption certificate. 5 Shipping. Axon may make partial shipments and ship Devices from multiple locations. All shipments are FOB shipping point via common carrier. Title and risk of loss pass to Agency upon Axon’s delivery to the common carrier. Agency is responsible for any shipping charges in the Quote. 6 Returns. All sales are final. Axon does not allow refunds or exchanges, except warranty returns or as provided by state or federal law. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 22 7 Warranty. 7.1 Hardware Limited Warranty. Axon warrants that Axon-manufactured Devices are free from defects in workmanship and materials for 1 year from the date of Agency’s receipt, except Signal Sidearm, which Axon warrants for 30 months from the date of Agency’s receipt. Axon warrants its Axon-manufactured accessories for 90-days from the date of Agency’s receipt. Used conducted energy weapon (“CEW”) cartridges are deemed to have operated properly. Extended warranties run from the expiration of the 1-year hardware warranty through the extended warranty term. Non-Axon manufactured Devices are not covered by Axon’s warranty. Agency should contact the manufacturer for support of non-Axon manufactured Devices. 7.2 Claims. If Axon receives a valid warranty claim for an Axon manufactured Device during the warranty term, Axon’s sole responsibility is to repair or replace the Device with the same or like Device, at Axon’s option. A replacement Device will be new or like new. Axon will warrant the replacement Device for the longer of (a) the remaining warranty of the original Device or (b) 90-days from the date of repair or replacement. If Agency exchanges a device or part, the replacement item becomes Agency’s property, and the replaced item becomes Axon’s property. Before delivering a Device for service, Agency must upload Device data to Axon Evidence or download it and retain a copy. Axon is not responsible for any loss of software, data, or other information contained in storage media or any part of the Device sent to Axon for service. 7.3 Spare Devices. Axon may provide Agency a predetermined number of spare Devices as detailed in the Quote (“Spare Devices”). Spare Devices will replace broken or non-functioning units. If Agency utilizes a Spare Device, Agency must return to Axon, through Axon’s warranty return process, any broken or non-functioning units. Axon will repair or replace the unit with a replacement Device. Upon termination, Axon will invoice Agency the MSRP then in effect for all Spare Devices provided. If Agency returns the Spare Devices to Axon within 30 days of the invoice date, Axon will issue a credit and apply it against the invoice. 7.4 Limitations. Axon’s warranty excludes damage related to: (a) failure to follow Device use instructions; (b) Devices used with equipment not manufactured or recommended by Axon; (c) abuse, misuse, or intentional damage to Device; (d) force majeure; (e) Devices repaired or modified by persons other than Axon without Axon’s written permission; or (f) Devices with a defaced or removed serial number. 7.4.1 To the extent permitted by law, the above warranties and remedies are exclusive. Axon disclaims all other warranties, remedies, and conditions, whether oral, written, statutory, or implied. If statutory or implied warranties cannot be lawfully disclaimed, then such warranties are limited to the duration of the warranty described above and by the provisions in this Agreement. 7.4.2 Axon’s cumulative liability to any Party for any loss or damage resulting from any claim, demand, or action arising out of or relating to any Axon Device or Service will not exceed the purchase price paid to Axon for the Device, or if for Services, the amount paid for such Services over the 12 months preceding the claim. Neither Party will be liable for direct, special, indirect, incidental, punitive or consequential damages, however caused, whether for breach of warranty or contract, negligence, strict liability, tort or any other legal theory. 8 Statement of Work. Certain Axon Devices and Services, including Axon Interview Room, and Axon Fleet, may require a Statement of Work that details Axon’s Service deliverables (“SOW”). In the DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 23 event Axon provides an SOW to Agency, Axon is only responsible to perform Services described in the SOW. Additional services are out of scope. The Parties must document scope changes in a written and signed change order. Changes may require an equitable adjustment in fees or schedule. The SOW is incorporated into this Agreement by reference. 9 Device Warnings. See www.axon.com/legal for the most current Axon device warnings. 10 Design Changes. Axon may make design changes to any Axon Device or Service without notifying Agency or making the same change to Devices and Services previously purchased by Agency. 11 Insurance. Axon will maintain General Liability, Workers’ Compensation, and Automobile Liability insurance. Upon request, Axon will supply certificates of insurance. 12 Indemnification. Axon will indemnify Agency’s officers, directors, and employees (“Agency Indemnitees”) against all claims, demands, losses, and reasonable expenses arising out of a third- party claim against an Agency Indemnitee resulting from any negligent act, error or omission, or willful misconduct by Axon under this Agreement, except to the extent of Agency’s negligence or willful misconduct, or claims under workers compensation. 13 IP Rights. Axon owns and reserves all right, title, and interest in Axon devices and services and suggestions to Axon, including all related intellectual property rights. Agency will not cause any Axon proprietary rights to be violated. 14 IP Indemnification. Axon will indemnify Agency Indemnitees against all claims, losses, and reasonable expenses from any third-party claim alleging that the use of Axon Devices or Services infringes or misappropriates the third-party’s intellectual property rights. Agency must promptly provide Axon with written notice of such claim, tender to Axon the defense or settlement of such claim at Axon’s expense and cooperate fully with Axon in the defense or settlement of such claim. Axon’s IP indemnification obligations do not apply to claims based on (a) modification of Axon Devices or Services by Agency or a third-party not approved by Axon; (b) use of Axon Devices and Services in combination with hardware or services not approved by Axon; (c) use of Axon Devices and Services other than as permitted in this Agreement; or (d) use of Axon software that is not the most current release provided by Axon. 15 Agency Responsibilities. Agency is responsible for (a) Agency’s use of Axon Devices; (b) breach of this Agreement or violation of applicable law by Agency or an Agency end user; and (c) a dispute between Agency and a third-party over Agency’s use of Axon Devices. 16 Termination. 16.1 For Breach. A Party may terminate this Agreement for cause if it provides 30 days written notice of the breach to the other Party, and the breach remains uncured at the end of 30 days. If Agency terminates this Agreement due to Axon’s uncured breach, Axon will refund prepaid amounts on a prorated basis based on the effective date of termination. 16.2 By Agency. If sufficient funds are not appropriated or otherwise legally available to pay the fees, Agency may terminate this Agreement. Agency will deliver notice of termination under this section as soon as reasonably practicable. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 24 16.3 Effect of Termination. Upon termination of this Agreement, Agency rights immediately terminate. Agency remains responsible for all fees incurred before the effective date of termination. If Agency purchases Devices for less than the manufacturer’s suggested retail price (“MSRP”) and this Agreement terminates before the end of the Term, Axon will invoice Agency the difference between the MSRP for Devices received and amounts paid towards those Devices. If terminating for non-appropriation, Agency may return Devices to Axon within 30 days of termination. MSRP is the standalone price of the individual Device at the time of sale. For bundled Devices, MSRP is the standalone price of all individual components. 17 Confidentiality. “Confidential Information” means nonpublic information designated as confidential or, given the nature of the information or circumstances surrounding disclosure, should reasonably be understood to be confidential. Each Party will take reasonable measures to avoid disclosure, dissemination, or unauthorized use of the other Party’s Confidential Information. Unless required by law, neither Party will disclose the other Party’s Confidential Information during the Term and for 5-years thereafter. Axon pricing is Confidential Information and competition sensitive. If Agency is required by law to disclose Axon pricing, to the extent allowed by law, Agency will provide notice to Axon before disclosure. Axon may publicly announce information related to this Agreement. 18 General. 18.1 Force Majeure. Neither Party will be liable for any delay or failure to perform due to a cause beyond a Party’s reasonable control. 18.2 Independent Contractors. The Parties are independent contractors. Neither Party has the authority to bind the other. This Agreement does not create a partnership, franchise, joint venture, agency, fiduciary, or employment relationship between the Parties. 18.3 Third-Party Beneficiaries. There are no third-party beneficiaries under this Agreement. 18.4 Non-Discrimination. Neither Party nor its employees will discriminate against any person based on: race; religion; creed; color; sex; gender identity and expression; pregnancy; childbirth; breastfeeding; medical conditions related to pregnancy, childbirth, or breastfeeding; sexual orientation; marital status; age; national origin; ancestry; genetic information; disability; veteran status; or any class protected by local, state, or federal law. 18.5 Export Compliance. Each Party will comply with all import and export control laws and regulations. 18.6 Assignment. Neither Party may assign this Agreement without the other Party’s prior written consent. Axon may assign this Agreement, its rights, or obligations without consent: (a) to an affiliate or subsidiary; or (b) for purposes of financing, merger, acquisition, corporate reorganization, or sale of all or substantially all its assets. This Agreement is binding upon the Parties respective successors and assigns. 18.7 Waiver. No waiver or delay by either Party in exercising any right under this Agreement constitutes a waiver of that right. 18.8 Severability. If a court of competent jurisdiction holds any portion of this Agreement invalid or unenforceable, the remaining portions of this Agreement will remain in effect. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 25 18.9 Survival. The following sections will survive termination: Payment, Warranty, Device Warnings, Indemnification, IP Rights, and Agency Responsibilities. 18.10 Governing Law. The laws of the state where Agency is physically located, without reference to conflict of law rules, govern this Agreement and any dispute arising from it. The United Nations Convention for the International Sale of Goods does not apply to this Agreement. 18.11 Notices. All notices must be in English. Notices posted on Agency’s Axon Evidence site are effective upon posting. Notices by email are effective on the sent date of the email. Notices by personal delivery are effective immediately. Contact information for notices: Axon: Axon Enterprise, Inc. Attn: Legal 17800 N. 85th Street Scottsdale, Arizona 85255 legal@axon.com Agency: Attn: Street Address City, State, Zip Email 18.12 Entire Agreement. This Agreement, including the Appendices and any SOW(s), represents the entire agreement between the Parties. This Agreement supersedes all prior agreements or understandings, whether written or verbal, regarding the subject matter of this Agreement. This Agreement may only be modified or amended in a writing signed by the Parties. Each representative identified below declares that the representative is authorized to execute this Agreement as of the date of signature. Axon Enterprise, Inc. Signature: ______________________________________ Name: _________________________________________ Title: _________________________________________ Date: _________________________________________ Agency DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 26 Signature: ______________________________________ Name: _________________________________________ Title: _________________________________________ Date: _________________________________________ Professional Services Appendix 1 Utilization of Services. Agency must use professional services as outlined in the Quote and this Appendix within 6 months of the Effective Date. 2 CEW Services Packages. CEW Services Packages are detailed below: System set up and configuration • Configure Axon Evidence categories & custom roles based on Agency need. • Troubleshoot IT issues with Axon Evidence. • Register users and assign roles in Axon Evidence. • For the CEW Full Service Package: On-site assistance included • For the CEW Starter Package: Virtual assistance included Dedicated Project Manager Assignment of specific Axon representative for all aspects of planning the rollout (Project Manager). Ideally, Project Manager will be assigned to Agency 4–6 weeks before rollout Best practice implementation planning session to include: • Provide considerations for the establishment of CEW policy and system operations best practices based on Axon’s observations with other agencies • Discuss the importance of entering metadata and best practices for digital data management • Provide referrals to other agencies using TASER CEWs and Axon Evidence • For the CEW Full Service Package: On-site assistance included • For the CEW Starter Package: Virtual assistance included System Admin and troubleshooting training sessions On-site sessions providing a step-by-step explanation and assistance for Agency’s configuration of security, roles & permissions, categories & retention, and other specific settings for Axon Evidence Axon Evidence Instructor training • Provide training on the Axon Evidence to educate instructors who can support Agency’s subsequent Axon Evidence training needs. • For the CEW Full Service Package: Training for up to 3 individuals at Agency • For the CEW Starter Package: Training for up to 1 individual at Agency TASER CEW inspection and device assignment Axon’s on-site professional services team will perform functions check on all new TASER CEW Smart weapons and assign them to a user on Axon Evidence. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 27 Post go-live review For the CEW Full Service Package: On-site assistance included. For the CEW Starter Package: Virtual assistance included. 3 Smart Weapon Transition Service. The Smart Weapon Transition Service includes: Archival of CEW Firing Logs Axon’s on-site professional services team will upload CEW firing logs to Axon Evidence from all TASER CEW Smart Weapons that Agency is replacing with newer Smart Weapon models. Return of Old Weapons Axon’s on-site professional service team will ship all old weapons back to Axon’s headquarters. Axon will provide Agency with a Certificate of Destruction *Note: CEW Full Service packages for TASER 7 include Smart Weapon Transition Service instead of 1-Day Device Specific Instructor Course. 4 Out of Scope Services. Axon is only responsible to perform the professional services described in the Quote and this Appendix. Any additional professional services are out of scope. The Parties must document scope changes in a written and signed change order. Changes may require an equitable adjustment in the charges or schedule. 5 Delivery of Services. Axon personnel will work Monday through Friday, 8:30 a.m. to 5:30 p.m., except holidays. Axon will perform all on-site tasks over a consecutive timeframe. Axon will not charge Agency travel time by Axon personnel to Agency premises as work hours. 6 Access Computer Systems to Perform Services. Agency authorizes Axon to access relevant Agency computers and networks, solely for performing the Services. Axon will work to identify as soon as reasonably practicable resources and information Axon expects to use and will provide an initial itemized list to Agency. Agency is responsible for and assumes the risk of any problems, delays, losses, claims, or expenses resulting from the content, accuracy, completeness, and consistency of all data, materials, and information supplied by Agency. 7 Site Preparation. Axon will provide a hardcopy or digital copy of current user documentation for the Devices (“User Documentation”). User Documentation will include all required environmental specifications for the professional Services and Devices to operate per the Device User Documentation. Before installation of Devices (whether performed by Agency or Axon), Agency must prepare the location(s) where Devices are to be installed (“Installation Site”) per the environmental specifications in the Device User Documentation. Following installation, Agency must maintain the Installation Site per the environmental specifications. If Axon modifies Device User Documentation for any Devices under this Agreement, Axon will provide the update to Agency when Axon generally releases it. If Axon modifies Device User Documentation for any Devices under this Agreement, Axon will provide the update to Agency when Axon generally releases it 8 Acceptance. When Axon completes professional Services, Axon will present an acceptance form (“Acceptance Form”) to Agency. Agency will sign the Acceptance Form acknowledging completion. If Agency reasonably believes Axon did not complete the professional Services in substantial conformance with this Agreement, Agency must notify Axon in writing of the specific DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 28 reasons for rejection within 7 calendar days from delivery of the Acceptance Form. Axon will address the issues and re-present the Acceptance Form for signature. If Axon does not receive the signed Acceptance Form or written notification of reasons for rejection within 7 calendar days of delivery of the Acceptance Form, Axon will deem Agency to have accepted the professional Services. 9 Agency Network. For work performed by Axon transiting or making use of Agency’s network, Agency is solely responsible for maintenance and functionality of the network. In no event will Axon be liable for loss, damage, or corruption of Agency’s network from any cause. Axon Cloud Services Terms of Use Appendix 1 Definitions. “Agency Content” is data uploaded into, ingested by, or created in Axon Cloud Services within Agency’s tenant, including media or multimedia uploaded into Axon Cloud Services by Agency. Agency Content includes Evidence but excludes Non-Content Data. “Evidence” is media or multimedia uploaded into Axon Evidence as 'evidence' by an Agency. Evidence is a subset of Agency Content. “Non-Content Data” is data, configuration, and usage information about Agency’s Axon Cloud Services tenant, Axon Devices and client software, and users that is transmitted or generated when using Axon Devices. Non-Content Data includes data about users captured during account management and customer support activities. Non-Content Data does not include Agency Content. 2 Subscription Term. For Axon Evidence subscriptions, including Fleet 2 Unlimited, the subscription begins after shipment of the applicable Axon Device. If Axon ships the Device in the first half of the month, the start date is the 1st of the following month. If Axon ships the Device in the second half of the month, the start date is the 15th of the following month. For phased deployments, the start date begins on shipment of phase one. For purchases solely of Axon Evidence subscriptions, the start date is the Effective Date. The Axon Evidence subscription term ends upon completion of the Axon Evidence subscription stated in the Quote (“Axon Evidence Subscription Term”). 3 Access. Upon Axon granting Agency a subscription to Axon Cloud Services, Agency may access and use Axon Cloud Services to store and manage Agency Content. Agency may not exceed more end users than the Quote specifies. Axon Air requires an Axon Evidence subscription for each drone operator. For Axon Evidence Lite, Agency may access and use Axon Evidence only to store and manage TASER CEW and TASER CAM data (“TASER Data”). Agency may not upload non-TASER Data to Axon Evidence Lite. 4 Agency Owns Agency Content. Agency controls and owns all right, title, and interest in Agency Content. Except as outlined herein, Axon obtains no interest in Agency Content, and Agency Content are not business records of Axon. Agency is solely responsible for uploading, sharing, managing, and deleting Agency Content. Axon will have limited access to Agency Content solely for providing and supporting Axon Cloud Services to Agency and Agency end users. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 29 5 Security. Axon will implement commercially reasonable and appropriate measures to secure Agency Content against accidental or unlawful loss, access or disclosure. Axon will maintain a comprehensive information security program to protect Axon Cloud Services and Agency Content including logical, physical access, vulnerability, risk, and configuration management; incident monitoring and response; encryption of uploaded digital evidence; security education; and data protection. Axon agrees to the Federal Bureau of Investigation Criminal Justice Information Services Security Addendum. 6 Agency Responsibilities. Agency is responsible for (a) ensuring Agency owns Agency Content; (b) ensuring no Agency Content or Agency end user’s use of Agency Content or Axon Cloud Services violates this Agreement or applicable laws; and (c) maintaining necessary computer equipment and Internet connections for use of Axon Cloud Services. If Agency becomes aware of any violation of this Agreement by an end user, Agency will immediately terminate that end user’s access to Axon Cloud Services. Agency will also maintain the security of end user names and passwords and security and access by end users to Agency Content. Agency is responsible for ensuring the configuration and utilization of Axon Cloud Services meet applicable Agency regulation and standards. Agency may not sell, transfer, or sublicense access to any other entity or person. Agency shall contact Axon immediately if an unauthorized party may be using Agency’s account or Agency Content, or if account information is lost or stolen. 7 Privacy. Axon will not disclose Agency Content or information about Agency except as compelled by a court or administrative body or required by law or regulation. If Axon receives a disclosure request for Agency Content, Axon will give Agency notice, unless legally prohibited from doing so, to allow Agency to file an objection with the court or administrative body. Agency agrees to allow Axon access to certain information from Agency to (a) perform troubleshooting services upon request or as part of regular diagnostic screening; (b) enforce this Agreement or policies governing the use of Axon Evidence; or (c) perform analytic and diagnostic evaluations of the systems. 8 Storage. For Axon Evidence Unlimited, Agency may store unlimited data in Agency's Axon Evidence account only if data originates from Axon Capture or an Axon body-worn camera. For Axon Air Evidence subscriptions, Agency may store unlimited data in Agency's Axon Evidence account only if data originates from an Axon Air device. For Axon Interview Room Unlimited, Agency may store unlimited data in Agency's Axon Evidence account only if data originates from Axon Interview Room hardware. For Axon Fleet Unlimited, Agency may store unlimited data in Agency's Axon Evidence account only if data originates from Axon Fleet hardware. Axon may charge Agency additional fees for exceeding purchased storage amounts. Axon may place Agency Content that Agency has not viewed or accessed for 6 months into archival storage. Agency Content in archival storage will not have immediate availability and may take up to 24 hours to access. 9 Location of Storage. Axon may transfer Agency Content to third-party subcontractors for storage. Axon will determine the locations of data centers for storage of Agency Content. For United States agencies, Axon will ensure all Agency Content stored in Axon Cloud Services remains within the United States. Ownership of Agency Content remains with Agency. 10 Suspension. Axon may temporarily suspend Agency’s or any end user’s right to access or use any portion or all of Axon Cloud Services immediately upon notice, if Agency or end user’s use of or registration for Axon Cloud Services may (a) pose a security risk to Axon Cloud Services or any third- DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 30 party; (b) adversely impact Axon Cloud Services , the systems, or content of any other customer; (c) subject Axon, Axon’s affiliates, or any third-party to liability; or (d) be fraudulent. Agency remains responsible for all fees incurred through suspension. Axon will not delete Agency Content because of suspension, except as specified in this Agreement. 11 Axon Cloud Services Warranty. Axon disclaims any warranties or responsibility for data corruption or errors before Agency uploads data to Axon Cloud Services. 12 Axon Cloud Services Restrictions. Agency and Agency end users (including employees, contractors, agents, officers, volunteers, and directors), may not, or may not attempt to: 12.1. copy, modify, tamper with, repair, or create derivative works of any part of Axon Cloud Services; 12.2. reverse engineer, disassemble, or decompile Axon Cloud Services or apply any process to derive any source code included in Axon Cloud Services, or allow others to do the same; 12.3. access or use Axon Cloud Services with the intent to gain unauthorized access, avoid incurring fees or exceeding usage limits or quotas; 12.4. use trade secret information contained in Axon Cloud Services, except as expressly permitted in this Agreement; 12.5. access Axon Cloud Services to build a competitive device or service or copy any features, functions, or graphics of Axon Cloud Services; 12.6. remove, alter, or obscure any confidentiality or proprietary rights notices (including copyright and trademark notices) of Axon’s or Axon’s licensors on or within Axon Cloud Services; or 12.7. use Axon Cloud Services to store or transmit infringing, libelous, or other unlawful or tortious material; to store or transmit material in violation of third-party privacy rights; or to store or transmit malicious code. 13 After Termination. Axon will not delete Agency Content for 90-days following termination. There will be no functionality of Axon Cloud Services during these 90-days other than the ability to retrieve Agency Content. Agency will not incur additional fees if Agency downloads Agency Content from Axon Cloud Services during this time. Axon has no obligation to maintain or provide Agency Content after these 90-days and will thereafter, unless legally prohibited, delete all Agency Content. Upon request, Axon will provide written proof that Axon successfully deleted and fully removed all Agency Content from Axon Cloud Services. 14 Post-Termination Assistance. Axon will provide Agency with the same post-termination data retrieval assistance that Axon generally makes available to all customers. Requests for Axon to provide additional assistance in downloading or transferring Agency Content, including requests for Axon’s data egress service, will result in additional fees and Axon will not warrant or guarantee data integrity or readability in the external system. 15 U.S. Government Rights. If Agency is a U.S. Federal department or using Axon Cloud Services on behalf of a U.S. Federal department, Axon Cloud Services is provided as a “commercial item,” “commercial computer software,” “commercial computer software documentation,” and “technical data”, as defined in the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. If Agency is using Axon Cloud Services on behalf of the U.S. Government and these terms fail to meet the U.S. Government’s needs or are inconsistent in any respect with federal law, Agency will immediately discontinue use of Axon Cloud Services. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 31 16 Survival. Upon any termination of this Agreement, the following sections in this Appendix will survive: Agency Owns Agency Content, Storage, Axon Cloud Services Warranty, and Axon Cloud Services Restrictions. TASER 7 Appendix This TASER 7 Appendix applies to Agency’s TASER 7, OSP 7, or OSP 7 Plus purchase from Axon. 1 Term. If Agency purchases TASER 7 as part of OSP 7 or 7 Plus, TASER 7 starts on the OSP 7 start date. Otherwise, the start date is based on shipment of TASER 7 hardware. If Axon ships TASER 7 hardware in the first half of the month, TASER 7 starts the 1st of the following month. If Axon ships TASER 7 hardware in the second half of the month, TASER 7 starts the 15th of the following month (“TASER 7 Start Date”). TASER 7 will end upon completion of the associated TASER 7 subscription in the Quote (“TASER 7 Term”). For phased deployments, each phase will have its own 60-month term, with start dates as described above. 2 Unlimited Duty Cartridge Plan. If the Quote includes “Unlimited Duty Cartridge Plan”, Agency must purchase the plan for each CEW user. A CEW user includes officers that use a CEW in the line of duty and those that only use a CEW for training. Agency may not resell cartridges received. Axon will only replace cartridges used in the line of duty. 3 Training. If the Quote includes a training voucher, Agency must use the voucher within 1 year of issuance, or the voucher will be void. Axon will issue Agency a voucher annually beginning on the TASER 7 Start Date. The voucher has no cash value. Agency cannot exchange it for another device or service. Unless stated in the Quote, the voucher does not include travel expenses and will be Agency’s responsibility. If the Quote includes Axon Online Training or Virtual Reality Content (collectively, “Training Content”), Agency may access Training Content. Axon will deliver all Training Content electronically. 4 Extended Warranty. If the Quote includes a TASER 7 plan (TASER 7 Basic - Upfront Plus Subscription, TASER 7 Basic - Subscription, or TASER 7 Certification), extended warranty coverage is included for the TASER CEW, dock and core, and rechargeable battery as described in the Hardware Limited Warranty. The extended warranty coverage begins on the TASER 7 Start Date and continues for the TASER 7 Term. 5 Trade-in. If a trade-in discount is on the Quote, Agency must return used hardware and accessories associated with the discount (“Trade-In Units”) to Axon. Agency must ship batteries via ground shipping. Axon will pay shipping costs of the return. If Axon does not receive Trade-In Units DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 32 within the timeframe below, Axon will invoice Agency the value of the trade-in discount. Agency may not destroy Trade-In Units and receive a trade-in discount. Agency Size Days to Return from TASER 7 Start Date Less than 100 officers 30 days 100 to 499 officers 90 days 500+ officers 180 days 6 Subscription Term. The TASER 7 Axon Evidence Subscription Term begins on the TASER 7 or OSP 7 Start Date. 7 Access Rights. Upon Axon granting Agency a TASER 7 Axon Evidence subscription, Agency may access and use Axon Evidence for the storage and management of data from TASER 7 CEW devices during the TASER 7 Axon Evidence Subscription Term. Agency may not upload any non-TASER 7 data or any other files to Axon Evidence. Agency may not exceed the number of end users than the Quote specifies. 8 Privacy. Axon will not disclose Agency Content or any information about Agency except as compelled by a court or administrative body or required by any law or regulation. Axon will give notice if any disclosure request is received for Agency Content, so Agency may file an objection with the court or administrative body. Agency acknowledges and agrees that Axon may access Agency Content to: (a) perform troubleshooting services upon request or as part of Axon’s maintenance or diagnostic screenings; (b) enforce this Agreement or policies governing use of Axon Evidence; (c) generate aggregated data, excluding information that can be used to distinguish or trace an individual's identity, either alone or when combined with other personal or identifying information that is linked or linkable to a specific individual (collectively, “PII”), to improve, analyze, support, and operate Axon’s current and future devices and services. 9 Termination. If payment for TASER 7 is more than 30 days past due, Axon may terminate Agency’s TASER 7 plan by notifying Agency. Upon termination for any reason, then as of the date of termination: 9.1. TASER 7 extended warranties and access to Training Content will terminate. No refunds will be given. 9.2. Axon will invoice Agency the remaining MSRP for TASER 7 products received before termination. If terminating for non-appropriations, Axon will not invoice Agency if Agency returns the CEW, rechargeable battery, holster, dock, core, training suits, and unused cartridges to Axon within 30 days of the date of termination. 9.3. Agency will be responsible for payment of any missed payments due to the termination before being allowed to purchase any future TASER 7 plan. DocuSign Envelope ID: 6803D017-DF97-4249-9316-FFEE71F45929 Certificate Of Completion Envelope Id: 6803D017DF9742499316FFEE71F45929 Status: Completed Subject: Please DocuSign: MPA 2010 Between LOC and Axon - MS FINAL.pdf Source Envelope: Document Pages: 32 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Bill DeMars AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 1100 Olive Way Suite 1020 Seattle, WA 98101 bill.demars@nppgov.com IP Address: 24.16.218.197 Record Tracking Status: Original 6/5/2020 7:18:46 AM Holder: Bill DeMars bill.demars@nppgov.com Location: DocuSign Signer Events Signature Timestamp Mike Cully mcully@orcities.org Executive Director Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 71.63.237.219 Sent: 6/5/2020 7:21:45 AM Viewed: 6/8/2020 5:30:07 PM Signed: 6/8/2020 5:30:30 PM Electronic Record and Signature Disclosure: Accepted: 6/8/2020 5:30:07 PM ID: c32bf7c1-6f13-49e2-aa84-3b41d3e7850d Robert Driscoll bobby@axon.com VP, Assoc. General Counsel eSign Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 74.206.119.243 Sent: 6/5/2020 1:43:03 PM Viewed: 6/5/2020 2:09:04 PM Signed: 6/5/2020 2:09:35 PM Electronic Record and Signature Disclosure: Accepted: 6/5/2020 2:09:04 PM ID: b7d3f79b-2874-41b5-a62d-95a40ed4d971 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Katie Wingate kwingate@axon.com Security Level: Email, Account Authentication (None) Sent: 6/5/2020 1:43:04 PM Viewed: 6/5/2020 1:44:47 PM Electronic Record and Signature Disclosure: Accepted: 6/5/2020 1:42:19 PM ID: 916a07eb-8842-4a19-90fb-046b8eeec8c3 Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 6/5/2020 1:43:04 PM Certified Delivered Security Checked 6/8/2020 5:30:08 PM Signing Complete Security Checked 6/8/2020 5:30:30 PM Completed Security Checked 6/8/2020 5:30:30 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, National Purchasing Partners (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 3/10/2016 2:06:46 PM Parties agreed to: Mike Cully, Robert Driscoll, Katie Wingate How to contact National Purchasing Partners: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: bruce.busch@mynpp.com To advise National Purchasing Partners of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at bruce.busch@mynpp.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from National Purchasing Partners To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to bruce.busch@mynpp.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with National Purchasing Partners To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to bruce.busch@mynpp.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify National Purchasing Partners as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by National Purchasing Partners during the course of my relationship with you. Tenth Amendment to Master Price Agreement for LAW ENFORCEMENT EQUIPMENT Product Additions and Product Line Appendix This Amendment to the Master Price Agreement is entered into this 8th day of June 2023 by LEAGUE OF OREGON CITIES LOC (“Purchaser”) and AXON ENTERPRISE, INC. (“Vendor”) based upon the sales and/or service of Law Enforcement Equipment. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20270 on or about June 8, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about July 20, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about August 20, 2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Third Amendment to the Master Price Agreement on or about February 26, 2021 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fourth Amendment to the Master Price Agreement on or about May 19, 2021 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fifth Amendment to the Master Price Agreement on or about June 2, 2021 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Sixth Amendment to the Master Price Agreement on or about July 14, 2021 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Seventh Amendment to the Master Price Agreement on or about September 20, 2021 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Eighth Amendment to the Master Price Agreement on or about January 27, 2022 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Ninth Amendment to the Master Price Agreement on or about February 17, 2023 and by this reference incorporated herein; and WHEREAS, Vendor desires to add approximately fifteen products to the price list on Attachment A as permitted under the terms of the Master Price Agreement; and WHEREAS, Vendor desires to add an appendix to the TASER 10 product line listed in Attachment A; and DocuSign Envelope ID: A8B25C81-3A38-49FF-B4AB-0ABA200D7B8E 2 WHEREAS, Vendor has provided notice, on or about May 31, 2023, to add approximately fifteen new products to the price list, and an appendix to the TASER 10 product line, to Attachment A in the Master Price Agreement; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the addition of the new products and the addition of the product line appendix. NOW, THEREFORE, Purchaser and Vendor enter into the following: DocuSign Envelope ID: A8B25C81-3A38-49FF-B4AB-0ABA200D7B8E AMENDMENT TO MASTER PRICE AGREEMENT 1. Product Addition. Attachment A to the Master Price Agreement shall be amended in part to reflect the addition of the following products: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES Product Code Product Name Price Monthly Subscription 100147 AXON BODY 4 - NA $ 849.00 100201 AXON BODY 4 - 1 BAY DOCK $ 229.00 100206 AXON BODY 4 - 8 BAY DOCK $ 1,595.00 100852 AXON BODY 4 POV C-CLIP $ 29.95 100853 AXON BODY 4 POV COLLAR MOUNT $ 29.95 100854 AXON BODY 4 POV TACTICAL SWAT KIT W/ARC RAIL $ 69.95 100855 AXON BODY 4 POV EPAULETTE MOUNT $ 29.95 100856 AXON BODY 4 POV BALLCAP MOUNT $ 29.95 100857 AXON BODY 4 POV LOW RIDER HEADBAND MOUNT $ 32.95 100858 AXON BODY 4 POV UNIVERSAL HELMET MOUNT $ 32.95 100863 BALLISTIC VEST MOUNT, AXON BODY 4 POV $ 32.95 100864 OAKLEY FLAK 2.0 MOUNT, AXON BODY 4 POV $ 249.95 100943 EXT WARRANTY, AXON BODY 4 EIGHT BAY DOCK $ 29.68 1 100944 EXT WARRANTY, AXON BODY 4 SINGLE BAY DOCK $ 7.76 1 100959 AXON BODY 4 - 8 BAY DOCK WITHOUT POWER ADAPTER $ 1,595.00 DocuSign Envelope ID: A8B25C81-3A38-49FF-B4AB-0ABA200D7B8E 2. Product Line Appendix. Attachment A to the Master Price Agreement shall be amended in part to reflect the addition of an appendix to the TASER 10 product line: TASER 10 Appendix This TASER 10 Appendix applies to Agency’s TASER 10, OSP 10, OSP Plus, or OSP 10 Plus Premium purchase from Axon, if applicable. 1. Duty Cartridge Replenishment Plan. If the Quote includes “Duty Cartridge Replenishment Plan”, Agency must purchase the plan for each CEW user. A CEW user includes officers that use a CEW in the line of duty and those that only use a CEW for training. Agency may not resell cartridges received. Axon will only replace cartridges used in the line of duty. 2. Training. If the Quote includes a training voucher, Agency must use the voucher within 1 year of issuance, or the voucher will be void. Axon will issue Agency a voucher annually beginning on the start of the TASER Subscription Term. The voucher has no cash value. Agency cannot exchange it for another device or service. Unless stated in the Quote, the voucher does not include travel expenses and will be Agency’s responsibility. If the Quote includes Axon Online Training or Virtual Reality Content Empathy Development for Autism/Schizophrenia (collectively, “Training Content”), Agency may access Training Content. Axon will deliver all Training Content electronically. 3. Extended Warranty. If the Quote includes an extended warranty, the extended warranty coverage period warranty will be for a 5-year term, which includes the hardware manufacturer’s warranty plus the 4-year extended term. 4. Trade-in. If the Quote contains a discount on CEW-related line items, including items related to OSP, then that discount may only be applied as a trade-in credit, and Agency must return used hardware and accessories associated with the discount (“Trade-In Units”) to Axon. Agency must ship batteries via ground shipping. Axon will pay shipping costs of the return. If Axon does not receive Trade-In Units within the timeframe below, Axon will invoice Agency the value of the trade-in credit. Agency may not destroy Trade- In Units and receive a trade-in credit. Agency Size Days to Return from Start Date of TASER 10 Subscription Less than 100 officers 60 days 100 to 499 officers 90 days 500+ officers 180 days 5. TASER 10 Subscription Term. The TASER 10 Subscription Term for a standalone TASER 10 purchase begins on shipment of the TASER 10 hardware. The TASER 10 Subscription Term for OSP 10 begins on the OSP 10 Start date. 6. Access Rights. Upon Axon granting Agency a TASER 10 Axon Evidence subscription, Agency may access and use Axon Evidence for the storage and management of data from TASER 10 CEW devices during the TASER 10 Subscription Term. Agency may not exceed the number of end users than the Quote specifies. 7. Agency Warranty. If Agency is located in the US, Agency warrants and acknowledges that TASER 10 is classified as a firearm and is being acquired for official Agency use pursuant to a law enforcement agency transfer under the Gun Control Act of 1968. 8. Purchase Order. To comply with applicable laws and regulations, Customer must provide a purchase order to Axon prior to shipment of TASER 10. DocuSign Envelope ID: A8B25C81-3A38-49FF-B4AB-0ABA200D7B8E 3. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about June 8, 2020, shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES _______________________________ Date _________________________ BY: ITS: AXON ENTERPRISE, INC. _______________________________ Date _________________________ BY: ITS: DocuSign Envelope ID: A8B25C81-3A38-49FF-B4AB-0ABA200D7B8E June 9, 2023 | 7:02 AM PDT Patricia M. Mulvihill Executive Director Robert Driscoll June 12, 2023 | 2:12 PM PDT VP, Assoc. General Counsel B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly Subscription11000 HANDLE, BLACK, CLASS 2, X26P USD 1342.00 No11001 HANDLE, YELLOW, CLASS 2, X26P USD 1342.00 No11002 BLACK X26P CEW, HANDLE USD 1342.00 No11003 YELLOW X26P CEW, HANDLE USD 1342.00 No11009 HANDLE, GREEN, CLASS 3R, X26P USD 1342.00 No11010 XPPM, SPARE CARTRIDGE BATTERY PACK, X26P USD 96.00 No11015 XAPPM, SPARE CARTRIDGE, AUTO SHUT‐DOWN BATTERY PACK, X26P USD 103.50 No11021 X26P BLACK, CLASS 3R LASER, KOREA USD 1342.00 No11023 HANDLE, BLUE, DEMO/LASER POINTER, X26P USD 192.55 No11026 HANDLE, BLUE, SIMULATOR, X26P USD 846.10 No11500 HOLSTER, BLADE TECH, RIGHT, X26P USD 85.10 No11501 RIGHT‐HAND HOLSTER, X26P, BLACKHAWK USD 85.10 No11502 HOLSTER, SAFARILAND, BASKETWEAVE, RIGHT, X26P USD 126.15 No11503 HOLSTER, BLADE TECH, LEFT, X26P USD 85.10 No11504 LEFT‐HAND HOLSTER, X26P, BLACKHAWK USD 85.10 No11505 HOLSTER, SAFARILAND, BASKETWEAVE, LEFT, X26P USD 126.15 No11507 MOLLE MOUNT, SINGLE, AXON RAPIDLOCK USD 31.30 No11508 MOLLE MOUNT, DOUBLE, AXON RAPIDLOCK USD 41.75 No11509 BELT CLIP, RAPIDLOCK USD 31.30 No11511 ROUTER ANTENNA, FLEET USD 249.00 No11520 CRADLEPOINT, NETCLOUD, RENEWAL, 3YR USD 639.00 No11521 CRADLEPOINT, NETCLOUD, RENEWAL, 5YR USD 1065.00 No11528 FLEX 2 CAMERA, (ONLINE) USD 470.00 No11529 FLEX 2 CAMERA, (OFFLINE) USD 679.00 No11532 FLEX 2 CONTROLLER USD 262.00 No11533 CABLE, COILED, STRAIGHT TO RIGHT ANGLE, 48 IN, FLEX 2 USD 18.30 No11534 USB‐C to USB‐A CABLE FOR AB3 OR FLEX 2 USD 11.00 No11536 DOCK, FLEX 2, 1‐BAY + CORE USD 413.00 No11537 DOCK, FLEX 2, 6‐BAY + CORE USD 1563.00 No11538 DOCK, FLEX 2, 1‐BAY USD 99.00 No11539 DOCK, FLEX 2, 6‐BAY USD 1249.00 No11545 COLLAR MOUNT, FLEX 2 USD 42.85 No11546 EPAULETTE MOUNT, FLEX 2 USD 31.90 No11547 BALLCAP MOUNT, FLEX 2 USD 30.35 No11548 UNIVERSAL HELMET MOUNT, FLEX 2 USD 28.25 No11549 TACTICAL SWAT KIT, W/ ARC RAIL, FLEX 2 USD 68.00 No11553 SYNC CABLE, USB A TO 2.5MM USD 10.45 No11554 CLIP, OAKLEY, FLEX 2 USD 24.05 No11555 MOUNT, BALLISTIC VEST, FLEX 2 USD 32.40 No11561 C‐CLIP ADAPTOR, FLEX 2 USD 12.55 No11595 FLEET ANT, AIRGAIN, 5‐IN‐1, 2LTE, 2WIFI, 1GNSS, MAG, BL USD 325.00 No11613 CRADLEPOINT MC400 MODULAR MODEM USD 708.00 No11614 CRADLEPOINT, COR EXTENSIBILITY DOCK USD 180.00 No11615 ARC RAIL MOUNT, FLEX 2 USD 26.15 No11622 CRADLEPOINT IBR900‐600M‐NPS+5YR NETCLOUD USD 1627.00 No11629 CRADLEPOINT ROUTER, CABLE ASSEMBLY, 12V POWER USD 25.00 No11630 THIRD PARTY PROVIDED HARDWARE USD 1.00 No11634 CRADLEPOINT IBR900‐1200M‐B‐NPS+5YR NETCLOUD USD 1449.00 No11635 CRADLEPOINT IBR1700‐1200M‐B‐NPS+5YR NETCLOUD USD 2548.00 No11636 CRADLEPOINT FIPS IBR1700‐1200M‐B‐NPS+5YR NETCLOUD USD 3338.00 No11638 CRADLEPOINT FIPS IBR900‐1200M‐B‐NPS+5YR NETCLOUD USD 2630.00 NoUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3January 20, 2023Page 1 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.311640 CRADLEPOINT ROUTER AC POWER SUPPLY USD 25.00 No11641 CRADLEPOINT, NETCLOUD, RENEWAL, ANNUAL USD 213.00 No 111642 THIRD‐PARTY VIDEO SUPPORT LICENSE USD 12.81 No 111702 ACTION CAMERA MOUNT, AXON RAPIDLOCK USD 29.95 No11703 MINI MOLLE MOUNT, AXON RAPIDLOCK USD 29.95 No11704 JACKET MOUNT, AXON RAPIDLOCK USD 31.30 No11705 SLIM MOUNT, AXON RAPIDLOCK USD 31.30 No11706 FOLDING MOUNT, AXON RAPIDLOCK USD 31.30 No11707 OAKLEY FLAK 2.0 MOUNT, AXON FLEX 2 USD 249.95 No11708 OAKLEY FLAK 1.0 MOUNT ONLY KIT, FLEX 2 USD 29.95 No11709 PATCH MOUNT, AXON RAPIDLOCK USD 29.95 No12013 AXON AIR,SKYDIO 2/2+ DUAL CHARGER, NORTH AMERICA USD 149.00 No12014 AXON AIR, DJI MATRICE 300 SERIES‐DJI SMART CONTROLLER ENT USD 1250.00 No12015 AXON AIR, DRONESENSE IN‐PERSON TRAINING USD 2500.00 No12016 AXON AIR, DPGS NIGHT OPS COURSE ‐ TRAINING USD 99.00 No12021 AXON AIR, VIRTUAL TRAINING USD 1575.00 No12024 AXON AIR, MOBILE STREAMING LICENSE USD 200.00 No 112028 AXON AIR, EVIDENCE.COM LIC PRO ACCESS USD 55.51 No 112029 AXON AIR, EVIDENCE.COM LIC BASIC ACCESS USD 21.35 No 112115 AXON AIR, DJI MATRICE 300 PART10‐DUAL GIMBAL CONNECTOR USD 250.00 No12120 AXON AIR, DJI GL60 MATRICE SPOTLIGHT USD 2500.00 No12121 AXON AIR, DJI MATRICE 300 USD 9000.00 No12122 AXON AIR, DJI MATRICE 300 RTK (NA) SP PLUS USD 13199.00 No12123 AXON AIR, DJI MATRICE 310 USD 12500.00 No12124 AXON AIR, DJI MATRICE 310 RTK USD 16000.00 No12125 AXON AIR, DJI MATRICE 300 TB60 INTELLIGENT FLIGHT BATTERY USD 700.00 No12126 AXON AIR, DJI MATRICE 300 PROPELLER USD 120.00 No12127 AXON AIR, DJI ZENMUSE H20 USD 3849.00 No12128 AXON AIR, DJI ZENMUSE H20T USD 11799.00 No12221 AXON AIR, SKYDIO X2E STARTER KIT (5GHz, COLOR/THERMAL) USD 14499.00 No12222 AXON AIR, SKYDIO X2 DUAL CHARGER USD 439.00 No12223 AXON AIR, SKYDIO WALL ADAPTER 100W, NORTH AMERICA USD 69.00 No12224 AXON AIR, SKYDIO X2 BATTERY USD 369.00 No12225 AXON AIR, SKYDIO X2 SPARE PROP BLADES USD 129.00 No12226 AXON AIR, SKYDIO X2 TACTICAL SOFT CASE USD 189.00 No12227 AXON AIR, SKYDIO X2 ADMIN HARD CASE USD 449.00 No12228 AXON AIR, SANDISK 256GB EXTREME MICRO SD (SKYDIO) USD 69.00 No12230 AXON AIR, SKYDIO AUTONOMY ENTERPRISE FOR X2E (1YR TERM) USD 166.58 No 112232 AXON AIR, SKYDIO 3D SCAN FOR X2E USD 349.91 No 112234 AXON AIR, SKYDIO CONNECT LICENSE USD 166.58 No 112301 AXON AIR, DJI MAVIC 2 PART 2 INTELLIGENT FLIGHT BATTERY USD 149.00 No12302 AXON AIR, DJI MAVIC 2 PART 10 BATTERY CHARGING HUB USD 89.00 No12303 AXON AIR, DJI MAVIC 2 PART 13 LOW‐NOISE PROPELLER (PAIR) USD 15.00 No12305 AXON AIR, DJI MAVIC 2 PART 11 CAR CHARGER USD 79.00 No12306 AXON AIR, DJI MAVIC 2 PART 14 PROPELLER GUARD USD 31.00 No12307 AXON AIR, MAVIC 2 ENTERPRISE USD 1349.00 No12309 AXON AIR, DJI MAVIC 2 ENTERPRISE LOUDSPEAKER USD 99.00 No12310 AXON AIR, DJI MAVIC 2 ENTERPRISE SPOTLIGHT USD 139.00 No12311 AXON AIR, DJI MAVIC 2 ENTERPRISE FAA BEACON USD 79.00 No12321 AXON AIR, DJI MAVIC 2 ENTERPRISE FLY MORE KIT USD 469.00 No12325 AXON AIR, IPAD MINI USD 450.00 NoJanuary 20, 2023Page 2 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.312326 AXON AIR, DPGS PART 107 TRAINING: 2 YR ACCESS USD 200.00 No12328 AXON AIR, ON‐SITE TRAINING USD 4125.00 No12341 AXON AIR, DJI MAVIC MINI 2 FLY MORE BUNDLE USD 648.00 No12342 AXON AIR, DJI RC LIGHTNING TO USB CABLE USD 25.00 No12343 AXON AIR, DJI WB37 INTELLIGENT BATTERY USD 59.00 No12344 AXON AIR, FOTOKITE CONNECT LICENSE USD 275.00 No 112346 AXON AIR, FOTOKITE SIGMA MOBILE USD 33945.00 No12347 AXON AIR, DJI MAVIC 2 ENTERPRISE ADVANCED USD 6500.00 No12348 AXON AIR, DJI MAVIC 2 ENTERPRISE IPAD HOLDER USD 10.00 No12349 AXON AIR, DJI MAVIC 2 ENTERPRISE IPAD CHARGING CABLE USD 6.00 No13025 CUSTOM MOUNT USD 52.25 No13030 AXON BODY MAGNETIC DOCK CLICKFAST M6.4 PATTERN USD 22.70 No20004 CARTRIDGE, SOFT CONTACT, LIVE SIMULATION TRAINING, SMART USD 48.00 No20006 HOLSTER, BLADE TECH, RIGHT, X2, LARGE TMMS INNER CONFIGURATI USD 114.10 No20007 HOLSTER, BLADE TECH, LEFT, X2, LARGE TMMS INNER CONFIGURATIO USD 114.10 No20008 TASER 7 HANDLE, YLW, HIGH VISIBILITY (GREEN LASER), CLASS 3R USD 1960.00 No20009 TASER 7 HANDLE, HIGH VISIBILITY (GREEN LASER), CLASS 2 USD 1960.00 No20010 TASER 7 HANDLE, STANDARD (RED LASER), CLASS 3R USD 1960.00 No20018 TASER 7 BATTERY PACK, TACTICAL USD 98.10 No20019 TASER 7 BATTERY PACK, COMPACT USD 98.10 No20020 TASER 7 BATTERY PACK, NON‐RECHARGEABLE USD 79.93 No20022 TASER 7, HANDLE, GRN, HIGH VISIBILITY (GRN LASER), CLASS 3R USD 1842.75 No20023 TASER 7, TRAINING HANDLE, BLUE RUBBER USD 68.45 No20027 TASER 7 DISCONNECT BATTERY PACK USD 147.15 No20028 TASER 7 TRN CARTRIDGE ALLIGATOR CLIP STAND‐OFF (3.5 DEGREE) USD 67.30 No20029 TASER 7 TRN CARTRIDGE ALLIGATOR CLIP STAND‐OFF (12 DEGREE) USD 67.30 No20033 TASER 7 DISCONNECT BATTERY WRIST STRAP AND KEY RING USD 11.45 No20050 HOOK‐AND‐LOOP TRAINING (HALT) SUIT USD 855.25 No20056 HOOK‐AND‐LOOP TRAINING (HALT) SUIT KIT, SHIELD USD 45.65 No20058 TASER 7 CARTRIDGE CARRIER, POUCH (SOFT), S.O. TECH USD 22.80 No20059 TASER 7 CARTRIDGE CARRIER, SAFARILAND USD 25.70 No20060 TASER 7 HOLSTER ‐ S.O. TECH, AMBI‐DEXTROUS USD 91.25 No20061 TASER 7 HOLSTER ‐ BLADETECH, RIGHT HAND USD 91.25 No20062 TASER 7 HOLSTER ‐ BLACKHAWK, RIGHT HAND USD 91.25 No20063 TASER 7 HOLSTER ‐ SAFARILAND, RIGHT HAND USD 78.19 No20064 Taser 7 Safety Clip USD 9.50 No20066 TASER 7 HOLSTER ‐ BLADETECH, LEFT HAND USD 91.25 No20067 TASER 7 HOLSTER ‐ BLACKHAWK, LEFT HAND USD 91.25 No20068 TASER 7 HOLSTER ‐ SAFARILAND, LEFT HAND USD 77.00 No20104 TASER 7 TRADE‐IN UPFRONT PURCHASE USD 0.00 No20119 TASER 7 MASTER INSTRUCTOR SCHOOL VOUCHER USD 1999.00 No20120 TASER 7 INSTRUCTOR COURSE VOUCHER USD 495.00 No20133 IN‐HOUSE INSTRUCTOR COURSE ONLINE MATERIAL USD 0.00 No20157 CEW HARD CASE ‐ 15.2 X 12 X 4.5 ‐ EGG CRATE FOAM USD 91.25 No20158 TASER 7 HOLSTER ‐ BLADE‐TECH, RIGHT HAND W/ INNER TMMS USD 91.25 No20159 TASER 7 HOLSTER ‐ BLADE‐TECH, LEFT HAND W/ INNER TMMS USD 91.25 No20160 TASER 7 HOLSTER ‐ SAFARILAND, RH+CART CARRIER USD 91.25 No20161 TASER 7 HOLSTER ‐ SAFARILAND, LH+CART CARRIER USD 91.25 No20162 TASER 7 HOLSTER ‐ SAFARILAND, HIGH GLOSS, RH+CART CARRIER USD 86.65 No20163 TASER 7 HOLSTER ‐ SAFARILAND, HIGH GLOSS, LH+CART CARRIER USD 86.65 No20164 TASER 7 HOLSTER ? SAFARILAND, BSKT WEAVE, RH+CART CARRIER USD 91.25 NoJanuary 20, 2023Page 3 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.320165 TASER 7 HOLSTER ? SAFARILAND, BSKT WEAVE, LH+CART CARRIER USD 91.25 No20168 TASER 7 HOLSTER ‐ SAFARILAND, BASKET WEAVE, RH USD 77.00 No20169 TASER 7 HOLSTER ‐ SAFARILAND, BASKET WEAVE, LH USD 77.00 No20186 SAFARILAND HOLSTER MOLLE ADAPTER W MLS16 FORK USD 25.70 No20187 TMMS OUTER W LARGE MOLLE‐LOK BLADE‐TECH HOLSTER ATTACHMENT USD 37.65 No20188 VR CONTROLLER KIT PELICAN CASE USD 200.00 No20212 TASER 7 CQ BASIC TRUE‐UP SKU USD 32.25 No 120213 TASER 7 CQ HANDLE CLASS 3R USD 1600.00 No20214 TASER 7 CQ HANDLE CLASS 2 USD 1600.00 No20226 TASER 7 CQ BUDGET TRUE‐UP SKU USD 37.25 No 120231 TASER 7 CQ DOCK TRUE‐UP SKU USD 42.25 No 120233 TASER 7 CERTIFICATION PLAN ADD‐ON TRUE UP PAYMENT USD 12.25 No 120242 TASER CERTIFICATION PROGRAM YEAR 6‐10 HARDWARE USD 4504.00 No20244 VR GLOCK CONTROLLER HOLSTER USD 40.00 No20245 TASER 7 CERTIFICATION PLAN TRUE UP USD 51.00 No 120246 TASER 7 DUTY CARTRIDGE REPLACEMENT ACCESS PROGRAM USD 3.67 No 120247 TASER 7 ONLINE TRAINING CONTENT LICENSE USD 0.00 No 120248 TASER 7 EVIDENCE.COM LICENSE USD 7.12 No 120268 TASER 7 CERT 10 YEAR BUNDLE 6 YEAR TRUE UP USD 54.00 No 120270 HTC FOCUS+ VIRTUAL REALITY HEADSET USD 999.00 No20279 T7 CERT PLUS VR TRUE UP PAYMENT USD 61.25 No 120281 TASER 7 CQ DOCK YEAR 6‐10 HARDWARE USD 3032.00 No20283 TASER 7 CQ DOCK YEAR 6‐10 TRUE UP USD 55.40 No 120291 SAFARILAND STANDARD CARTRIDGE CARRIER ‐ BELT LOOP USD 55.20 No20292 SAFARILAND THIGH RIG MOUNT USD 87.85 No20293 SAFARILAND BELT CLIP USD 39.95 No20296 SAMSUNG S7+ TABLET FOR VR SIMULATOR USD 1075.00 No20297 SAMSUNG S7+ TABLET CASE FOR VR SIMULATOR USD 64.50 No20298 VR‐ENABLED GLOCK 19 CONTROLLER USD 806.00 No20340 AXON CORE + PLAN WITH T7 CERT TRUE UP 1 USD 27.00 No 120341 AXON CORE + PLAN WITH T7 CERT TRUE UP 2 USD 21.50 No 120342 AXON CORE + PLAN WITH T7 CERT TRUE UP 3 USD 65.75 No 120343 AXON CORE + PLAN WITH T7 CERT TRUE UP 4 USD 59.75 No 120347 AXON CORE PLAN T7 CQ WITH DOCK TRUE UP 1 USD 20.75 No 120348 AXON CORE PLAN T7 CQ WITH DOCK TRUE UP 2 USD 12.50 No 120370 FULL VR TASER 7 ADD‐ON USER ACCESS USD 28.47 No 120371 FULL VR TASER 7 CERT UPGRADE USER ACCESS USD 24.91 No 120373 VIRTUAL REALITY HEADSET REFRESH ONE USD 2092.00 No20374 VIRTUAL REALITY HEADSET REFRESH TWO USD 2195.00 No20375 VIRTUAL REALITY HEADSET REFRESH THREE USD 2259.00 No20378 HTC FOCUS 3 VR HEADSET USD 1935.00 No20379 VR 1‐DAY SERVICE USD 4950.00 No20416 2020 ‐ UNLIMITED 7 + TRUE‐UP 1 USD 18.75 No 120417 2020 ‐ UNLIMITED 7 + TRUE‐UP 2 USD 18.75 No 120419 2020 ‐ UNLIMITED 7 + TRUE‐UP 4 USD 21.10 No 120433 2020 ‐ UNLIMITED 7 + TRUE UP PAYMENT 1 USD 15.50 No 120434 2020 ‐ UNLIMITED 7 + TRUE UP PAYMENT 2 USD 34.75 No 120466 TASER CERTIFICATION 10 YEAR TRUE UP 1 USD 17.25 No 120470 UNLIMITED 7 + TRUE UP 1 USD 15.50 No 120472 UNLIMITED 7 + 10Y TRUE UP 1 USD 10.25 No 120479 UNLIMITED 7 TRUE UP 1 USD 15.75 No 1January 20, 2023Page 4 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.320481 UNLIMITED 7 10Y TRUE UP 1 USD 9.25 No 120505 CORRECTIONS OFFICER SAFETY BUNDLE TRUE UP 1 USD 22.25 No 120506 CORRECTIONS OFFICER SAFETY BUNDLE TRUE UP 2 USD 16.25 No 120507 CORRECTIONS OFFICER SAFETY BUNDLE TRUE UP 3 USD 58.75 No 120508 CORRECTIONS OFFICER SAFETY BUNDLE TRUE UP 4 USD 52.75 No 120525 CORRECTIONS POST OFFICER SAFETY BUNDLE TRUE UP 1 USD 65.50 No 120526 CORRECTIONS POST OFFICER SAFETY BUNDLE TRUE UP 2 USD 60.50 No 120554 UNLMITED DUTY CARTRIDGES FOR X2 USD 10.97 No 120555 UNLMITED DUTY CARTRIDGES FOR X26 USD 11.51 No 120568 UNLIMITED + PREMIUM TRUE UP 1 USD 19.00 No 120569 UNLIMITED + PREMIUM TRUE UP 2 USD 41.95 No 120600 PLANO CONSUMER CASE USD 100.00 No22000 HANDLE, BLACK, CLASS 2, X2 USD 1635.00 No22001 HANDLE, YELLOW, CLASS 2, X2 USD 1635.00 No22002 BLACK X2 CEW, HANDLE USD 1635.00 No22003 YELLOW X2 CEW, HANDLE USD 1635.00 No22010 PPM, STANDARD BATTERY PACK, X2/X26P USD 87.20 No22011 APPM, AUTOMATIC SHUT‐DOWN BATTERY PACK, X2/X26P USD 104.80 No22012 TPPM, TACTICAL BATTERY PACK, PINKY EXTENDER, X2/X26P USD 87.20 No22013 KIT, DATAPORT DOWNLOAD, USB, X2/X26P USD 282.00 No22018 GRIP, CEW, HOGUE, PACKAGED USD 25.45 No22023 HANDLE, BLUE, DEMO/LASER POINTER, X2 USD 261.50 No22026 HANDLE, BLUE, SIMULATOR, X2 USD 1092.05 No22037 X2 REFLECTIVE SIDE LABEL USD 14.75 No22038 X26P REFLECTIVE SIDE LABEL USD 13.90 No22155 INERT SIMULATION CARTRIDGE, X2 USD 63.10 No22157 25 FT NON‐CONDUCTIVE TRAINING SMART CARTRIDGE, X2 USD 44.55 No22175 TASER 7 LIVE CARTRIDGE, STANDOFF (3.5‐DEGREE) NS USD 40.25 No22176 TASER 7 LIVE CARTRIDGE, CLOSE QUARTERS (12‐DEGREE) NS USD 40.25 No22177 TASER 7 HOOK‐AND‐LOOP TRN (HALT) CARTRIDGE, STANDOFF NS USD 40.25 No22178 TASER 7 HOOK‐AND‐LOOP TRN (HALT) CARTRIDGE, CLOSE QUART NS USD 40.25 No22179 TASER 7 INERT CARTRIDGE, STANDOFF (3.5‐DEGREE) NS USD 51.95 No22181 TASER 7 INERT CARTRIDGE, CLOSE QUARTERS (12‐DEGREE) NS USD 51.95 No22184 15 FT SMART CARTRIDGE, X2 NS USD 45.45 No22185 25 FT SMART CARTRIDGE, X2 NS USD 48.00 No22188 15 FT STANDARD CARTRIDGE, X26/X26P NS USD 34.10 No22189 21 FT STANDARD CARTRIDGE, X26/X26P NS USD 36.65 No22190 25 FT STANDARD CARTRIDGE, X26/X26P NS USD 41.65 No22196 TASER 7 VR CARTRIDGE, STANDOFF (3.5‐DEGREE) USD 96.75 No22197 TASER 7 VR CARTRIDGE, CLOSE‐QUARTERS (12‐DEGREE) USD 96.75 No22500 HOLSTER, BLADE TECH, RIGHT, X2 USD 101.90 No22501 RIGHT‐HAND HOLSTER, X2, BLACKHAWK USD 104.80 No22502 HOLSTER, SAFARILAND, STX BASKETWEAVE, RIGHT, X2 USD 132.70 No22503 HOLSTER, BLADE TECH, LEFT, X2 USD 101.90 No22504 LEFT‐HAND HOLSTER, X2, BLACKHAWK USD 104.80 No22505 HOLSTER, SAFARILAND, STX BASKETWEAVE, LEFT, X2 USD 132.70 No22507 HOLSTER, SAFARILAND, STX SAFARISEVEN, RIGHT, X2 USD 132.70 No22508 HOLSTER, SAFARILAND, STX SAFARISEVEN, LEFT, X2 USD 132.70 No22510 HOLSTER, SAFARILAND, SAFARISEVEN, RIGHT, X26P USD 126.15 No22511 HOLSTER, SAFARILAND, SAFARISEVEN, LEFT, X26P USD 126.15 No22512 HOLSTER, SAFARILAND, RIGHT, QLS w/ MOLLE, X26P USD 103.80 NoJanuary 20, 2023Page 5 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.322513 HOLSTER, SAFARILAND, LEFT, QLS w/ MOLLE, X26P USD 103.80 No26700 DPM, STANDARD BATTERY PACK, X26 USD 58.55 No26701 XDPM, SPARE CARTRIDGE BATTERY PACK, X26 USD 66.40 No26762 KIT, USB DOWNLOAD, TASER CAM HD USD 20.70 No26764 REPLACEMENT BATTERY, KIT, TASER CAM HD USD 78.50 No26802 2ACH‐Dual Cartridge Holster USD 35.30 No26810 TASER CAM, TCHD USD 654.00 No26820 TASER CAM, AS, TCHD USD 688.00 No30051 HOLSTER, INSIDE WAIST BAND, PULSE USD 25.00 No30053 BELT CLIP, TASER, RIGHT, TMMS OUTER USD 29.65 No33112 CARTRIDGE, SMART, INERT, W/ALLIGATOR CLIP USD 49.15 No33212 BELTCLIP, UNIVERSAL, TEK‐LOK USD 12.65 No33520 CEW RMA REPAIR USD 70.00 No39059 BATTERY, PACK, TASER PULSE USD 25.00 No39066 TASER PULSE USD 185.00 No39070 PULSE HOLSTER ‐ STICKY USD 33.35 No40019 JOURNAL, BLACK W/YELLOW AXON LOGO USD 5.00 No44205 21 FT NON‐CONDUCTIVE TRAINING CARTRIDGE, X26/X26P USD 35.40 No44415 APPAREL, SIM SUIT, HELMET, BLACK USD 147.40 No44416 APPAREL, SIM SUIT, GLOVES, SET, BLACK USD 83.35 No44550 SUIT, ENHANCED SIM, MODEL II USD 939.50 No44729 TASER INSTRUCTOR USD 495.00 No44732 HAT, BLACK‐ON‐BLACK, AXON, S‐M USD 19.00 No44952 Holster ‐ Blade Tech w/Tek‐Lok USD 57.35 No44953 Holster, BladeTech (Left) USD 57.35 No44966 CARTRIDGE HOLDER, X26 USD 42.50 No44972 HOLSTER, R, X26, BLACKHAWK, 44H015BK‐R‐B USD 57.35 No44973 HOLSTER, L, X26, BLACKHAWK, 44H015BK‐L‐B USD 57.35 No50030 INTERVIEW ‐ SERVICE ‐ MOBILE KIT REMOTE INSTALLATION USD 1575.00 No50037 INTERVIEW ‐ SOFTWARE ‐ CLIENT (PER TOUCH PANEL‐PC) USD 1500.00 No50039 INTERVIEW ‐ SOFTWARE ‐ CLIENT MAINTENANCE (PER TOUCH PANEL‐P USD 35.58 No 150041 INTERVIEW ‐ SOFTWARE ‐ STREAMING SERVER LICENSE (PER SERVER) USD 1750.00 No50043 INTERVIEW ‐ SOFTWARE ‐ STREAMING SERVER MAINTENANCE (PER SER USD 41.56 No 150045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE USD 140.91 No 150091 AXON COMMANDER, PRO LICENSE, PERPETUAL USD 1100.00 No50092 AXON COMMANDER PRO SUPPORT AND MAINTENANCE USD 32.67 No 150114 INTERVIEW ‐ CAMERA ‐ COVERT SENSOR USD 385.93 No50116 INTERVIEW ‐ CAMERA ‐ OVERT PTZ JOYSTICK USD 536.46 No50118 INTERVIEW ‐ MIC ‐ WIRED (STANDARD MIC) USD 233.35 No50200 AXON SUPPORT ENGINEER, RESIDENT USD 32024.52 No 150203 FIELD ENGINEERING SERVICES (PER DAY), MATERIALS USD 1500.00 No50211 AXON COMMANDER, CAMERA LICENSE SMA, PERPETUAL USD 10.67 No 150218 INTERVIEW ‐ CAMERA ‐ COVERT MAIN UNIT USD 619.59 No50220 INTERVIEW ‐ SWITCH ‐ 8 PORT POE USD 790.52 No50221 INTERVIEW ‐ SWITCH ‐ 24 PORT POE USD 1409.02 No50222 INTERVIEW ‐ SWITCH ‐ CISCO 24 PORT USD 5900.00 No50249 Commander SSL Certificate ‐ 1 Year USD 1.25 No 150250 COMMANDER SSL CERTIFICATE ‐ 2 YEAR USD 1.25 No 150251 AXIS F0125 SENSOR UNIT, 12 METER CABLE USD 325.00 No50254 AXIS F1005‐E SENSOR UNIT, 12 METER CABLE USD 325.00 No50258 INTERVIEW ‐ IO MODULE CABINET USD 346.67 NoJanuary 20, 2023Page 6 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.350260 AUDIO EXTENSION CABLE, 3.5mm M/F STEREO, 50 FT USD 10.00 No50263 PANEL MOUNT LED, 24VDC ‐ WHITE USD 36.50 No50265 INTERVIEW ‐ IO RED LED USD 33.33 No50266 COMMANDER SOFTWARE, INSTALLATION AND TRAINING USD 3000.00 No50267 INTERVIEW ‐ IO MODULE USD 564.00 No50280 INTERVIEW ‐ MOBILE KIT ‐ US MODEL USD 12000.00 No50290 AXON COMMANDER TASER 7 PERPETUAL LICENSE USD 360.00 No50293 INTERVIEW ‐ CAMERA ‐ OVERT PTZ (PAN‐TILT‐ZOOM) USD 1196.00 No50294 INTERVIEW ‐ SERVER ‐ LITE USD 3384.00 No50295 INTERVIEW ‐ SERVER ‐ PRO USD 5990.00 No50298 INTERVIEW ‐ CAMERA ‐ OVERT DOME USD 964.00 No50300 AXON DISPATCH LICENSE USD 71.17 No 150306 DISPATCH USER ‐ PATROL USD 56.93 No 150307 DISPATCH USER LICENSE USD 71.17 No 150322 INTERVIEW ‐ TOUCH PANEL PRO USD 2987.48 No50324 RESPOND, LTE SERVICE, AXON INDIA, ACCESS USD 0.71 No 150326 RESPOND+, LTE SERVICE, AXON INDIA, ACCESS USD 4.84 No 150328 RESPOND, SOFTWARE SERVICE, AXON INDIA, ACCESS USD 6.19 No 150330 RESPOND+ SOFTWARE SERVICE, AXON INDIA, ACCESS USD 21.14 No 150364 INTERVIEW ‐ MIC ‐ LINE POWERED USD 218.67 No50430 INTERVIEW ‐ SERVICE ‐ IO MODULE ‐ CABINET ‐ 1 LED INSTALLATI USD 1000.00 No50431 INTERVIEW ‐ SERVICE ‐ IO ADDITIONAL LED INSTALLATION USD 500.00 No50432 INTERVIEW ‐ SERVICE ‐ IO PUSH BUTTON INSTALLATION USD 500.00 No50433 INTERVIEW ‐ IO PUSH BUTTON USD 89.33 No50448 EXT WARRANTY, INTERVIEW ROOM USD 32.88 No 150470 INTERVIEW ROOM BUNDLE ‐ 1 CAMERA, 1 ROOM TRUE UP USD 164.10 No 150471 INTERVIEW ROOM BUNDLE ‐ 1 CAMERA, 2 ROOM TRUE UP USD 275.70 No 150472 INTERVIEW ROOM BUNDLE ‐ 1 CAMERA, 3 ROOM TRUE UP USD 387.30 No 150473 INTERVIEW ROOM BUNDLE ‐ 1 CAMERA, 4 ROOM TRUE UP USD 498.90 No 150474 INTERVIEW ROOM BUNDLE ‐ 1 CAMERA, 5 ROOM TRUE UP USD 610.50 No 150475 INTERVIEW ROOM BUNDLE ‐ 2 CAMERA, 1 ROOM TRUE UP USD 184.85 No 150476 INTERVIEW ROOM BUNDLE ‐ 2 CAMERA, 2 ROOM TRUE UP USD 317.20 No 150477 INTERVIEW ROOM BUNDLE ‐ 2 CAMERA, 3 ROOM TRUE UP USD 449.55 No 150478 INTERVIEW ROOM BUNDLE ‐ 2 CAMERA, 4 ROOM TRUE UP USD 581.90 No 150479 INTERVIEW ROOM BUNDLE ‐ 2 CAMERA, 5 ROOM TRUE UP USD 714.20 No 150480 INTERVIEW ROOM ADV BUNDLE ‐ 1 CAMERA, 1 ROOM TRUE UP USD 247.60 No 150481 INTERVIEW ROOM ADV BUNDLE ‐ 1 CAMERA, 2 ROOM TRUE UP USD 384.15 No 150482 INTERVIEW ROOM ADV BUNDLE ‐ 1 CAMERA, 3 ROOM TRUE UP USD 520.70 No 150483 INTERVIEW ROOM ADV BUNDLE ‐ 1 CAMERA, 4 ROOM TRUE UP USD 657.25 No 150484 INTERVIEW ROOM ADV BUNDLE ‐ 1 CAMERA, 5 ROOM TRUE UP USD 793.80 No 150485 INTERVIEW ROOM ADV BUNDLE ‐ 2 CAMERA, 1 ROOM TRUE UP USD 268.30 No 150486 INTERVIEW ROOM ADV BUNDLE ‐ 2 CAMERA, 2 ROOM TRUE UP USD 425.60 No 150487 INTERVIEW ROOM ADV BUNDLE ‐ 2 CAMERA, 3 ROOM TRUE UP USD 582.90 No 150488 INTERVIEW ROOM ADV BUNDLE ‐ 2 CAMERA, 4 ROOM TRUE UP USD 740.20 No 150489 INTERVIEW ROOM ADV BUNDLE ‐ 2 CAMERA, 5 ROOM TRUE UP USD 897.50 No 170027 EVIDENCE.COM DOCK, CORE USD 314.00 No70033 WALL MOUNT BRACKET, ASSY, EVIDENCE.COM DOCK USD 43.90 No70040 EVIDENCE.COM, DOCK, DESK PLATE, 6 BAYS USD 35.00 No70112 AXON SIGNAL UNIT USD 279.00 No70116 SPPM, SIGNAL CONNECTED BATTERY PACK, X2/X26P USD 121.80 No70117 AXON SIGNAL UNIT, CABLE ASSEMBLY USD 25.00 NoJanuary 20, 2023Page 7 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.370976 SAFETY GLASSES USD 6.30 No71014 REPLACEMENT BATTERY SCREWDRIVER KIT USD 6.70 No71015 AXON BODY 3 ‐ 1‐BAY DOCK POWER SUPPLY, INTERNATIONAL USD 10.00 No71017 EU POWERCORD, 2M USD 10.45 No71018 AUS POWERCORD, 2M USD 10.45 No71019 NORTH AMER POWER CORD FOR AB3 8‐BAY, AB2 1‐BAY / 6‐BAY DOCK USD 11.32 No71023 FLEET CABLE ASSEMBLY, BATTERY BOX TO CAMERA USD 15.00 No71026 MAGNET MOUNT, FLEXIBLE REINFORCED, RAPIDLOCK USD 30.35 No71029 SIGNAL SIDEARM, HARDWARE PACK A USD 0.75 No71030 SIGNAL SIDEARM, HARDWARE PACK B USD 0.75 No71031 SIGNAL SIDEARM, HARDWARE PACK C USD 0.75 No71032 SIGNAL SIDEARM, HARDWARE PACK D USD 0.75 No71033 SIGNAL SIDEARM, HARDWARE PACK E USD 1.25 No71034 SIGNAL SIDEARM, HARDWARE PACK F USD 1.25 No71037 LOW RIDER, HEADBAND, FLEX 2 USD 30.35 No71044 BATTERY, SIGNAL SIDEARM, CR2430 SINGLE PACK USD 1.00 No71079 CAMERA SYSTEM, FRONT, FLEET 2 USD 380.00 No71080 CAMERA MOUNT, FRONT, FLEET 2 USD 20.00 No71081 CAMERA SYSTEM, REAR, WITH MOUNT, FLEET 2 USD 380.00 No71082 CAMERA CONTROLLER, REAR, FLEET 2 USD 180.00 No71083 CONTROLLER MOUNT, REAR CAMERA, FLEET 2 USD 20.00 No71084 JUNCTION BOX, FLEET 2 USD 80.00 No71085 CABLE ASSEMBLY, BATTERY BOX TO CAMERA, FLEET 2 USD 15.00 No71086 FLEET WIRELESS MICROPHONE USD 240.00 No71087 FLEET WIRELESS MICROPHONE CHARGING DOCK USD 40.00 No71088 AXON FLEET 2 KIT USD 1560.00 No71100 CABLE ASSEMBLY, POWER HARNESS, FLEET 2 USD 15.00 No71101 FLEET 2 UPGRADE INSTALLATION (PER VEHICLE) USD 1000.00 No71102 FLEET 2 LAPEL MICROPHONE LICENSEORY USD 12.00 No71103 FLEET 2 MICROPHONE 2.5MM JACK PLUG USD 3.00 No71104 NORTH AMER POWER CORD FOR AB3 & T7 1‐BAY DOCK/DATAPORT USD 10.00 No71107 FERRITE CORE, FLEET 2 USD 6.15 No71200 FLEET ANT, AIRGAIN, 5‐IN‐1, 2LTE, 2WIFI, 1GNSS, BL USD 249.00 No71201 FLEET ANT, AIRGAIN, 5‐IN‐1, 2LTE, 2WIFI, 1GNSS, WH USD 249.00 No71202 FLEET ANT, AIRGAIN, 2‐IN‐1, 2WIFI, INTERIOR USD 90.00 No71203 FLEET ANT, AIRGAIN, 7‐IN‐1, 4LTE/5G, 2WIFI, 1GNSS, BL USD 349.00 No71204 FLEET ANT, AIRGAIN, 9‐IN‐1, 4LTE/5G, 4WIFI, 1GNSS, BL USD 399.00 No71205 FLEET ANT, AIRGAIN, 4‐IN‐1, 4LTE/5G, BL USD 299.00 No71210 FLEET DOOR TRIGGER HARDWARE, US USD 18.60 No72000 FLEET 3 DUAL‐VIEW CAMERA USD 585.00 No72001 FLEET 3 DUAL‐VIEW CAMERA, WINDSHIELD MOUNT USD 20.00 No72002 FLEET 3 INTERIOR CAMERA, INTERIOR MOUNT USD 20.00 No72010 FLEET 3 HUB USD 1285.00 No72011 FLEET 3 HUB, TRUNK MOUNT USD 20.00 No72012 FLEET 3 HUB, AC POWER SUPPLY USD 100.00 No72013 FLEET 3 HUB, CABLE ASSEMBLY, POWER USD 100.00 No72020 FLEET 3 WIRELESS MIC USD 295.00 No72022 FLEET 3 WIRELESS MIC, CHARGING BASE USD 225.00 No72024 FLEET 3 WIRELESS MIC, CHARGING BASE, REMOTE ANTENNA USD 75.00 No72025 FLEET 3 WIRELESS MIC, LAPEL MIC USD 20.00 No72026 FLEET 3 WIRELESS MIC, AC POWER POE INJECTOR USD 50.00 NoJanuary 20, 2023Page 8 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.372030 FLEET ETHERNET CABLE, CAT6, 6 FT USD 15.00 No72031 FLEET ETHERNET CABLE, CAT6, 15 FT USD 25.00 No72032 FLEET ETHERNET CABLE, CAT6, 20 FT USD 25.00 No72033 FLEET ANT, AIRGAIN, 3‐IN‐1 2WIFI, 1GNSS, INTERIOR USD 75.00 No72034 FLEET SIM INSERTION, VZW USD 15.00 No72035 FLEET 3 WIRELESS MIC KIT USD 702.60 No72036 FLEET 3 STANDARD 2 CAMERA KIT USD 2695.00 No72037 FLEET 3 INTERIOR CAMERA USD 500.00 No72038 FLEET 3 HUB, CONSOLE MOUNT, GAMBER JOHNSON USD 42.00 No72039 FLEET 3 HUB, CONSOLE MOUNT, HAVIS USD 42.00 No72040 FLEET REFRESH, 2 CAMERA KIT USD 3058.00 No72041 FLEET DUAL‐VIEW CAMERA REFRESH USD 664.00 No72042 FLEET INTERIOR CAMERA REFRESH USD 567.00 No72043 FLEET HUB REFRESH USD 1458.00 No72044 FLEET WIRELESS MIC REFRESH USD 335.00 No72045 FLEET CHARGING BASE REFRESH USD 255.00 No72046 FLEET WIRELESS MIC KIT REFRESH USD 797.00 No72047 FLEET 3 HUB, CONSOLE MOUNT, TROY USD 42.00 No72048 FLEET SIM INSERTION, ATT USD 15.00 No72049 FLEET SIM INSERTION, TMO USD 15.00 No73004 WALL CHARGER, USB SYNC CABLE, FLEX USD 15.00 No73020 UNIVERSAL MAGNET, CLIP, FLEX USD 8.00 No73082 WALL WART, 2 USB, 2.1/1.0 AMP CHARGER USD 14.95 No73092 VIEWER, ANDROID TABLET USD 261.00 No73104 VIEWER, STANDARD ANDROID USD 282.00 No73110 BODYCAM, NON‐FUNCTIONAL TRAINING CAMERA, BODY 2 USD 99.00 No73111 AXON BODY 2, ONLINE, BLK, AV, FIXED KLICKFAST USD 522.00 No73112 AXON BODY 2, ONLINE, BLK, AV USD 522.00 No73122 AXON 2‐CAMERA FLEET SOLUTION TRUE UP FEE USD 93.00 No 173125 AXON 2‐CAMERA FLEET SOLUTION WITH TAP TRUE UP FEE USD 136.75 No 173202 AXON BODY 3 ‐ NA10 ‐ US ‐ BLK ‐ RAPIDLOCK USD 749.00 No73203 AXON BODY 3 ‐ EU07 ‐ EU ‐ BLK ‐ RAPIDLOCK USD 749.00 No73204 AXON BODY 3 ‐ AP09 ‐ ANZ ‐ BLK ‐ RAPIDLOCK USD 749.00 No73206 AXON BODY 3 ‐ EU07 ‐ YLW ACCENTS ‐ KLICKFAST USD 749.00 No73209 AXON BODY 3 ‐ NA10 ‐ CANADA USD 749.00 No73214 AXON BODY 3 ‐ EU07 ‐ YLW ACCENTS ‐ RAPIDLOCK USD 749.00 No73218 AXON BODY 3 ‐ NA10 ‐ US ENTERPRISE ‐ BLK ‐ RAPIDLOCK USD 749.00 No73220 AXON BODY 3 ‐ EU07 ‐ MALDIVES ‐ BLK ‐ RAPIDLOCK USD 749.00 No73221 AXON BODY 3 ‐ AP09 ‐ INDIA ‐ BLK ‐ RAPIDLOCK USD 749.00 No73222 AXON BODY 3 ‐ AP09 ‐ LATAM 1 ‐ BLK ‐ RAPIDLOCK USD 749.00 No73309 AXON CAMERA REFRESH ONE USD 918.00 No73310 AXON CAMERA REFRESH TWO USD 963.00 No73313 1‐BAY DOCK AXON CAMERA REFRESH ONE USD 248.00 No73314 1‐BAY DOCK AXON CAMERA REFRESH TWO USD 260.00 No73317 1‐BAY DOCK AXON CAMERA REFRESH THREE USD 267.00 No73318 1‐BAY DOCK AXON CAMERA REFRESH FOUR USD 271.00 No73345 AXON CAMERA REFRESH THREE USD 991.00 No73346 AXON CAMERA REFRESH FOUR USD 1006.00 No73347 MULTI‐BAY BWC DOCK 3RD REFRESH USD 1862.00 No73348 MULTI‐BAY BWC DOCK 4TH REFRESH USD 1890.00 No73352 BWC HARDWARE FINANCING TRUE UP PAYMENT USD 23.30 No 1January 20, 2023Page 9 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.373390 TRANSFERRED WARRANTY, CRADLEPOINT ROUTER USD 0.00 No 173391 FLEET 3 NEW INSTALLATION (PER VEHICLE) USD 1600.00 No73392 FLEET 3 UPGRADE INSTALLATION (PER VEHICLE) USD 1000.00 No73393 FLEET 3 REFRESH INSTALLATION (PER VEHICLE) USD 600.00 No73394 FLEET 2 REFRESH INSTALLATION (PER VEHICLE) USD 600.00 No73447 RESPOND DEVICE TO RESPOND DEVICE PLUS UPGRADE LICENSE USD 19.93 No 173449 RESPOND DEVICE LICENSE USD 7.12 No 173478 REDACTION ASSISTANT USER LICENSE USD 12.81 No 173618 CITIZEN FOR COMMUNITIES USER LICENSE USD 12.81 No 173632 TASER 7 BASIC TRUE UP USD 6.00 No 173638 STANDARDS ACCESS LICENSE USD 12.81 No 173680 RESPOND DEVICE PLUS LICENSE USD 27.04 No 173681 AXON RECORDS FULL USD 42.70 No 173682 AUTO TAGGING LICENSE USD 12.81 No 173683 10 GB EVIDENCE.COM A‐LA‐CART STORAGE‐USD 0.78 No 173684 10 GB EVIDENCE.COM ARCHIVAL A‐LA‐CART STORAGE USD 0.14 No 173686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE USD 34.16 No 173688 MULTI‐BAY BWC DOCK 2ND REFRESH USD 1810.00 No73689 MULTI‐BAY BWC DOCK 1ST REFRESH USD 1724.00 No73739 PERFORMANCE LICENSE USD 12.81 No 173746 PROFESSIONAL EVIDENCE.COM LICENSE USD 55.51 No 173838 PROSECUTOR PROFESSIONAL ACCESS LICENSE USD 55.51 No 173840 EVIDENCE.COM BASIC ACCESS LICENSE USD 21.35 No 173843 UNLIMITED EVIDENCE.COM TAP BUNDLE TRUE UP PAYMENT YEAR 1 USD 35.85 No 173844 UNLIMITED EVIDENCE.COM TAP BUNDLE TRUE UP PAYMENT YEAR 3 USD 12.25 No 173849 ADV USER MGT IMPLEMENTATION SERVICE USD 10000.00 No73891 RECORDS LICENSE, NON‐SWORN USD 21.35 No 173893 STANDARDS LICENSE, NON‐SWORN USD 7.12 No 173896 STANDARDS IMPLEMENTATION SERVICE USD 30000.00 No73926 CORRECTIONS POST OFFICER SAFETY TRUE‐UP PAYMENT USD 158.50 No 173932 CORRECTIONS POST OFFICER SAFETY TRUE‐UP PAYMENT 2 USD 231.25 No 173942 OFFICER SAFETY PLAN 7 PREMIUM TRUE UP PAYMENT USD 54.00 No 173950 OFFICER SAFETY PLAN 7 PLUS PLUS TRUE UP PAYMENT 2 USD 86.25 No 173976 OFFICER SAFETY PLAN 7 PLUS TRUE UP 1 USD 26.25 No 173977 OFFICER SAFETY PLAN 7 PLUS TRUE UP 2 USD 22.75 No 173983 OFFICER SAFETY PLAN 7 TRUE UP 1 USD 26.25 No 173984 OFFICER SAFETY PLAN 7 TRUE UP 2 USD 20.75 No 174001 AXON CAMERA ASSEMBLY, ONLINE, AXON BODY 2, BLK USD 522.00 No74004 AXON CAMERA ASSEMBLY, OFFLINE, AXON BODY 2, BLK USD 731.00 No74006 AXON CAMERA BATTERY PACK, AXON BODY 2, BLK USD 40.80 No74008 AXON DOCK, 6 BAY + CORE, AXON BODY 2 USD 1667.00 No74009 AXON DOCK, SINGLE BAY + CORE, AXON BODY 2 USD 440.00 No74010 AXON DOCK, 6 BAY, AXON BODY 2 USD 1249.00 No74011 AXON DOCK, SINGLE BAY, AXON BODY 2 USD 99.00 No74018 Z‐BRACKET MOUNT, MENS, AXON RAPIDLOCK USD 31.30 No74019 Z‐BRACKET MOUNT, WOMENS, AXON RAPIDLOCK USD 31.30 No74020 MAGNET MOUNT, FLEXIBLE, AXON RAPIDLOCK USD 31.30 No74021 MAGNET MOUNT, THICK OUTERWEAR, AXON RAPIDLOCK USD 31.30 No74022 SM POCKET MOUNT, 4 IN, AXON RAPIDLOCK USD 31.30 No74023 LG POCKET MOUNT, 6 IN, AXON RAPIDLOCK USD 31.30 No74024 BATTERY SYSTEM, AXON FLEET USD 100.00 NoJanuary 20, 2023Page 10 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.374025 MOUNT ASSEMBLY, AXON FLEET USD 83.75 No74026 AXON CAMERA ASSEMBLY, ONLINE, AXON BODY 2, BLK, CLICKFAST USD 522.00 No74027 Axon Fleet Dongle USD 15.65 No74028 WING CLIP MOUNT, AXON RAPIDLOCK USD 31.30 No74029 AXON BODY 2 CAMERA ASSEMBLY, 5GHZ WIFI DISABLED USD 522.00 No74032 AXON CAMERA ASSEMBLY, ONLINE, AXON BODY 2, YEL USD 522.00 No74033 AXON CAMERA ASSEMBLY, OFFLINE, AXON BODY 2, YEL USD 731.00 No74034 TILT MOUNT, AXON RAPIDLOCK USD 31.30 No74035 ANCHOR MOUNT, VERTICAL, AXON RAPIDLOCK USD 31.35 No74036 ANCHOR MOUNT, HORIZONTAL, AXON RAPIDLOCK USD 31.35 No74037 X2 HARD CASE AND FOAM USD 179.45 No74052 WEARABLE CABLE ASSEMBLY, 6 IN, BLACK, FLEX 2 USD 14.30 No74053 ADAPTER, FLEX 1 TO FLEX 2 DVR MOUNT USD 13.60 No74054 VELCRO MOUNT, RAPID LOCK USD 19.90 No74055 INTERVIEW ‐ ENCLOSURE ‐ FIRE STROBE USD 235.67 No74056 INTERVIEW ‐ TOUCH PANEL WALL MOUNT USD 64.00 No74059 INTERVIEW ‐ ENCLOSURE ‐ MOTION SENSOR USD 244.01 No74062 INTERVIEW ROOM 5 YR EXTENDED WARRANTY USD 37.46 No 174063 FLEET 2 NEW INSTALLATION (PER VEHICLE) USD 1600.00 No74064 FLEET INSTALLATION, WAP INTEGRATION, 5 CONCURRENT USD 18745.00 No74065 FLEET INSTALLATION, WAP INTEGRATION, 25 CONCURRENT USD 32980.00 No74066 FLEET INSTALLATION, WI‐FI OFFLOAD SERVER USD 1500.00 No74074 WI‐FI OFFLOAD SERVER, HARDWARE USD 3500.00 No74110 FLEET ETHERNET CABLE, CAT6, 25 FT USD 25.00 No74111 FIELD ENGINEERING SERVICES (DAY RATE), TRAVEL USD 5250.00 No74116 INTERVIEW ‐ ENCLOSURE ‐ FLUSH MOUNT USD 132.00 No74118 INTERVIEW ‐ ENCLOSURE ? THERMOSTAT USD 238.67 No74200 TASER 7 6‐BAY DOCK AND CORE USD 1624.35 No74201 TASER 7 SINGLE BAY DOCK + CORE USD 649.00 No74204 TASER 7 SINGLE BAY BATTERY DATAPORT, INTERNATIONAL USD 398.05 No74208 TASER 7 SINGLE BAY BATTERY DATAPORT, NORTH AMERICA USD 398.05 No74209 TASER 7 6‐BAY BATTERY DATAPORT USD 1368.50 No74210 AXON BODY 3 ‐ 8 BAY DOCK USD 1595.00 No74211 AXON BODY 3 ‐ 1 BAY DOCK USD 229.00 No74214 AXON BODY 3 ‐ 8 BAY DOCK W/O POWER SUPPLY USD 1595.00 No74300 FLOCK SAFETY ALPR CAMERA SYSTEM ANNUAL TERM USD 2500.00 No74302 FLOCK SAFETY ALPR CAMERA SYSTEM INSTALLATION USD 350.00 No74310 FLOCK CAMERA REFERRAL USD 37.50 No 175000 SIGNAL SIDEARM ADHESIVE MOUNT USD 249.00 No75001 SIGNAL SIDEARM ADHESIVE MOUNT REMOVAL KIT USD 1.55 No75002 SIGNAL SIDEARM ADHESIVE MOUNT INSTALLATION KIT (SPARE) USD 5.00 No75010 MASTER INSTRUCTOR SCHOOL USD 1999.00 No75014 SIGNAL SIDEARM, INSTALLATION SERVICE ONSITE USD 3000.00 No75015 SIGNAL SIDEARM KIT USD 249.00 No75020 CROUZET BM1R16MV1, SIGNAL SIR USD 65.00 No75021 DIN RAIL, SIGNAL SIR USD 4.00 No75022 AXON BODY 3 ‐ RAPIDLOCK SCREW REPAIR KIT USD 10.00 No79999 AUTO TAGGING / PERFORMANCE IMPLEMENTATION SERVICE USD 3000.00 No80002 TARGET, PAPER, CONDUCTIVE INK, CIVILIAN USD 11.55 No80004 TARGET, CONDUCTIVE, 2 PART, TOP AND BOTTOM USD 44.25 No80087 TASER 7 TARGET, CONDUCTIVE, PROFESSIONAL (RUGGEDIZED) USD 171.05 NoJanuary 20, 2023Page 11 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.380089 TARGET, CONDUCTIVE HALT HYBRID, TASER 7 USD 171.10 No80090 TARGET FRAME, PROFESSIONAL, 27.5 IN. X 75 IN., TASER 7 USD 85.55 No80100 CUSTOMER CARE, LASER, ENGRAVING USD 6.50 No80129 SIGNAL, ROUTER, OR RADAR ONLY INSTALLATION (PER VEHICLE) USD 400.00 No80146 VIRTUAL BODYCAM STARTER USD 1575.00 No80179 FLEET 2 TAP TRUE‐UP PAYMENT USD 58.00 No 180190 Evidence.com Channel Services USD 10000.00 No80214 FLEET EVIDENCE.COM UNLIMITED STORAGE USD 48.39 No 180218 WI‐FI OFFLOAD SERVER, SOFTWARE LICENSE USD 71.17 No 180221 FLEET EVIDENCE.COM LICENSE USD 41.28 No 180227 RESPOND VIEW‐ONLY ACCESS USD 0.00 No 180275 AXON COMMANDER, PRO LICENSE, SMA USD 32.67 No 180277 AXON COMMANDER, PRO LICENSE, TERM USD 55.51 No 180279 AXON COMMANDER, CAMERA LICENSE, SMA USD 512.39 No 180283 COMMANDER ‐ TASER 7 ‐ TERM LICENSE USD 7.12 No 180285 COMMANDER ‐ TASER 7 ‐ PERPETUAL LICENSE SMA USD 10.67 No 180290 AXON COMMANDER, BASIC LICENSE, TERM ACCESS USD 21.35 No 180294 AXON COMMANDER SERVER PERPETUAL LICENSE USD 2500.00 No80296 AXON COMMANDER SERVER SMA USD 75.44 No 180298 AXON COMMANDER SERVER TERM LICENSE ACCESS USD 59.78 No 180320 PEO ADD‐ON ACCESS USD 12.81 No 180322 LIVE STREAMING ADD‐ON ACCESS USD 12.81 No 180372 EXT WARRANTY, FLEET 2 JUNCTION BOX USD 0.50 No 180373 EXT WARRANTY, FLEET 2 BATTERY SYSTEM USD 0.57 No 180374 EXT WARRANTY, TASER 7 BATTERY PACK USD 0.68 No 180375 EXT WARRANTY, FLEET 2 REAR CAMERA CONTROLLER USD 1.07 No 180376 EXT WARRANTY, FLEET 2, WIRELESS MIC USD 1.28 No 180377 EXT WARRANTY, FLEET 3, CHARGING BASE USD 1.49 No 180378 EXT WARRANTY, FLEET 3, WIRELESS MIC USD 1.49 No 180379 EXT WARRANTY, AXON SIGNAL UNIT USD 1.71 No 180381 EXT WARRANTY, TASER 7 SINGLE BAY DATAPORT USD 2.41 No 180382 EXT WARRANTY, FLEET 2 FRONT CAMERA SYSTEM USD 2.28 No 180383 EXT WARRANTY, FLEET 2 REAR CAMERA SYSTEM USD 2.28 No 180384 EXT WARRANTY, FLEET 3, WIRELESS MIC KIT USD 2.92 No 180385 EXT WARRANTY, FLEET 3, INTERIOR CAMERA USD 2.96 No 180386 EXT WARRANTY, FLEET 3, DUAL‐VIEW CAMERA USD 3.42 No 180387 EXT WARRANTY, TASER 7 SINGLE BAY DOCK USD 4.06 No 180388 EXT WARRANTY, TASER CAM TCHD USD 5.12 No 180389 EXT WARRANTY, FLEET 3, HUB USD 6.38 No 180390 EXT WARRANTY, TASER 7 SIX BAY BATTERY DATAPORT USD 7.54 No 180391 EXT WARRANTY, BODY 3 SINGLE BAY DOCK USD 7.76 No 180392 EXT WARRANTY,BODY 2 SINGLE BAY AND CORE DOCK USD 8.11 No 180393 EXT WARRANTY, FLEX 2 SINGLE BAY AND CORE DOCK USD 8.18 No 180394 EXT WARRANTY, TASER 7 CQ HANDLE USD 9.45 No 180395 EXT WARRANTY, TASER 7 HANDLE USD 10.15 No 180396 EXT WARRANTY, TASER 7 SIX BAY DOCK USD 10.15 No 180397 EXT WARRANTY, FLEET 2 KIT USD 9.25 No 180398 EXT WARRANTY, X26P HANDLE USD 12.38 No 180399 EXT WARRANTY, X2 HANDLE USD 15.04 No 180400 FLEET, VEHICLE LICENSE USD 28.47 No 180401 FLEET 3, ALPR LICENSE, 1 CAMERA USD 83.98 No 1January 20, 2023Page 12 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.380402 RESPOND DEVICE LICENSE ‐ FLEET 3 USD 21.35 No 180410 FLEET, UNLIMITED STORAGE, 1 CAMERA USD 24.20 No 180460 FLEET 3 BUNDLE TRUE UP USD 78.00 No 180461 FLEET 3 BUNDLE WITH TAP TRUE UP USD 115.75 No 180462 FLEET 3 ADVANCED BUNDLE WITH TAP TRUE UP USD 108.00 No 180464 EXT WARRANTY, CAMERA (TAP) USD 10.67 No 180465 EXT WARRANTY, MULTI‐BAY DOCK (TAP) USD 18.99 No 180466 EXT WARRANTY, SINGLE‐BAY DOCK (TAP) USD 8.97 No 180477 FLEET 3 ADVANCED RENEWAL WITH TAP TRUE UP USD 51.25 No 180478 FLEET 3 RENEWAL WITH TAP TRUE UP USD 53.25 No 180479 FLEET 3 RENEWAL TRUE UP USD 20.80 No 180489 EXT WARRANTY, FLEX 2 CAMERA USD 18.57 No 180494 EXT WARRANTY, BODY 2 CAMERA USD 12.38 No 180495 EXT WARRANTY, FLEET 3, 2 CAMERA KIT USD 12.75 No 180496 EXT WARRANTY, BODY 3 CAMERA USD 16.65 No 180498 EXT WARRANTY, BODY 3 EIGHT BAY DOCK USD 29.68 No 180499 EXT WARRANTY,BODY 2 SIX BAY AND CORE DOCK USD 31.03 No 180500 EXT WARRANTY, FLEX 2 SIX BAY AND CORE DOCK USD 31.31 No 180501 X2 ONLINE TRAINING CONTENT LICENSE USD 0.00 No 180502 X26P ONLINE TRAINING CONTENT LICENSE USD 0.00 No 180503 ADV USER MANAGEMENT ADD‐ON USD 12.81 No 180505 AXON SUPPORT ENGINEER, REGIONAL USD 7116.56 No 180506 WIRE TRANSFER FEE USD 0.00 No80507 SHIPPING FEE USD 0.00 No85000 STANDARD CARTRIDGE ‐ ALLIGATOR CLIP ‐ ASSEMBLED USD 69.40 No85014 AXON 1‐DAY SERVICE USD 3150.00 No85055 AXON FULL SERVICE USD 26775.00 No85144 AXON STARTER USD 9950.00 No85147 CEW STARTER USD 9950.00 No85149 CEW 2 DAY PRODUCT SPECIFIC INSTRUCTOR COURSE USD 6800.00 No85150 CEW ADD‐ON SERVICES USD 3150.00 No85156 PROFESSIONAL SERVICES: TRIAL FEE USD 3000.35 No85157 PROFESSIONAL SERVICES MILESTONE PAYMENT: RECORDS USD 300.00 No 185159 PROFESSIONAL SERVICES MILESTONE PAYMENT: DISPATCH USD 300.00 No 185170 INTERVIEW ‐ SERVICE ‐ STANDARD INSTALL AND SETUP (PER ROOM) USD 5950.00 No85759 AUTO‐TRANSCRIBE 1000 A LA CARTE MINUTES USD 41.56 No 185760 Auto‐Transcribe Unlimited Service USD 28.47 No 185762 AUTO‐TRANSCRIBE JUSTICE ACCESS SERVICE USD 42.70 No 185767 DISCOVERY MODULE ACCESS SERVICE USD 35.58 No 187050 FLEET VIEW XL LICENSE USD 41.28 No 199900 ACCELERATE CONF REG W/FLIGHT AND LODGING USD 3000.00 No99901 ACCELERATE CONFERENCE REGISTRATION USD 599.00 No100055 AXIS P3935‐LR USD 492.35 No100058 LABEL, VIDEO & AUDIO FRONT, BODY CAM, BODY 3 USD 0.75 No100059 50 PACK CONSUMER CARTRIDGES USD 500.00 No100067 HOLSTER, BOLT 2 USD 100.00 No100070 SMALL CEW HARD CASE 13? X 9.5? X 2.5? USD 11.55 No100071 X2 MANUAL ‐ PORTUGUESE USD 0.00 No100089 AXON BODY 3 ‐ AP09 ‐ APAC ‐ BLK ‐ RAPIDLOCK USD 749100090 AXON BODY 3 ‐ NA10 ‐ LATAM 2 ‐ BLK ‐ RAPIDLOCK USD 749.00 No100092 FLEET REFRESH TWO, 2 CAMERA KIT USD 3194.00 NoJanuary 20, 2023Page 13 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100095 AXON AIR, SKYDIO X2E STARTER KIT (5GHZ, COLOR) USD 10999.00 No100097 AXON AIR, SKYDIO X2E BLENDED TRAINING USD 5605.00 No100099 AXON BODY 3 ‐ EU07 ‐ SAUDI ARABIA ‐ BLK ‐ RAPIDLOCK USD 749.00 No100100 FEDERAL BWC PSO USD 8.90 No 1100101 AXON BODY 3 TRAINING STICKER 44‐PACK ‐ BLUE USD 299.00 No100102 TASER TRUCKER HAT USD 25.00 No100103 TASER 7 SAFARILAND RH HOLSTER W LEG DROP AND CART CARRIER USD 171.10 No100104 TASER 7 SAFARILAND LH HOLSTER W LEG DROP AND CART CARRIER USD 171.10 No100105 MY90 SETUP USD 3000.00 No100106 TASER 7 NON‐CONDUCTIVE TRAINING STANDOFF (3.5‐DEGREE) CARTRI USD 40.25 No100107 TASER 7 NON‐CONDUCTIVE TRAINING CLOSE‐QUARTERS (12‐DEGREE) C USD 40.25 No100108 EXPERT IDLE FEES USD 100.00 No100109 EXPERT TRAVEL FEES USD 1.00 No100110 EXPERT WORK USD 250.00 No100111 BOX, CARDBOARD, BLACK, SINGLE PACK, BODY 3 USD 1.60 No100112 AXON AIR, E.COM PILOT DATA LIC USD 42.70 No 1100114 SAFARILAND 3" BELT LOOP USD 18.25 No100115 SAFARILAND TASER 7 HOLSTER RH W 3" BELT LOOP USD 91.25 No100116 SAFARILAND TASER 7 LH HOLSTER W 3" BELT LOOP USD 91.25 No100117 SAFARILAND 6005‐11 QUICK RELEASE LEG STRAP USD 54.75 No100118 DISCONNECT BATTERY COILED BELT LOOP ATTACHMENT USD 12.00 No100119 HP ENGAGE ONE PRO I3 USD 3370.50 No100120 INTERVIEW ‐ MIC ‐ IF‐PX Module USD 296.00 No100121 LE VERIFACT D‐V OMNI‐DIRECTIONAL VANDAL RESISTANT MICROPHONE USD 133.75 No100122 HTC FOCUS 3 HEADSET BATTERY USD 100.00 No100124 HTC FOCUS 3 HEADSET FACE & REAR CUSHION USD 50.00 No100126 AXON VR TACTICAL BAG USD 134.38 No100128 TASER 7 INERT VR HANDLE CLASS 2 LASER USD 650.00 No100131 INVESTIGATION ‐ PROBE/WIRE/CARTRIDGE ANALYSIS USD 500.00 No100132 INVESTIGATION ‐ DATA ANALYSIS USD 1000.00 No100133 INVESTIGATION ‐ FULL ANALYSIS USD 2000.00 No100134 INTERVIEW ‐ COVERT ENCLOSURE ? ELECTRICAL OUTLET USD 267.00 No100135 TSHIRT, PROTECT LIFE EST. 1993, SIZE XS USD 20.00 No100137 FLOCK SAFETY FALCON CAMERA ANNUAL TRIAL SERVICE USD 2500.00 No100142 T7 AB3 AB2 AF2 DOCK POWER SUPPLY, 120W, 16VDC USD 135.40 No100144 TCHD, USB PLUG, RUBBER FG USD 1.25 No100145 FLEET ANT, AIRGAIN, 7‐IN‐1, 4LTE/5G, 2WIFI, 1GNSS, WH USD 349.00 No100146 CRADLEPOINT R1900‐5GB‐GA+5YR NETCLOUD USD 2999.00 No100147 AXON BODY 4 ‐ NA USD 849100150 FLEET 3 WIRING REFRESH KIT USD 335.00 No100157 FLEET 3 DUAL‐VIEW CAMERA, SWIVEL ASSEMBLY REPLACEMENT USD 40.00 No100158 FLEET ANT, AIRGAIN, 4‐IN‐1, 4LTE/5G, WH USD 299.00 No100159 FLEET 3 ‐ ALPR ‐ API INTEGRATION SERVICES USD 3000.00 No100165 UNLIMITED 3RD‐PARTY STORAGE USD 41.28 No 1100167 MASTER INSTRUCTOR SCHOOL (AS A SERVICE‐AGENCY SPECIFIC) USD 30000.00 No100170 TASER OPERATOR TRAINING ? TIER 1 USD 100.00 No100171 TASER OPERATOR TRAINING ? TIER 2 USD 90.00 No100172 TASER OPERATOR TRAINING ? TIER 3 USD 75.00 No100173 TASER OPERATOR TRAINING ? TIER 4 USD 50.00 No100174 TASER OPERATOR TRAINING ? TIER 5 USD 35.00 No100182 HIGH RETENTION WING CLIP, AXON RAPIDLOCK USD 29.95 NoJanuary 20, 2023Page 14 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100185 FLEET ANT, AIRGAIN, 9‐IN‐1, 4LTE/5G, 4WIFI, 1GNSS, WH USD 399.00 No100186 HTC FOCUS 3 WRIST TRACKER USD 161.25 No100189 INVESTIGATIONS ‐ EXPEDITE FEE USD 1083.00 No100190 FLEET 3 DUAL‐VIEW CAMERA, ADD‐ON BUNDLE TRUE UP USD 8.36 No 1100192 FLEET 3 INTERIOR CAMERA, ADD‐ON BUNDLE TRUE UP USD 7.00 No 1100193 FLEET 3 DUAL‐VIEW CAMERA, ADD‐ON BUNDLE WITH TAP TRUE UP USD 16.55 No 1100194 CRADLEPOINT RX30‐MC MODEM EXPANSION SLOT USD 225.00 No100197 HTC FOCUS 3 VR HEADSET ‐ WARRANTY USD 8.61 No 1100199 AXON AIR, PARSEC LTE‐900 USD 4600.00 No100200 AB4 FLEX POV MODULE USD 249100201 AXON BODY 4 ‐ 1 BAY DOCK USD 229100202 TASER 7 SAFETY REPAIR KIT USD 0.00 No100203 INTEGRATION OF CAD WITH RESPOND REMOTE CAMERA ACTIVATION USD 5000.00 No100206 AXON BODY 4 ‐ 8 BAY DOCK USD 1595100208 FLOCK SAFETY EXTENDED DATA RETENTION ANNUAL USD 25.00 No 1100210 VIRTUAL REALITY TABLET REFRESH ONE USD 1162.00 No100211 VIRTUAL REALITY TABLET REFRESH TWO USD 1220.00 No100212 VIRTUAL REALITY TABLET REFRESH THREE USD 1255.00 No100213 VIRTUAL REALITY TABLET ‐ HARDWARE WARRANTY USD 4.48 No 1100217 Wiha 28562 Interchangeable Blade for TorqueFix and TorqueVar USD 10.85 No100218 Wiha 28501 TorqueVario‐S Torque Screwdriver, 15‐80 Inch Ounc USD 140.80 No100243 AXIS T94K01D NETWORK CAMERA PENDANT KIT USD 40.00 No100244 AXIS T91E61 WALL MOUNT USD 40.00 No100251 MAKROLON 2407 550115 CLEAR USD 3.55 No100252 ENTERPRISE WM MONTHLY LTE UPLOAD USD 106.75 No 1100253 Rapidlock BWC Chest Harness USD 89.00 No100327 Cradlepoint IBR200‐AT Router + 3YR Netcloud Essential USD 309.00 No100328 SAFARILAND TASER 7 HOLSTER RH, YELLOW HOOD, QLS 22/19 USD 124.55 No100329 SAFARILAND TASER 7 HOLSTER LH, YELLOW HOOD, QLS 22/19 USD 124.55 No100331 INPUT‐ACE DONGLE LICENSE USD 346.26 No 1100332 INPUT‐ACE WEB DONGLE LICENSE USD 693.10 No 1100333 OVERLAY TOOL LICENSE USD 69.26 No 1100334 INPUT‐ACE LITE SOFTWARE LICENSE USD 138.12 No 1100335 INVESTIGATE IN‐PERSON WORKFLOW TRAINING, OPERATOR & EXAMINER USD 1190.00 No100336 INVESTIGATE OPERATOR TRAINING USD 395.00 No100337 INVESTIGATE EXAMINER TRAINING USD 595.00 No100338 INVESTIGATE METROLOGY TRAINING USD 995.00 No100340 VIDEO EXAMINATIONS FOR INVESTIGATORS ‐ IN PERSON USD 495.00 No100341 VIDEO EXAMINATIONS FOR INVESTIGATORS ‐ ONLINE USD 245.00 No100342 INPUT‐ACE PERPETUAL LICENSE MAINTENANCE USD 138.12 No 1100345 VFR LIGHTBOARD SOFTWARE USD 69.43 No 1100346 VFR LIGHTBOARD CALIBRATION USD 995.00 No100362 HTC FOCUS 3 POWER ADAPTER USD 40.00 No100367 VFR LIGHTBOARD HARDWARE, VERSION 1 USD 2500.00 No100368 AXON AIR, FOTOKITE SIGMA SERVICE & SUPPORT USD 249.58 No 1100377 AXON AIR, SKYDIO 2+ ENTERPRISE KIT (HARDWARE), NORTH AMERICA USD 1950.00 No100378 AXON AIR, SKYDIO 2+ BATTERY USD 115.00 No100379 AXON AIR, FOTOKITE SIGMA ROOF‐MOUNT USD 39945.00 No100380 AXON AIR, FOTOKITE SIGMA COMMAND TABLET USD 1999.00 No100381 AXON AIR, FOTOKITE VEHICLE DOCK CHARGING STATION FOR TABLET USD 425.00 No100382 AXON AIR, FOTOKITE TABLETOP DOCK CHARGING STATION FOR TABLET USD 218.00 NoJanuary 20, 2023Page 15 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100388 Axon Body 3 USB‐C Anti‐Dust Plug (40 pack) USD 39.00 No100389 FLEET ETHERNET CABLE, CAT6, 50 FT USD 35.00 No100390 TASER 10 HANDLE, YLW, CLASS 3R USD 2150.00 No100391 TASER 10 HANDLE, YLW, CLASS 2 USD 2150.00 No100392 TASER 10 INERT HANDLE, RED, CLASS 2 USD 2150.00 No100393 TASER 10 LIVE DUTY MAGAZINE BLACK USD 150.00 No100394 TASER 10 HALT TRN MAGAZINE BLUE (HOOK‐AND‐LOOP‐TRAINING) USD 150.00 No100395 TASER 10 LIVE TRAINING MAGAZINE PURPLE USD 150.00 No100396 TASER 10 INERT MAGAZINE RED USD 150.00 No100397 TASER 10 VR MAGAZINE WHITE USD 127.65 No100398 TASER 10 HANDLE T&E KIT USD 0.00 No100399 LIVE UNITARY CARTRIDGE (TASER 10) USD 21.00 No100400 HALT UNITARY CARTRIDGE (TASER 10) USD 21.00 No100401 INERT UNITARY CARTRIDGE (TASER 10) ‐ TBC USD 21.00 No100402 AXIS TP3101 PENDANT WALL MOUNT USD 64.75 No100403 SAFARILAND QUICK LOCKING SYSTEM KIT QLS19 AND QLS22 USD 37.40 No100404 AXON AIR, SKYDIO 2/2+ CONTROLLER USD 179.00 No100405 AXON AIR, SKYDIO 2/2+ PRO CASE USD 229.00 No100406 AXON AIR, SKYDIO 2/2+ PROPELLERS USD 29.00 No100407 AXON AIR, SKYDIO 2/2+ TACTICAL SOFT CASE USD 45.00 No100408 AXON AIR, WALL ADAPTER 65W, NORTH AMERICA USD 34.00 No100409 AXON AIR, SKYDIO 2+ BEACON USD 219.00 No100410 AXON AIR, SKYDIO 2+ ENTERPRISE KIT (HARDWARE), ANZ USD 2429.50 No100411 AXON AIR, SKYDIO CONTROLLER USB‐C TO LIGHTNING CABLE USD 19.00 No100412 AXON AIR, SKYDIO ENTERPRISE CONTROLLER 5GHZ (X2E) USD 4499.00 No100413 AXON AIR, SKYDIO X2D ST KIT 1Y AE (1.8GHZ, COLOR) USD 19183.00 No100414 AXON AIR, SKYDIO X2D ST KIT 3Y AE (1.8GHZ, COLOR) USD 20897.00 No100415 AXON AIR, SKYDIO X2D ST KIT 1Y AE (1.8GHZ, DUAL) USD 22283.00 No100416 AXON AIR, SKYDIO X2D ST KIT 3Y AE (1.8GHZ, DUAL) USD 23997.00 No100417 AXON AIR, SKYDIO X2D ST KIT 1Y AE (5GHZ, COLOR) USD 17183.00 No100418 AXON AIR, SKYDIO X2D ST KIT 3Y AE (5GHZ, COLOR) USD 18897.00 No100419 AXON AIR, SKYDIO X2D ST KIT 1Y AE (5GHZ, DUAL) USD 20683.00 No100420 AXON AIR, SKYDIO X2D ST KIT 3Y AE (5GHZ, DUAL) USD 22397.00 No100421 AXON AIR, SKYDIO X2D ST KIT + 1YR 3DSCAN (1.8GHZ, COLOR) USD 32467.00 No100422 AXON AIR, SKYDIO X2D ST KIT + 3YR 3DSCAN (1.8GHZ, COLOR) USD 39495.00 No100423 AXON AIR, SKYDIO X2D ST KIT + 1YR 3DSCAN (1.8GHZ, DUAL) USD 35567.00 No100424 AXON AIR, SKYDIO X2D ST KIT + 3YR 3DSCAN (1.8GHZ, DUAL) USD 42595.00 No100425 AXON AIR, SKYDIO X2D ST KIT 1Y AE + 3DSCAN (5GHZ, COLOR) USD 30467.00 No100426 AXON AIR, SKYDIO X2D ST KIT 3Y AE + 3DSCAN (5GHZ, COLOR) USD 37495.00 No100427 AXON AIR, SKYDIO X2D ST KIT + 1YR 3DSCAN (5GHZ, DUAL) USD 33967.00 No100428 AXON AIR, SKYDIO X2D ST KIT + 3YR 3DSCAN (5GHZ, DUAL) USD 40995.00 No100429 AXON AIR, SKYDIO X2E 5GHZ, COLOR (REPLACEMENT VEHICLE) USD 4799.00 No100430 AXON AIR, SKYDIO X2E 5GHZ, DUAL (REPLACEMENT VEHICLE) USD 8499.00 No100431 AXON AIR, SANDISK 128GB EXTREME MICROSD (SKYDIO) USD 59.00 No100432 AXON AIR, SKYDIO ENT CONTROLLER HW 5GHZ (X2D OFFLINE), ANZ USD 5400.15 No100433 AXON AIR, SKYDIO ENTERPRISE CONTROLLER 5GHZ (X2E), ANZ USD 4860.05 No100435 AXON AIR, SKYDIO X2 DUAL CHARGER, ANZ USD 474.30 No100436 AXON AIR, SKYDIO X2D ST KIT + 1YR AE (5GHZ, COLOR), ANZ USD 18561.75 No100437 AXON AIR, SKYDIO X2D ST KIT + 3YR AE (5GHZ, COLOR), ANZ USD 20413.25 No100438 AXON AIR, SKYDIO X2D ST KIT 1Y AE (5GHZ, DUAL), ANZ USD 22342.60 No100439 AXON AIR, SKYDIO X2D ST KIT 3Y AE (5GHZ, DUAL), ANZ USD 24194.10 NoJanuary 20, 2023Page 16 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100440 AXON AIR, SKYDIO X2D ST KIT 1Y AE + 3DSCN (5GHZ, COLOR), ANZ USD 32911.60 No100441 AXON AIR, SKYDIO X2D ST KIT 3Y AE + 3DSCN (5GHZ, COLOR), ANZ USD 40503.50 No100442 AXON AIR, SKYDIO X2D ST KIT + 1YR 3DSCAN (5GHZ, DUAL), ANZ USD 36692.45 No100443 AXON AIR, SKYDIO X2D ST KIT + 3YR 3DSCAN (5GHZ, DUAL), ANZ USD 44284.30 No100444 AXON AIR, SKYDIO X2E ST KIT HW (5GHZ, COLOR), ANZ USD 11881.55 No100445 AXON AIR, SKYDIO X2E ST KIT HW (5GHZ, COLOR/THERMAL), ANZ USD 15662.40 No100446 AXON AIR, WALL ADAPTER 100W, INTERNATIONAL USD 74.55 No100447 AXON AIR, SKDYIO CONNECT LICENSE WITH 3D SCAN SUPPORT USD 208.25 No 1100448 AXON AIR, SKYDIO CARE ENTERPRISE USD 800.00 No100449 AXON AIR,SKYDIO 2/2+ IN‐PERSON TRAINING USD 5640.00 No100450 AXON AIR, SKYDIO 2/2+ INSTRUCTOR TRAINING USD 2410.00 No100451 AXON AIR, SKYDIO 3D SCAN FOR S2/2+ IN‐PERSON TRAINING ADD‐ON USD 2310.00 No100452 AXON AIR, SKYDIO 3D SCAN FOR X2D IN‐PERSON TRAINING (ADD‐ON) USD 2310.00 No100453 AXON AIR, SKYDIO 3D SCAN FOR X2E IN‐PERSON TRAINING (ADD‐ON) USD 2310.00 No100454 AXON AIR, SKYDIO X2D IN‐PERSON TRAINING USD 7800.00 No100455 AXON AIR, SKYDIO X2D IN‐PERSON TRAINING (OCONUS) USD 10570.00 No100456 AXON AIR, SKYDIO X2D INSTRUCTOR TRAINING USD 2510.00 No100457 AXON AIR, SKYDIO X2E IN‐PERSON TRAINING USD 7800.00 No100458 AXON AIR, SKYDIO X2E INSTRUCTOR TRAINING USD 2510.00 No100462 AXON AIR, SKYDIO 3D SCAN FOR S2+ USD 249.91 No 1100464 AXON AIR, SKYDIO AUTONOMY ENTERPRISE FOR S2+ USD 62.41 No 1100466 USB‐C to USB‐C CABLE FOR AB4 USD 2.99100468 FLEET 3 HUB, RADAR CABLE, KUSTOM SIGNAL, RP1, E3 USD 75.00 No100469 FLEET SIM INSERTION, ATT FIRSTNET USD 15.00 No100470 SAFARILAND QLS 19 FORK USD 18.45 No100471 SAFARILAND QLS RECEIVER PLATE USD 23.85 No100485 AXON AIR, REMOTE OPERATIONS ON‐BOARDING USD 15000.00 No100489 SYMPOSIUM: ALL ACCESS PASS USD 345.00 No100490 JUSTICE STARTER USD 2750.00 No100491 JUSTICE FULL SERVICE USD 17000.00 No100492 JUSTICE 1‐DAY USD 2000.00 No100493 JUSTICE VIRTUAL SERVICE USD 1000.00 No100494 ENTERPRISE BODYCAM STARTER USD 2750.00 No100495 ENTERPRISE CEW STARTER USD 2750.00 No100496 ENTERPRISE FULL SERVICE USD 17000.00 No100497 ENTERPRISE 1‐DAY USD 2000.00 No100498 FEDERAL BODYCAM STARTER USD 2750.00 No100499 FEDERAL BODYCAM FULL SERVICE USD 17000.00 No100500 FEDERAL BODYCAM 1‐DAY USD 2000.00 No100501 FEDERAL VIRTUAL BODYCAM STARTER USD 1000.00 No100502 FEDERAL CEW STARTER USD 2750.00 No100503 FEDERAL CEW FULL SERVICE USD 17000.00 No100504 FEDERAL CEW 1‐DAY USD 2000.00 No100505 FEDERAL CEW TRANSITION SERVICE USD 2000.00 No100506 INTERNATIONAL BODYCAM STARTER USD 2750.00 No100507 INTERNATIONAL BODYCAM FULL SERVICE USD 17000.00 No100508 INTERNATIONAL BODYCAM 1‐DAY USD 2000.00 No100509 INTERNATIONAL VIRTUAL BODYCAM STARTER USD 1000.00 No100510 INTERNATIONAL CEW STARTER USD 2750.00 No100511 INTERNATIONAL CEW FULL SERVICE USD 17000.00 No100512 INTERNATIONAL CEW 1‐DAY USD 2000.00 NoJanuary 20, 2023Page 17 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100513 INTERNATIONAL CEW TRANSITION SERVICE USD 2000.00 No100514 INTERNATIONAL INTERVIEW INSTALLATION USD 2500.00 No100515 AXON AIR, DJI MATRICE 30 (NA) SP USD 9341.00 No100516 AXON AIR, DJI MATRICE 30 (NA) SP PLUS USD 9942.00 No100517 AXON AIR, DJI MATRICE 30T (NA) SP USD 13341.00 No100518 AXON AIR, DJI MATRICE 30T (NA) SP PLUS USD 14042.00 No100519 AXON AIR, DJI DJI RC PLUS USD 1600.00 No100520 AXON AIR, DJI DJI RC PLUS STRAP BRACKET KIT USD 39.00 No100521 AXON AIR, DJI MATRICE 30 SERIES INT BATTERY STATION (NA) USD 999.00 No100522 AXON AIR, DJI MATRICE 30 SERIES INT FLIGHT BATTERY USD 329.00 No100523 AXON AIR, DJI MATRICE 30 SERIES PROPELLER USD 49.00 No100524 AXON AIR, DJI MATRICE 30 SERIES HIGH ALTITUDE PROPELLER USD 49.00 No100525 AXON AIR, DJI PSDK MOUNTING BRACKET USD 29.00 No100526 AXON AIR, DJI ZENMUSE H20N (NA) SP USD 9239.00 No100527 AXON AIR, DJI ZENMUSE H20N (NA) SP PLUS USD 9737.00 No100535 AXON AIR,  PARSEC LTE‐1700 USD 7500.00 No100536 INTERVIEW ‐ HDMI ENCODER USD 1700.00 No100537 INPUT‐ACE DONGLE RENEWAL LICENSE USD 276.82 No 1100538 FULL VR STANDALONE USER ACCESS USD 28.47 No 1100539 CET‐ONLY VR STANDALONE USER ACCESS USD 12.10 No 1100541 AXON AIR, DJI MINI 2 INTELLIGENT FLIGHT BATTERY USD 55.00 No100542 AXON AIR, DJI MINI 2 360 PROPELLER GUARD USD 19.00 No100543 AXON AIR, MATRICE 300 PART05‐BS60 INT BATT STATION NA USD 1200.00 No100544 UPS ‐ UPS EXPRESS SAVER (3 DAY) USD 15.00 No100545 UPS ‐ UPS STANDARD OVERNIGHT USD 25.00 No100546 UPS ‐ UPS 2 DAY USD 18.00 No100547 UPS ‐ UPS GROUND USD 0.00 No100551 AXON AIR, PROGRAM MANAGEMENT FOR SKYDIO DRONES USD 0.00 No 1100552 TRANSFER CREDIT ‐ GOODS USD 1.00 No100553 TRANSFER CREDIT ‐ SOFTWARE AND SERVICES USD 1.00 No100554 AMENDMENT CREDIT ‐ GOODS USD 1.00 No100555 AMENDMENT CREDIT ‐ SOFTWARE AND SERVICES USD 1.00 No100558 ENTERPRISE VIRTUAL SERVICE USD 1000.00 No100559 SAFARILAND SINGLE STRAP THIGH RIG W QUICK RELEASE 6005‐110 USD 98.60 No100560 DATA CONVERSION / MIGRATION USD 35000.00 No100561 ENGINEERING SERVICES USD 300.00 No100562 INTEGRATION SERVICES USD 35000.00 No100563 INTEGRATION SUPPORT USD 593.05 No100568 AXON COMMUNITY REQUEST LITE LICENSE USD 0.00 No 1100575 INPUT‐ACE WEB DONGLE RENEWAL LICENSE USD 693.10 No 1100576 OVERLAY TOOL RENEWAL LICENSE USD 69.26 No 1100577 INPUT‐ACE LITE RENEWAL LICENSE USD 138.12 No 1100578 AXON JUSTICE IMPLEMENTATION SERVICE USD 200.00 No100579 AXON AIR, UAS LICENSE (CLASS 1) USD 116.67 No 1100580 AXON AIR, UAS LICENSE (CLASS 2) USD 216.67 No 1100581 AXON AIR, UAS LICENSE (CLASS 3) USD 266.67 No 1100582 AXON AIR, UAS LICENSE (CLASS M) USD 50.00 No 1100583 AXON AIR, UAS LICENSE (TRAINING DEVICE) USD 50.00 No 1100584 AXON AIR, ADVANCED STREAMING ADD‐ON USD 25.00 No 1100585 AXON AIR, GEOSPATIAL ADD‐ON USD 16.67 No 1100586 AXON AIR, API INTEGRATIONS ADD‐ON USD 41.67 No 1January 20, 2023Page 18 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100587 AXON AIR, REMOTE ADD‐ON (CLASS 1) USD 291.67 No 1100588 AXON AIR, REMOTE ADD‐ON (CLASS 2) USD 416.67 No 1100589 AXON AIR, REMOTE ADD‐ON (CLASS M) USD 166.67 No 1100590 MY90 LICENSE USD 12.81 No 1100591 TASER CLEANING KIT USD 45.00 No100594 VEGA X2 HOLSTER LH, CLOSED BELT LOOP USD 91.75 No100595 VEGA X2 HOLSTER RH, CLOSED BELT LOOP USD 91.75 No100596 BODY WORN CAMERA CERTIFICATION USD 375.00 No100597 ZOLL AED 3 + STANDARD CARRY CASE (AED 3) USD 2640.00 No100598 ZOLL AED 3 + STANDARD CARRY CASE (AED3) + COMPACT TRAUMA KIT USD 2940.00 No100599 ZOLL AED PLUS USD 2220.00 No100600 ZOLL AED PLUS + COMPACT TRAUMA KIT USD 2520.00 No100601 ZOLL AED 3 UNI‐PADZ (ADULT & KIDS) USD 215.00 No100602 ZOLL AED PLUS ‐ CPR‐D‐PADZ (ADULT ONLY) USD 219.00 No100603 ZOLL AED PLUS ‐ PEDI‐PADZ II (CHILD ONLY) USD 129.00 No100604 ZOLL AED 3 ‐ BATTERY PACK USD 199.00 No100610 SIGNAL SIDEARM, INSTALLATION SERVICE VIRTUAL USD 1500.00 No100611 TASER 10 SAFARILAND HOLSTER, RH USD 80.00 No100612 AXON AIR, 2HR VIRTUAL TRAINING BY DRONESENSE USD 250.00 No100613 TASER 10 SAFARILAND HOLSTER, LH USD 80.00 No100614 TASER 10 BLADE‐TECH HOLSTER, RH USD 80.00 No100615 TASER 10 BLADE‐TECH HOLSTER, LH USD 80.00 No100616 TASER 10 BLACKHAWK HOLSTER, RH USD 80.00 No100617 TASER 10 BLACKHAWK HOLSTER, LH USD 80.00 No100621 TASER 10 SO‐TECH HOLSTER, RH USD 80.00 No100623 ENHANCED HOOK‐AND‐LOOP TRAINING (HALT) SUIT (V2) USD 750.00 No100624 ZOLL COMPREHENSIVE TRAUMA KIT USD 3300.00 No100626 INVESTIGATE PRO LICENSE USD 28.47 No 1100631 ZOLL PLUSTRAC PMO APP USD 11.00 No 1100634 AXON AIR, SKYDIO 2/2+ TABLET HOLDER USD 79.00 No100635 AXON AIR, POLAR PRO CINEMA SERIES ND FILTERS USD 69.99 No100636 AXON AIR, SKYDIO CAREENTERPRISE X2E 5GHZCOLOR, 1YR NA USD 1099.00 No100637 AXON AIR, SKYDIOCAREENTERPRISE X2E 5GHZ COLOR, 3YR NA USD 1999.00 No100638 AXON AIR, SKYDIOCAREENTERPRISE X2E 5GHZ COLOR/THERMAL 1YR NA USD 1549.00 No100639 AXON AIR, SKYDIOCAREENTERPRISE X2E 5GHZ COLOR/THERMAL 3YR NA USD 2499.00 No100640 AXON AIR, SKYDIO 2+ENTERPRISEKIT WITHENTERPRISECONTROLLER NA USD 5949.00 No100641 AXON AIR, SKYDIO X2D BLENDED TRAINING USD 5605.00 No100642 AXON AIR, SKYDIO 2/2+ BLENDED TRAINING USD 4580.00 No100643 AXON AIR, SKYDIO CLOUD BASIC (1‐YEAR TERM) USD 8.25 No 1100644 AXON AIR, SKYDIO CLOUD STANDARD (1‐YEAR TERM) USD 104.10 No 1100645 AXON AIR, SKYDIO STREAMING BASIC (1‐YEAR TERM) USD 41.55 No 1100646 AXON AIR, SKYDIO STREAMING PREMIUM (1‐YEAR TERM) USD 149.95 No 1100647 AXON AIR,SKYDIO STREAMING ADD‐ON (10 HOUR BLOCK) USD 42.00 No100648 AXON AIR,SKYDIO STREAMING ADD‐ON (50 HOUR BLOCK) USD 150.00 No100649 AXON AIR, SKYDIO ACADEMY ONLINE ‐ ALL ACCESS (1‐YEAR) USD 300.00 No100650 AXON AIR, SKYDIO AUTONOMY ENTERPRISE FOR S2+ (PERPETUAL) USD 1649.00 No100651 AXON AIR, SKYDIO AUTONOMY ENTERPRISE FOR X2E (PERPETUAL) USD 4299.00 No100652 AXON AIR, SKYDIO MEDIA SYNC ADD‐ON (512GB) (1‐YEAR TERM) USD 58.25 No 1100653 AXON AIR,SKYDIO 3D SCANS2+ MAINTENANCE&SUPPORT (3YEAR TERM) USD 111.08 No100654 AXON AIR,SKYDIO 3D SCAN X2E MAINTENANCE&SUPPORT(3‐YEAR TERM) USD 155.52 No100655 AXON AIR,SKYDIO CLOUD ENTERPRISE REALTIMEAWARENESS(1YR TERM) USD 208.25 No 1January 20, 2023Page 19 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100656 AXON AIR,SKYDIO 3D SCAN FOR S2+ (PERPETUALSOFTWARE) USD 549.95 No100657 AXON AIR, SKYDIO 3D SCAN FOR X2E (PERPETUAL SOFTWARE) USD 783.25 No100658 AXON AIR,SKYDIO AUTONOMYENTERPRISE S2+MAINTENANCESUPPORT 3YR USD 27.75 No100659 AXON AIR,SKYDIO AUTONOMYENTERPRISE X2E MAINTENANCESUPPORT3YR USD 72.20 No 1100661 FUSUSCORE LITE WITH 512GB SDXC STORAGE USD 200.00 No100662 FUSUSCORE LITE EXTENDED WITH 1TB SDXC STORAGE USD 300.00 No100663 FUSUSCORE PRO WITH 4TB HDD STORAGE USD 600.00 No100664 FUSUSCORE PRO EXTENDED WITH 18TB HDD STORAGE USD 1000.00 No100665 FUSUSCORE ELITE AI WITH 36TB HDD STORAGE USD 5000.00 No100666 FUSUSCORE ELITE WITH 36TB HDD STORAGE USD 4000.00 No100667 FUSUSCORE PRO AI WITH 4TB HDD STORAGE USD 2000.00 No100668 FUSUSONE ENTERPRISE LEVEL SAAS USD 12500.00 No 1100669 FUSUSONE SAAS ‐ ENTERPRISE SAAS EXPANSION USD 2083.35 No 1100670 FUSUSONE SAAS & CORE BUNDLE USD 100.00 No 1100671 FUSUSONE ENTERPRISE PLUS LEVEL SAAS USD 22916.70 No 1100673 BASIC TO PRO CONVERSION USD 34.16 No 1100674 ZOLL COMPACT TRAUMA KIT USD 299.00 No100675 T&E, FUSUS SCHOOL SAFETY TRIAL PROGRAM USD 0.00 No 1100676 T10 ADVANCED PATROL COURSE (1 DAY) USD 250.00 No100677 T10 ADVANCED TACTICAL OPERATORS COURSE (1 DAY) USD 300.00 No100678 INVESTIGATE PRO USB DONGLE USD 0.00 No100679 VIS LICENSE ‐ UP TO 1,000 GB/MO USD 3677.84 No 1100680 VIS LICENSE ‐ UP TO 10,000 GB/MO USD 9726.91 No 1100682 INTERVIEW ‐ PSO SITE VISIT USD 1750.00 No100683 MAVIC 3 ENTERPRISE (NA)SP PLUS USD 3958.00 No100684 MAVIC 3 THERMAL (NA)SP PLUS USD 5998.00 No100685 MAVIC 3 ENTERPRISE SERIES‐BATTERY CHARGING HUB(100W) USD 99.00 No100686 MAVIC 3 ENTERPRISE SERIES‐RTK MODULE USD 709.00 No100687 MAVIC 3 ENTERPRISE SERIES‐SPEAKER USD 159.00 No100688 MAVIC 3 ENTERPRISE SERIES‐PROPELLERS USD 19.00 No100689 MAVIC 3 ENTERPRISE SERIES‐BATTERY KIT USD 659.00 No100690 MAVIC 3 ENTERPRISE SERIES‐USB‐C POWER ADAPTER (100W)(NA) USD 95.00 No100691 DJI MAVIC 3 INTELLIGENT FLIGHT BATTERY USD 209.00 No100693 AXON INTERVIEW MOBILE KIT V2 USD 12000.00 No100695 EXT WARRANTY, FLEET 3, 2 CAMERA KIT, HIGH CAPACITY USD 18.43 No100696 FLEET 3 DEPLOYMENT SERVICE (1 WEEK) USD 30000.00 No100697 FLEET REFRESH TWO, 2 CAMERA KIT, HIGH CAPACITY USD 4142.00 No100698 FLEET 3 HIGH CAPACITY 2 CAMERA KIT USD 3495.00 No100699 FLEET 3 HUB, HIGH CAPACITY USD 1950.00 No100700 EXT WARRANTY, FLEET 3, HUB, HIGH CAPACITY USD 11.39 No100701 FLEET REFRESH, 2 CAMERA KIT, HIGH CAPACITY USD 3965.00 No100702 TASER HANDLE REFRESH USD 2609.00 No100703 TASER BATTERY PACK REFRESH USD 111.00 No100704 EXT WARRANTY, TASER 10 HANDLE USD 8.97 No 1100705 SKYDIO 2/2+ ADMIN CASE USD 249.00 No100706 SKYDIO DOCK (OUTDOOR) FOR S2+ USD 9999.00 No100707 SKYDIO DOCK (OUTDOOR) FOR X2 USD 9999.00 No100708 SKYDIO DOCK LITE USD 1999.00 No100709 SKYDIO 2 DOCK‐COMPATIBLE BATTERY USD 499.00 No100710 SKYDIO X2 DOCK‐COMPATIBLE BATTERY USD 899.00 No100711 SKYDIO ASSURED FUTURE EQUIPMENT ‐ X2E COLOR/THERMAL USD 14799.00 NoJanuary 20, 2023Page 20 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100712 SKYDIO ASSURED FUTURE EQUIPMENT ‐ X2E COLOR USD 11999.00 No100713 SKYDIO ASSURED FUTURE EQUIPMENT ‐ ADDITIONAL BATTERY USD 369.00 No100714 SKYDIO CAREENTERPRISESAFEVEHICLEUPGRADE COLOR/THERMAL3YR(NA) USD 2499.00 No100715 SKYDIO CARE ENTERPRISE FOR SAFE VEHICLE UPGRADE COLOR3R(NA) USD 1999.00 No100716 SKYDIOCAREENTERPRISESAFE VEHICLEUPGRADE COLOR/THERMAL1YR(NA) USD 1999.00 No100717 SKYDIOCARE ENTERPRISESAFEVEHICLE UPGRADE COLOR 1YR(NA) USD 1099.00 No100718 SPARES PLAN FOR OPERATOR‐LAUNCHED X2E DRONES USD 299.00 No100719 SPARES PLAN FOR OPERATOR‐LAUNCHED SAFE VEHICLE UPGRADEDRONES USD 299.00 No100720 SKYDIO HOODMAN DRONE LANDING PAD USD 70.00 No100721 DOCK LIGHTHOUSE PARTNER SERVICE ‐ SKYDIO DOCK (OUTDOOR) USD 9999.00 No100722 DOCK LIGHTHOUSE PARTNER SERVICE ‐ SKYDIO DOCK (LITE) USD 1999.00 No100723 REGULATORY SERVICES ‐ BASIC USD 20000.00 No100724 REGULATORY SERVICES ‐ INTERMEDIATE USD 70000.00 No100725 REGULATORY SERVICES ‐ ADVANCED USD 175000.00 No100726 REGULATORY SERVICES ‐ PATHFINDER USD 210000.00 No100727 PROGRAM DEVELOPMENT SERVICES ‐ BASIC USD 6000.00 No100728 PROGRAM DEVELOPMENT SERVICES ‐ INTERMEDIATE USD 20000.00 No100729 PROGRAM DEVELOPMENT SERVICES ‐ PREMIUM USD 40000.00 No100730 SKYDIO CLOUD ENTERPRISE FOR REMOTE OPERATIONS (1‐YEAR TERM) USD 291.58 No 1100731 SKYDIO CLOUD ENTERPRISE PLUS (1‐YEAR TERM) USD 499.92 No 1100732 SKYDIO REMOTE OPS (1‐YEAR TERM) USD 1250.00 No 1100735 BLACKHAWK S.T.R.I.K.E. PLATFORM AMBIDEXTROUS USD 18.45 No100738 FLEET SIM INSERTION, VZW R1900 USD 15.00 No100739 AXON INTERVIEW TRAINING USD 3000.00 No100740 ZOLL RIGID CARRY CASE (AED 3) USD 480.00 No100741 ZOLL AED PLUS ‐ DURACELL 123 LITHIUM BATTERY (10 PACK) USD 99.00 No100743 TASER CLEANING KIT WITHOUT ALCOHOL USD 35.00 No100744 ECRASH USD 0.00 No 1100745 ECITATION USD 12.00 No 1100746 DESK OFFICER REPORTING SYSTEM (DORS) USD 1.00 No 1100747 LEXISNEXIS PROFESSIONAL SERVICES USD 795.00 No100748 TASER 10 VR HANDLE USD 1500.00 No100749 INVESTIGATE PRO DONGLE LICENSE USD 355.83 No 1100750 AXON BODY 3 TRAINING STICKER 44‐PACK ‐ RED USD 299.00 No100751 TASER 10 DUTY CARTRIDGE REPLACEMENT ACCESS PROGRAM USD 7.97 No 1100752 FLEET 3 HUB, RADAR CABLE, KUSTOM SIGNAL, GE2 USD 80.00 No100754 HTC FOCUS 3 BATTERY CHARGING DOCK USD 119.00 No100757 SPEAKER & BROADCASTING SYSTEM ‐ M30 USD 2000.00 No100758 FLEET FRONT CAMERA, VISOR MOUNT, FPIU 2020+ USD 25.00 No100759 FLEET ANT, AIRGAIN, 5‐IN‐1, REMOUNT KIT USD 20.00 No100760 FLEET ANT, AIRGAIN, NEXT HOUSING REMOUNT KIT USD 30.00 No100761 FLEET ANT, AIRGAIN, 9‐IN‐1, 4LTE/5G, 4WIFI, 1GNSS, MAG, BL USD 399.00 No100762 FLEET ANT, AIRGAIN, 3‐IN‐1, REMOUNT KIT USD 20.00 No100763 FLEET ANT, AIRGAIN, NEXT HOUSING REMOUNT KIT, FPIU 2020+ USD 30.00 No100764 FLEET 3 DUAL‐VIEW CAMERA, WINDSHIELD MOUNT, BLACK USD 20.00 No100768 CRADLEPOINT MC400‐5GB MODULAR MODEM USD 999.00 No100770 SIGNAL SIDEARM, BRACKET 1001 USD 4.99 No100771 SIGNAL SIDEARM, BRACKET 0933 USD 4.99 No100774 FLEET CHARGEGUARD, HAVIS USD 100.00 No100776 AXON AIR, FOTOKITE SIGMA 4YR EXTENDED WARRANTY USD 6900.00 No100777 FLEET ANT, AIRGAIN, 4‐IN‐1, 4LTE/5G, INTERIOR USD 90.00 NoJanuary 20, 2023Page 21 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100783 DJI ZENMUSE L1 USD 13100.00 No100784 DJI FPV COMBO USD 999.00 No100785 AXON AIR,DN DJIAVATA PROVIEWCUSTOM COMBO W/REMOTE CONTROLLER USD 1587.00 No100786 AXON AIR,DN DJI MINI 3 PRO WITH DJI RC SMART CONTROLLER USD 909.00 No100787 TASER 10 BLADE‐TECH HOLSTER, RH, INNER TMMS INSERT PLATE USD 80.00 No100788 TASER 10 BLADE‐TECH HOLSTER, LH, INNER TMMS INSERT PLATE USD 80.00 No100789 AXON INVESTIGATE UPGRADE TO PRO ACCESS USD 15.66 No 1100797 DJI MINI 3 PRO (DJI RC) USD 909.00 No100801 RECORDS OSP USD 42.70 1100803 INTERNATIONAL TASER INSTRUCTOR USD 526.35100807 FLEET 3 HUB, RADAR CABLE KIT, STALKER DSR, DUAL SL USD 90100808 RH SAFARILAND HOOD GUARD ‐ SELF LOCKING SYSTEM MODEL 6000 USD 10.25 No100810 LH SAFARILAND HOOD GUARD ‐ SELF LOCKING SYSTEM MODEL 6000 USD 10.25 No100812 PREMIUM ANALYTICS ADD‐ON USD 9.00 No 1100813 TECHNICAL ACCOUNT MANAGER ‐ ONSITE USD 16666.67 No100814 CRADLEPOINT R1900‐5GB‐GA+5YR NETCLOUD, UK/EU USD 2999.00 No100815 AXON AIR DEDRONE RF‐160 USD 958.33 No100816 AXON AIR DEDRONE RF‐310 USD 958.33 No100817 AXON AIR DEDRONE RF‐360 USD 958.33 No100818 AXON AIR DEDRONE RADAR USD 6944.44 No100819 AXON AIR DEDRONE INSTALL SERVICE USD 10000.00 No100821 AXON AIR DEDRONEFIXEDSITE FOR LOCAL GOVERNMENT USD 4844.75 No100822 AXON AIR DEDRONEPORTABLE FOR LOCAL GOVERNMENT USD 1747.21 No100823 AXON AIR DEDRONEPORTABLE MULTI SENSOR FOR LOCAL GOVERNMENT USD 9423.60 No100824 AXON AIR DEDRONE AERIAL ARMOR DDAAS FOR LOCAL GOVERNMENT USD 2083.33 No100825 AXON AIR DEDRONERAPIDRESPONSE FOR LOCAL GOVERNMENT USD 7491.65 No100826 AXON AIR DEDRONEFIXEDSITE MULTI SENSOR FOR LOCAL GOVERNMENT USD 10052.08 No100827 AXON AIR DEDRONERAPIDRESPONSE MULTISENSORFORLOCALGOVERNMENT USD 12491.65 No100828 AXON AIR,DN DJI MAVIC 3 ENTERPRISE SERIES SPEAKER USD 159100829 AXON AIR,DN DJI MINI 2 360 PROPELLER GUARD USD 19100830 AXON AIR,DJI MINI 3 PRO FLY MORE KIT PLUS USD 249100831 AXON AIR,DJI MINI 3 SERIES INTELLIGENT FLIGHT BATTERY USD 65100837 SERVICES ‐ THIRD PARTY PROVIDED USD 1.00 No100838 BUNDLE ‐ TRUE UP ‐ OFFICER SAFETY PLAN 10 USD 46.03 1100839 BUNDLE ‐ TRUE UP ‐ OFFICER SAFETY PLAN 10 PREMIUM USD 44.4 1100840 BUNDLE ‐ TRUE UP ‐ OFFICER SAFETY PLAN 10 PREMIUM 10YR USD 50.03 1100841 BUNDLE ‐ TRUE UP ‐ OFFICER SAFETY PLAN 10 PLUS USD 42.82 1100842 BUNDLE ‐ TRUE UP ‐ OFFICER SAFETY PLAN 10 PLUS 10YR USD 48.25 1100843 BUNDLE ‐ TRUE UP ‐ OFFICER SAFETY PLAN 10 10YR USD 51.86 1100844 BUNDLE ‐ TRUE UP ‐ TASER 10 BASIC BUNDLE USD 39.58 1100845 BUNDLE ‐ TRUE UP ‐ TASER 10 CERTIFICATION BUNDLE USD 45.36 1100846 BUNDLE ‐ TRUE UP ‐ TASER 10 CERTIFICATION BUNDLE 10YR USD 51.1 1100847 BUNDLE ‐ TRUE UP ‐ TASER 10 CERTIFICATION BUNDLE W/VR USD 47.09 1100848 BUNDLE ‐ TRUE UP ‐ TASER 10 CERTIFICATION BUNDLE W/VR 10 YR USD 53.05 1100849 BUNDLE ‐ TRUE UP ‐ UNLIMITED 10 PREMIUM BUNDLE 10YR USD 2.08 1100850 BUNDLE ‐ TRUE UP ‐ UNLIMITED 10 PREMIUM BUNDLE USD 1.85 1100851 PREMIUM ANALYTICS ADD‐ON ‐ STANDARDS USD 4.27 1100852 AXON BODY 4 POV C‐CLIP USD 29.95100853 AXON BODY 4 POV COLLAR MOUNT USD 29.95100854 AXON BODY 4 POV TACTICAL SWAT KIT W/ARC RAIL USD 69.95100855 AXON BODY 4 POV EPAULETTE MOUNT USD 29.95January 20, 2023Page 22 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3100856 AXON BODY 4 POV BALLCAP MOUNT USD 29.95100857 AXON BODY 4 POV LOW RIDER HEADBAND MOUNT USD 32.95100858 AXON BODY 4 POV UNIVERSAL HELMET MOUNT USD 32.95100859 HIGH RETENTION BELT CLIP RAPIDLOCK USD 29.95100863 BALLISTIC VEST MOUNT, AXON BODY 4 POV USD 32.95100864 OAKLEY FLAK 2.0 MOUNT, AXON BODY 4 POV USD 249.95100865 AXON FAST‐CHECKOUT KIOSK (ANDROID) USD 2000100866 AXON FAST‐CHECKOUT KIOSK (iOS) USD 2000100875 AXON AIR DN FLYPRO 30" UNIVERSAL DRONE LANDING PAD USD 25100876 AXON AIR DN DJI AVATA INTELLIGENT FLIGHT BATTERY USD 129100877 AXON AIR DEDRONEFIXEDSITE RF ONLY FOR LOCAL GOVERNMENT USD 3593.75 1100912 AXON AIR, DN DJI AVATA BATTERY CHARGING HUB USD 59100913 AXON AIR, DN DJI CARE REFRESH 2‐YEAR PLAN (DJI AVATA) NA USD 5.38 1100915 AXON AIR, DN DJI AVATA PROPELLERS GUARD USD 19100916 AXON AIR, DN DJI AVATA UPPER FRAME USD 19100917 AXON AIR, DN DJI AVATA PROPELLERS USD 9100932 AXON AIR, UAS LICENSE (CLASS T) USD 300 1100933 AXON AIR DN CZI M300 DRONE SPOTLIGHT SEARCHLIGHT GL60 PLUS USD 2199100938 ZOLL THIRD PARTY PROVIDED HARDWARE USD 1100941 SUBSCRIPTION ‐ THIRD PARTY PROVIDED USD 1 1100942 EXT WARRANTY, BODY 4 CAMERA USD 18.87 1100943 EXT WARRANTY, AXON BODY 4 EIGHT BAY DOCK USD 29.68 1100944 EXT WARRANTY, AXON BODY 4 SINGLE BAY DOCK USD 7.76 1100945 EXT WARRANTY, AB4 FLEX POV MODULE USD 2.85 1100946 SOFTWARE SERVICES TECHNICAL ACCOUNT MANAGER (TAM) USD 23722.34 1100947 AXON AIR, DJI AVATA INTELLIGENT FLIGHT BATTERY USD 91.00100948 AXON AIR, DJI AVATA FLY MORE KIT USD 195.00100949 AXON AIR, DJI AVATA EXPLORER COMBO (NA)USD 1007.00100951 AXON AIR, DJI AVATA PROPELLER GUARD USD 20.00100952 AXON AIR, DJI AVATA BATTERY CHARGING HUB USD 42.00100953 AXON AIR, DJI AVATA PROPELLERS USD 7.00100954 ZOLL POWERHEART G5 ADULT PADS USD 363.00100955 ZOLL POWERHEART G5 PEDIATRIC PADS USD 115.00100957 ZOLL AED3 STANDARD CARRY CASE USD 205.00100958 AB4 FLEX POV MODULE CABLE 48 IN. USD 30.14100959 AXON BODY 4 ‐ 8 BAY DOCK WITHOUT POWER ADAPTER USD 1595.00100976 AB4 FLEX POV REFRESH ONE USD 300.00999999 BUNDLE SCALER USD 0.00 No100877 AXON AIR DedroneFixedSite RF Only For Local Government USD 3593.75 No 1100878 AXON AIR Dedrone Camera USD 833.33 No 12022OSP7+Premium OFFICER SAFETY PLAN 7 PLUS Premium USD 338.08 Yes 12022OSP7+Premium10Year OFFICER SAFETY PLAN 7 PLUS Premium 10 Year USD 411.32 Yes 12022T7CertVR 2022 Taser 7 Cert Bundle W/ VR USD 99.44 Yes 12022T7CertVR10Yr 2022 Taser 7 Cert Bundle W/ VR 10 Year USD 120.98 Yes 12022Unlim7+Prem UNLIMITED 7+ PREMIUM BUNDLE USD 280.76 Yes 12022Unlim7+Prem10yr UNLIMITED 7+ PREMIUM 10YR BUNDLE USD 341.59 Yes 1AB21B AB2 1‐Bay Dock Bundle USD 632.02 Yes 1AB2C AB2 Camera Bundle USD 730.80 Yes 1AB2MuB AB2 Multi‐Bay Dock Bundle USD 2245.42 Yes 1AB31BD AB3 1‐Bay Dock Bundle USD 369.80 Yes 1AB3C AB3 Camera Bundle USD 1029.80 Yes 1January 20, 2023Page 23 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3AB3MBD AB3 Multi Bay Dock Bundle USD 2150.62 Yes 1AttorneyPrem Justice Premier USD 115.81 Yes 1BasicLicense Basic License Bundle USD 17.54 Yes 1BodyCam2‐1 CORRECTIONS BODY CAMERAS 2‐1 BUNDLE USD 166.12 Yes 1BodyCam3‐2 CORRECTIONS BODY CAMERAS 3‐2 BUNDLE USD 210.58 Yes 1BWCamMBDTAP Body Worn Camera Multi‐Bay Dock TAP Bundle USD 37.43 Yes 1BWCamMBDTAP10Year Body Worn Camera Multi‐Bay Dock TAP 10 Year Bundle USD 45.54 Yes 1BWCamSBDTAP Body Worn Camera Single‐Bay Dock TAP Bundle USD 12.88 Yes 1BWCamSBDTAP10Yr Body Worn Camera Single‐Bay Dock TAP 10 Year Bundle USD 15.68 Yes 1BWCamTAP Body Worn Camera TAP Bundle USD 35.10 Yes 1BWCamTAP10Yr Body Worn Camera TAP 10 Year Bundle USD 42.70 Yes 1BWCCore Core BWC Bundle USD 115.00 Yes 1BWCCore10Y Core BWC Bundle,10YR USD 133.35 Yes 1BWCUwTAP BWC Unlimited with TAP USD 106.46 Yes 1BWCUwTAP10Yr BWC Unlimited with TAP 10YR USD 129.53 Yes 1CLASS1UAS AXON AIR, CLASS 1 UAS BUNDLE USD 183.34 Yes 1CLASS2UAS AXON AIR, CLASS 2 UAS BUNDLE USD 283.34 Yes 1CLASSMUAS AXON AIR, CLASS M UAS BUNDLE USD 116.67 Yes 1CoreBundle Core Bundle USD 179.00 Yes 1CoreBundle10Y Core Bundle, 10YR USD 187.42 Yes 1CPSP 2021 CPSP USD 417.64 Yes 1CPSP CPSPUSD 417.64 Yes 1CPSPRenewal 2021 CPSP Renewal USD 411.79 Yes 1CPSPRenewal CPSP Renewal USD 411.79 Yes 1CSP 2021 CSP USD 162.60 Yes 1CSP CSPUSD 162.60 Yes 1CSPRenewal 2021 CSP Renewal USD 150.91 Yes 1CSPRenewal CSP Renewal USD 150.91 Yes 1CTC+TMM Critical Thinking Skills Training Bundle USD Bundle Pricing YesDynamicBundle Dynamic Bundle USD Bundle Pricing Yes 1E.comSuperUsuario E.com Super Usuario USD 29.43 Yes 1E.comUsuario E.com Usuario USD 21.64 Yes 1E.comUsuarioIlimitado E.com Usuario Ilimitado USD 36.90 Yes 1EntComCtr Enterprise Command Center USD 150.91 Yes 1EntT7Basic Enterprise Taser 7 Basic Bundle USD 40.00 Yes 1EntT7Repl Enterprise Taser 7 Replacement Bundle USD 81.89 Yes 1EntVisionPr Enterprise Protect Bundle USD 127.51 Yes 1FEBasicMU Fire/EMS BWC Basic Multi‐User USD 57.32 Yes 1FireInvest Fire Investigator Bundle USD 115.81 Yes 1Fleet2‐TAP Fleet 2 Without TAP USD 109.97 Yes 1Fleet2U Fleet 2 Unlimited USD 150.91 Yes 1Fleet3A Fleet 3 Advanced USD 274.92 Yes 1Fleet3A10Yr Fleet 3 Advanced 10 Year USD 283.22 Yes 1Fleet3ARe Fleet 3 Advanced Renewal USD 193.02 Yes 1Fleet3B Fleet 3 Basic USD 174.31 Yes 1Fleet3B+TAP Fleet 3 Basic + TAP USD 221.10 Yes 1Fleet3B+TAP10Yr Fleet 3 Basic + TAP 10 Year USD 226.30 Yes 1Fleet3B+TAPRe Fleet 3 Basic + TAP Renewal USD 139.21 Yes 1Fleet3B10Yr Fleet 3 Basic 10 Year USD 192.15 Yes 1Fleet3BRe Fleet 3 Basic Renewal USD 92.42 Yes 1Flex2C Flex 2 Camera Bundle USD 1045.20 Yes 1January 20, 2023Page 24 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3Flex2MBD Flex 2 Multi‐Bay Dock Bundle USD 2146.22 Yes 1Flex2SBD Flex 2 Single‐Bay Dock Bundle USD 606.22 Yes 1H00001 AB4 Camera Bundle USD 1525.32 1H00002 AB4 Multi Bay Dock Bundle USD 1595.00 1H00003 AB4 1‐Bay Dock Bundle USD 506.96 1H00004 AB4 FLEX POV HARDWARE BUNDLE USD 693.00 1HCARTAO HALT CARTRIDGE ADD‐ON BUNDLE USD 7.02 Yes 1IBR1700DMKit Cradlepoint IBR‐1700 Dual Modem Upgrade Kit USD 4383.00 YesIBR1700Kit Cradlepoint IBR‐1700 Single Modem Upgrade Kit USD 2962.00 YesInteriorCam FLEET 3 INTERIOR CAMERA, ADD‐ON BUNDLE USD 26.92 Yes 1InteriorCam+TAP FLEET 3 INTERIOR CAMERA, ADD‐ON BUNDLE WITH TAP USD 35.10 Yes 1IR1CA Interview Room 1 Camera Standard USD 1631.95 Yes 1IR1CB Interview Room 1 Camera Essential USD 1390.96 Yes 1IR2CA Interview Room 2 Camera Standard USD 704.25 Yes 1IR2CB Interview Room 2 Camera Essential USD 1462.32 Yes 1OSP10 Officer Safety Plan 10 USD 209.40 Yes 1OSP10 Prem Officer Safety Plan 10 Premium USD 349.79 Yes 1OSP10 Prem10Y Officer Safety Plan 10 Premium, 10YR USD 425.57 Yes 1OSP10+ Officer Safety Plan 10 Plus USD 279.59 Yes 1OSP10+10Y Officer Safety Plan 10 Plus, 10YR USD 340.16 Yes 1OSP1010yr Officer Safety Plan 10, 10YR USD 254.77 Yes 1OSP7 2021 ‐ OFFICER SAFETY PLAN 7 USD 197.70 Yes 1OSP7 OFFICER SAFETY PLAN 7 USD 197.70 Yes 1OSP7+ 2021 ‐ OFFICER SAFETY PLAN 7 PLUS (Formerly SKU 73811) USD 267.90 Yes 1OSP7+ OFFICER SAFETY PLAN 7 PLUS (Formerly SKU 73811) USD 267.90 Yes 1OSP7+10Year 2021 ‐ OFFICER SAFETY PLAN 7 PLUS 10 Year USD 325.94 Yes 1OSP7+10Year OFFICER SAFETY PLAN 7 PLUS 10 Year USD 325.94 Yes 1OSP7+Premium OFFICER SAFETY PLAN 7 PLUS Premium USD 338.08 Yes 1OSP7+Premium10Year OFFICER SAFETY PLAN 7 PLUS Premium 10 Year USD 411.32 Yes 1OSP710Year 2021 ‐ OFFICER SAFETY PLAN 7 10 Year USD 240.53 Yes 1OSP710Year OFFICER SAFETY PLAN 7 10 Year USD 240.53 Yes 1OSPX2 OSP X2USD 139.21 Yes 1OSPX26P OSP X26P USD 139.21 Yes 1Pro+ Pro+ Bundle USD 92.42 Yes 1Pro+Enterprise Pro + Enterprise USD 1468758.00 Yes 1ProEnterprise Pro Enterprise USD 1105516.00 Yes 1ProLicense Pro License Bundle USD 45.62 Yes 1R1900DMKit CRADLEPOINT R‐1900 DUAL MODEM UPGRADE KIT USD 4610.00 YesR1900Kit Cradlepoint R1900 Single Modem Upgrade Kit USD 3712.00 YesS00001 RECORDS & STANDARDS BUNDLE USD 55.51 1S00003 RECORDS & STANDARDS PREMIUM ANALYTICS BUNDLE USD 13.27 1Starter Starter Bundle USD 96.75 Yes 1T00001 AB4 FLEX POV TAP BUNDLE (WARRANTY, 1 REFRESH) USD 9.25 1T10ALCHWK TASER 10 A‐LA‐CARTE Hardware Kit USD 2793.00 Yes 1T10Basic Taser 10 Basic Bundle USD 50.00 Yes 1T10Cert Taser 10 Certification Bundle USD 81.89 Yes 1T10Cert10Yr Taser 10 Certification Bundle 10 Yr USD 99.63 Yes 1T10CertVR Taser 10 Certification Bundle W/ VR USD 105.29 Yes 1T10CertVR10Yr Taser 10 Certification Bundle W/ VR 10 Yr USD 128.10 Yes 1T10CK TASER 10 Cartridge Kit USD 210.00 Yes 1T10HCARTAO T10 HALT CARTRIDGE ADD‐ON BUNDLE USD 6.44 Yes 1January 20, 2023Page 25 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3T10HWK TASER 10 Hardware Kit USD 2793.00 Yes 1T10HWKS TASER 10 Hardware Kit Spares USD 2793.00 Yes 1T7AO 2021 T7 Cert Add‐On (Shared Handles) USD 21.64 Yes 1T7AO T7 Cert Add‐On (Shared Handles) USD 21.64 Yes 1T7Basic 2021 Taser 7 Basic Bundle USD 46.00 Yes 1T7Basic Taser 7 Basic Bundle USD 46.00 Yes 1T7Basic2Cert 2021 T7 Basic to T7 Cert Upgrade USD 21.64 Yes 1T7Basic2Cert T7 Basic to T7 Cert Upgrade USD 21.64 Yes 1T7Cert Taser 7 Certification Bundle USD 76.03 Yes 1T7Cert10Y Taser 7 Certification 10 Year Bundle USD 92.50 Yes 1T7CertVR Taser 7 Cert Bundle W/ VR USD 99.44 Yes 1T7CertVR10Yr Taser 7 Cert Bundle W/ VR 10 Year USD 120.98 Yes 1T7CQB 2021 T7 CQ Basic USD 40.41 Yes 1T7CQB T7 CQ Basic USD 40.41 Yes 1T7CQBudget 2021 T7CQ Budget USD 49.14 Yes 1T7CQBudget T7CQ Budget USD 49.14 Yes 1T7CQD10 2021 T7CQ Dock 10 Year USD 75.42 Yes 1T7CQD10 T7CQ Dock 10 Year USD 75.42 Yes 1T7CQDAO 2021 T7 CQ Dock Add‐On (Shared Handles) USD 8.18 Yes 1T7CQDAO T7 CQ Dock Add‐On (Shared Handles) USD 8.18 Yes 1T7CQDock 2021 T7CQ Dock USD 61.99 Yes 1T7CQDock T7CQ Dock USD 61.99 Yes 1T7Dock 2021 T7 Dock USD 2010.49 Yes 1T7Dock T7 Dock USD 2010.49 Yes 1TapHeadset VR Headset TAP Bundle USD 44.69 Yes 1TapHeadset10Y VR Headset TAP Bundle, 10YR USD 79.39 Yes 1TapTablet VR Tablet TAP Bundle USD 25.26 Yes 1TapTablet10Y VR Tablet TAP Bundle, 10YR USD 45.91 Yes 1TASER60‐X26PBasic 2021 TASER 60 ‐ X26P Basic USD 36.00 Yes 1TASER60‐X26PBasic TASER 60 ‐ X26P Basic USD 36.00 Yes 1TASER60‐X26PUnlimited 2021 TASER 60 ‐ X26P Unlimited USD 50.89 Yes 1TASER60‐X26PUnlimited TASER 60 ‐ X26P Unlimited USD 50.89 Yes 1TASER60‐X2Basic 2021 TASER 60 ‐ X2 Basic USD 44.74 Yes 1TASER60‐X2Basic TASER 60 ‐ X2 Basic USD 44.74 Yes 1TASER60‐X2Unlimited 2021 TASER 60 ‐ X2 Unlimited USD 60.83 Yes 1TASER60‐X2Unlimited TASER 60 ‐ X2 Unlimited USD 60.83 Yes 1UCPSmartX2 UCP Smart (X2) USD 21.83 Yes 1UCPStandardX26P UCP Standard (X26P) USD 20.24 Yes 1Unlim10 Pr10YR Unlimited10 Premium Bundle, 10YR USD 341.59 Yes 1Unlim10 Prem Unlimited10 Premium Bundle USD 280.76 Yes 1Unlim7+Prem UNLIMITED 7+ PREMIUM BUNDLE USD 280.76 Yes 1Unlim7+Prem10yr UNLIMITED 7+ PREMIUM 10YR BUNDLE USD 341.59 Yes 1UnlimAll UNLIMITED BWC + 3RD‐PARTY STORAGE USD 45.62 Yes 1Unlimited7 Unlimited 7 Bundle USD 162.60 Yes 1Unlimited7+ Unlimited 7+ Bundle USD 209.40 Yes 1Unlimited7+10yr Unlimited7+ 10 Year Bundle USD 254.77 Yes 1Unlimited710Yr Unlimited 7 10 Year Bundle USD 197.82 Yes 1Vantage Vantage Bundle USD 104.11 Yes 1Vantage+ Vantage Plus Bundle USD 162.60 Yes 1Vantage+AO Vantage Plus Bundle Add‐on USD 115.81 Yes 1VantageAO Vantage Bundle Add‐on USD 69.01 Yes 1January 20, 2023Page 26 of 27 B‐*Product Names are subject to change without notice*Product Codes Starting with 2022 are subject to change without notice*Annual pricing for bundles, warranties and licenses may reflect a 4% YOY inflation escalatorProduct Code Product NameList Price CurrencyMAX END USER PRICE (23_TAS_LE_USD)Monthly SubscriptionUS DOMESTIC PRICEBOOK ‐ NPP/LOC 5‐16‐2023 V.3Vision Vision Bundle USD 69.01 Yes 1VisionAO Vision Bundle Add‐on USD 33.92 Yes 1VRCK VR Controller Kit USD 2940.58 YesVRCKT10 VR Controller Kit (T10) USD 4064.00 YesJanuary 20, 2023Page 27 of 27 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1218 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve purchase orders to Tip Top Tree Experts LLC, of Weirsdale, FL, and TreesForYou.com, Inc. of Belleair Beach, FL, for palm tree pruning on a unit basis in the annual cumulative amount of $216,000.00 for one year with two, one-year renewal options pursuant to Invitation to Bid (ITB) 42-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater has approximately 2,000 Palm Trees of different species located throughout our tourist destinations, sports complexes, and critical corridors. To ensure residents have a sustainable city through green measures focusing on the economy, environment, and community, these palms require annual trimming and others may require bi-annual trimming. July 21, 2023, the Procurement Division issued ITB #42-23, Palm Pruning and Maintenance Services, and six vendors submitted a bid: however, only two bids were responsive and responsible to the bid requirements. The bid was for palm pruning and maintenance of various species of palms at three servicing areas. Due to the nature of the work, the number of various species of palms, and the location and times of year palms are pruned, it was determined that it would be in the best interest of the city to award the servicing areas to multiple vendors. Depending on the location and time of year, palms are pruned at a minimum of once per year at these high visibility areas but can be pruned as much as twice per year. It should be noted that not all palms in the city are trimmed as it is unhealthy for the native palms. Both the Procurement Division and the Public Works Department recommend awarding servicing areas as follows. Vendors requesting more than one location were required to provide a letter of intent with their bid submission. Only Tip Top Tree Experts, LLC, our current vendor, provided this letter. Service Area A: Tip Top Tree Experts, LLC ·Clearwater Beach Service Area B: TreesForYou.com ·Memorial Causeway and Downtown Service Area C: Tip Top Tree Experts LLC ·Athletic Sports Fields and Clearwater, East of Highland  Staff would like the flexibility, in the event a selected vendor is under performing, to use one of the other awarded vendors for that servicing area. Page 1 City of Clearwater Printed on 10/10/2023 File Number: ID#23-1218 City Council’s authorization for a total annual amount of $216,000 will cover the cost for servicing areas on a unit price basis for one year with the option for two one-year renewals. APPROPRIATION CODE AND AMOUNT: 0101312-530300 $216,000.00 Funds are available in cost code 0101312, Urban Forestry, 530300, Contractual Services, in the amount of $216,000 to fund the first year of this contract. Funding for future years will be requested in the annual budget process. Page 2 City of Clearwater Printed on 10/10/2023 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #42-23 Palm Pruning and Maintenance Services July 21, 2023 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, August 24, 2023, to provide Palm Pruning and Maintenance Services. Brief Description: The City of Clearwater seeks qualified vendor(s) to provide Palm Pruning and Maintenance Services required within the City of Clearwater. Vendor(s) shall provide all labor, equipment, materials, transportation, fuel, supervision, insurance, and related items necessary to complete the required services. Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Kelly Rogers Procurement Analyst Kelly.Rogers@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS Palm Pruning and Maintenance Services 2 ITB #42-23 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 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: No Mandatory Attendance: No If so designated above, attendance is mandatory as a condition of submitting a bid. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: August 24, 2023 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to INSTRUCTIONS Palm Pruning and Maintenance Services 3 ITB #42-23 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 BID SUBMITTAL TO: It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, INSTRUCTIONS Palm Pruning and Maintenance Services 4 ITB #42-23 as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to INSTRUCTIONS Palm Pruning and Maintenance Services 5 ITB #42-23 copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Palm Pruning and Maintenance Services 6 ITB #42-23 i.22 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.24 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.25 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.26 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.27 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: July 21, 2023 Advertise Tampa Bay Times: July 26, 2023 Bids due: August 24, 2023 Review bids: August 24 – August 31, 2023 Award recommendation: August 31, 2023 Council authorization: September 2023 Contract begins: September 2023 STANDARD TERMS AND CONDITIONS Palm Pruning and Maintenance Services 7 ITB #42-23 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 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 Palm Pruning and Maintenance Services 8 ITB #42-23 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS Palm Pruning and Maintenance Services 9 ITB #42-23 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. 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 STANDARD TERMS AND CONDITIONS Palm Pruning and Maintenance Services 10 ITB #42-23 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. 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 STANDARD TERMS AND CONDITIONS Palm Pruning and Maintenance Services 11 ITB #42-23 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. 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. STANDARD TERMS AND CONDITIONS Palm Pruning and Maintenance Services 12 ITB #42-23 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. 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. 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 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. STANDARD TERMS AND CONDITIONS Palm Pruning and Maintenance Services 13 ITB #42-23 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 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 STANDARD TERMS AND CONDITIONS Palm Pruning and Maintenance Services 14 ITB #42-23 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. DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 15 ITB #42-23 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 119,208 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. SCOPE OF WORK. The selected Vendor(s) will provide scheduled annual palm pruning and maintenance services per the specifications for the sizes and variations of palm listed in Exhibit A - Palm Pruning and Maintenance Services Bid Pricing (Exhibit A). The frequency of palm pruning and maintenance services may vary for high impact areas or for various types of palms requiring two (2) pruning sessions, like Queen and Medjool Palms, which the Vendor should take into account when preparing bid pricing. Upon award, a schedule for palm pruning operations shall be agreed to by the Vendor and the City. The goal of the annual palm pruning and maintenance services shall be for palms to be in a healthy growing condition equal to or better than the beginning of the maintenance period. It has been the City's experience that due to the quantity of work and seasonal timeframe for pruning, a single vendor is not capable of servicing the entire citywide area during the pruning period to meet the requirements of the City. The City has divided the work into three (3) service areas for the annual palm pruning services as follows: A: Palm Inventory A: Clearwater Beach B: Palm Inventory B: Memorial Causeway and Downtown Clearwater C: Palm Inventory C: Athletic sports fields and Clearwater city limits; East of Highland Avenue No vendor shall be awarded more than a single service area unless the vendor can provide documentation supporting that it has adequate staff and equipment to perform the palm pruning services as required for multiple service areas. The combined service areas for annual palm pruning and maintenance services include approximately 2,000 palms of various species (Canariensis, Chinese Fan, Indian Date, Medjool Date, Reclinata / Paurotis, Pindo, Queen, Foxtail, Washingtonia, Silver Bismark, Royal) classified into two (2) height categories (0-35 feet and over 35 feet). Exhibit A identifies the service areas, types of palms, sizes, locations, and the anticipated frequency of maintenance required. The estimated quantities indicated in Exhibit A are given only as a guideline for preparing your bid and should not be construed as representing an actual amount to be serviced under this contract. It shall be noted the inventory list of palms is subject to change such as modifying locations, quantities, and types of palms. A. REGULATIONS: 1. All palm services shall be performed by or under the direct supervision of an International Society of Arboriculture (ISA) Certified Arborist. Bidders must have at least one (1) certified arborist on staff. DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 16 ITB #42-23 2. All work shall be performed in accordance with the standards defined in American National Standards Institute (ANSI) Safety Standard Z133, Safety Requirements for Arboricultural Operations and in accordance with the current Occupational Safety and Health Administration (OSHA) requirements for Florida. B. PALM PRUNING SPECIFICATIONS: 1. Vendor shall provide all labor, materials, tools, equipment, vehicles, transportation, and supervision required to perform palm pruning and maintenance services. 2. Vendor shall have in their possession or available to them vehicles and devices (i.e. bucket truck, aerial lift, chipper, grapple truck, etc.) in good working condition, hand tools and other equipment and supplies to access any areas that present a diverse range of accessibility situations that are necessary to perform the services as outlined in these specifications. 3. All palms shall be pruned in a manner that promotes the natural shape and mature size of the palm species. The palm pruning objective is to retain the arching of the fronds. 4. All pruning cuts shall be made with sharp pruning tools and shall be pruned according to ISA standards. Pruning techniques will be used to maintain proper balance of the foliage. 5. The palm size is measured by the height of the clear trunk (CT). Multi-trunk trees will be assessed on a case-by-case basis according to standard acceptable arboreal practices. 6. All palm pruning operations shall be performed in a continuous manner and be completed before leaving a designated job site area, including clean-up. 7. Palm pruning includes regular removal of dead or unsightly fronds and sucker growth to provide an attractive and clean trunk as characteristic of each palm species. 8. Dead, yellowing, or unsightly fronds shall be removed as needed in routine maintenance. Green fronds shall not be removed unless the foliage is interfering with access to pedestrians, bike riders or vehicular traffic. Removal of such fronds would require the City’s approval beforehand. 9. Care shall be taken not to cause trauma or damage to the bud during the pruning process. 10. Pruning of Phoenix species (Canariensis, Date, Medjool, and Reclinate) shall be done with either a hand saw or a hydraulic shear and must be sanitized using a City of Clearwater approved method (provided upon award). NO CHAIN SAWS shall be used as there is not an ISA approved method to sterilize a chainsaw. 11. Queen Palm and Medjool Palm species will require pruning twice a year. One (1) occurrence will be when flower blooming has occurred, and the second occurrence will be six (6) months later. Generally, the blooming of the Queen Palm and Medjool Palm flowers happens in March or April. The Vendor shall wait until the full bloom has occurred prior to starting the pruning process. 12. It is recommended to prune the palms prior to it bearing fruit. If the Vendor allows fruiting to establish, they shall be responsible for the cleanup of all fruiting that has fallen to the ground, leaving the pruning site with a neat tidy appearance. The City will not provide compensation if the Vendor allows fruiting to occur. 13. Vendor is responsible for monitoring the growing cycle of the palms as blooming or fruiting may occur earlier or later in the year depending on weather cycles. Vendor shall allow for flexibility in the work schedule with regards to the palm pruning and maintenance services. DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 17 ITB #42-23 14. The locations under Palm Inventory C - Athletic Sports Fields, are often in use and extreme care shall be considered for the coordination of work. • Carpenter Field and BayCare Ballpark palm pruning services shall be performed during the months of January and February prior to the Philadelphia Phillies Spring Training Season which normally begins at the end of February. • Eddie C. Moore Complex palm pruning services shall be performed during the months of January and February prior to the beginning of softball season. 15. Palms should never have any fronds removed above zero (0) degrees horizontal (9:00 or 3:00 o'clock); remove only dead descending fronds below zero (0) degrees horizontal. 16. No spikes or sharp objects are to be used that would penetrate the trunk during the pruning process; ladders or ''cherry picker" type vehicles and lifts shall be used. 17. Palm trunks shall be maintained with neat, rounded, classic cuts on all boots. 18. All dead and pruned fronds, seeds, seed heads, and suckers are to be removed from the site the same day and properly disposed. 19. The Vendor shall be responsible for removing any fronds that are nicked by the saws but do not drop. 20. The Vendor shall exercise care during the pruning process to ensure that fronds or other trimmings do not endanger pedestrians, traffic, or cause damage to property. Any damage resulting from the Vendor's negligence shall be repaired or replaced at equal value at no cost to the City within five (5) working days. 21. Vendor may be required to take before and after photographs of job locations and work performed. C. PALM MONITORING: 1. Palms shall be closely monitored for any signs of nutritional deficiency, especially concerning the following elements: nitrogen, potassium, magnesium, manganese, and iron. 2. Palms shall be closely monitored for any signs of rot, smut, spotting, distress, or disease in the trunks, buds, or fronds. 3. Palms should be routinely checked for signs of insect infestation, distress or disease in the trunks, buds, or fronds. Any evidence of such affecting the health of the palms shall be promptly reported to the City. With the City's written authorization, the Vendor shall make arrangements for proper evaluation and treatment to reestablish a healthy, thriving palm. 4. The Vendor shall monitor palms which are susceptible to Ganoderma Butt Rot. Should this disease be found in any palm, the City shall be notified in writing, to include a location map of the palm. The City shall provide verbal and/or written directions on the appropriate action on a case-by-case basis. Every precaution will be made to contain the disease and avoid spreading contaminants to other palms. 5. Proper care and procedures with equipment and maintenance around Ganoderma infected palms shall be followed in accordance with University of Florida IFAS Extension recommendations. 6. Failure to report or properly trim a palm with Ganoderma Butt Rot may result in punitive action. DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 18 ITB #42-23 D. DEBRIS REMOVAL: 1. The Vendor shall remove all trimmings from the site on the same day that the work is performed and dispose of debris off-site at a proper disposal facility. 2. Work site shall be left in a clean and neat appearance at the end of each workday, and prior to moving to another work site. 3. Under no circumstances will trash or debris be swept or disposed of into the streets, catch basins, drainpipes, storm sewer drains, open culverts, or into storm sewer systems. 4. Vendor shall at all times keep the premises clean from accumulation of waste materials or rubbish caused by employees or work. 5. Extraordinary amounts of debris caused by hurricanes, tornados, vandalism, special events, or roadside dumping will not be the responsibility of the Vendor. The Vendor shall report such accumulations of debris to the City when encountered. E. SERVICE LOCATIONS: For service area locations refer to Exhibit A which outlines the palms by type and height to be maintained, the location of the trees, and anticipated frequency of services required. F. EXAMINATION OF SITES: It is recommended that Vendors visit the proposed work sites and become familiar with local conditions which may affect the work to be performed, or affect the equipment, materials, and labor required. The Vendor shall carefully evaluate each site and the specifications, conditions, and requirements of this contract. No additional allowances should be made because of lack of knowledge of any site conditions. G. WORK PROCEDURES: Work shall be assigned to the Vendor in the following fashion: 1. The Vendor shall complete the necessary site visit and preparation requirements for each work site, including, but not limited to: a) Digital photos of palms/locations b) Temporary Traffic Control (formerly Maintenance of Traffic) (TTC) requirements c) Coordination with City departments 2. Upon verification that site preparation has been completed and approval from the City has been issued to the Vendor, the work may be scheduled. No work shall be performed without the prior approval of the designated City representative. Without prior approval by the City, the Vendor may not be compensated. 3. The designated City representative may inspect the work in progress. Vendor will communicate their work schedule to the City as required. 4. Vendor shall communicate any delays in work or difficulties to the City. 5. At the end of each project, copies of all work tickets itemizing each site location and quantities generated for the project work shall be provided to the designated City representative for review and verification of work. 6. The Vendor or company representative will meet with a representative of the City, when requested, for a complete inspection of the palms serviced and their status. DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 19 ITB #42-23 H. WORK SCHEDULE: 1. The Vendor will adhere to a work schedule coordinated in advance with the City. Any schedule variation requested by either the City or the Vendor must be accepted by both parties in writing. 2. The City intends for the work of this contract to impact the public as little as possible. The Vendor shall provide the City with a written schedule of the palm services prior to the start of work to ensure that notification can be provided to any citizen who may be affected by services. I. SERVICE HOURS: 1. Palm Pruning Services shall be performed between the hours of 7:00 AM to 6:00 PM, Monday through Friday, with the following exceptions: a. Major City Arterial Streets, including State Roads and County Roads: Work permitted between the hours of 9:00 AM – 3:00 PM, to include establishing the TTC for the project. b. Right of ways, within 1,000 feet of schools: No work is permitted during the hours when children are arriving or leaving school properties (beginning or ending of school days). 2. Vendor shall contact the City to obtain permission to perform services on Saturdays and shall observe the same hours as listed above. No routine work shall be performed on Sundays. J. TEMPORARY TRAFFIC CONTROL AND PEDESTRIAN SAFETY: 1. The Vendor shall fully acquaint and comply with TTC safety requirements. If required, the TTC plan must be submitted and approved by the City prior to partial lane closure and commencement of the work. All necessary lane closures shall be approved by the City’s Traffic Operations Division and Parking Division a minimum of forty-eight (48) hours in advance of scheduled operations (Traffic Operations). 2. The Vendor shall coordinate maintenance operations in certain high pedestrian use areas and peak time periods with the City. The spring tourist season (March 1-May 1) is generally not an acceptable time to close traffic lanes for maintenance and shall be handled on a case-by-case basis. The City reserves the right to limit the hours of operation in certain high pedestrian use areas. 3. Any and all proposed traffic control shall conform to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD), the Florida Department of Transportation Roadway and Traffic Design Standards, (600 Series) and the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction. 4. For work to be completed within the rights-of-way, the Vendor shall be responsible for all TTC per FDOT specifications and shall have a TTC certified individual on site while work is being performed. It is preferred that the Vendor have a TTC certified individual on staff, however, with prior City approval a pre-approved agency may be used for these services at Vendor’s expense. This must be indicated with Bid Submittal. 5. TTC services shall be provided by the Vendor for the duration of the contract and shall be included in unit pricing. K. ELECTRICAL HAZARDS / UTILITIES: 1. Vendor shall be aware of primary power lines, working around trees within these locations, and shall understand the ten (10) foot clearance requirement. Vendor shall coordinate with the utility company for their assistance as required in the removal of all necessary fronds which may conflict with or create a personal injury hazard in conducting the services of this agreement. DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 20 ITB #42-23 2. Vendor shall be responsible for contacting the appropriate utility company (Sunshine 811) seventy-two (72) hours prior to services to obtain the location of any underground utilities in the work area which could be damaged by Vendor’s services. 3. Vendor shall ensure that any area indicated by the utility company to contain underground electrical services is clearly marked with white paint and appropriate safety measures are followed. 4. The Vendor shall protect overhead utilities (telephone, cable, etc.) from damage and shall be responsible for all claims for damage due to its services. L. PERSONNEL REQUIREMENTS: 1. All work crews will be required to wear company uniform, use appropriate Personal Protection Equipment (PPE), meet ANSI Z133 standards, abide by any and all company and Occupational Safety and Health Act (OSHA) safety standards, and behave in a well-mannered, orderly fashion while performing work on behalf of the City. 2. Vendor shall conduct a safety briefing with employees each day prior to beginning operations. 3. The Vendor shall supply competent and capable employees and provide appropriate supervision to the work. All personnel must be skilled in the field in which they work; unskilled laborers are not permitted to perform any work for the City. 4. All equipment shall be in optimum operating conditions, free from oil and fluid leaks and properly maintained for safety of Vendor personnel, City personnel, and City residents. M. INSPECTION AND APPROVAL: 1. The Vendor shall notify the City within forty-eight (48) hours of completing scheduled work. The Vendor may be required to meet with the City to complete the inspection of the services. 2. Upon receiving notification from the Vendor, the City shall inspect the serviced location within three (3) business days. 3. If, upon inspection, the work specified has not been completed to the City’s satisfaction, the City shall contact the Vendor, advising them to take the necessary corrective measures. The City at its discretion shall have the right to reject unsatisfactory services and require correction, at no additional expense to the City, prior to payment. 4. The Vendor will be given forty-eight (48) hours from this notification to make appropriate corrections. 5. It is agreed and understood that within the first ninety (90) days of the contract award, if the Vendor fails to perform the work as specified herein, the City [(1) will only pay for the amount of service received as determined by the City, with an appropriate downward adjustment in contract price, and/or (2) may have such work completed by City staff or another vendor.] 6. Upon completion and acceptance of work, invoices shall be submitted by e-mail to the designated City representative that oversees the contract. Invoices shall reference the Purchase Order and/or Contract number, the work site, and itemize quantities. N. REPORTING: 1. The Vendor shall maintain a daily work log to document work progress by detailing the dates, times and locations of the work that has been completed. The Vendor shall forward the log to the DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 21 ITB #42-23 designated City representative, as required. The summary work log may become documentation supporting payment to the Vendor. 2. The parties will mutually determine an appropriate set of periodic reports to be issued by the Vendor to the City in support of this contract. 3. The Vendor shall meet with the designated City representative, at a frequency determined by the City, to review the Vendor’s performance, work schedule, discuss issues, and/or address any related problems. O. SPECIAL CONDITIONS: 1. All Bidders must submit proof of applicable certificate(s) and license(s) with their bid submittal, upon renewal and when requested thereafter. Examples include but are not limited to, ISA certified arborist, TTC, Pinellas County Landscape Maintenance Best Management Practices (BMP), etc. 2. The Vendor shall provide a list of equipment to be used in the performance of the contract with their bid submittal. Such equipment must be available for inspection by a City representative, prior to award of the contract and as requested during the contract term. 3. The Vendor shall keep an up-to-date list (name and position) of employees it has assigned to provide the services under this contract to the City. A current list of employees with position shall be included with their bid submittal and upon request during the contract term. 4. All Vendor vehicles must have their company name and telephone number visible while at their designated job sites. Vendor(s) shall keep all vehicles clean, in good repair and free from leaking fluids. 5. The Vendor shall assist the City by reporting vandalism, graffiti, damage, or public and private property in need of repair/refurbishing. Examples include but are not limited to traffic or directory signs, structures, site furnishings, monuments, fences, lighting, utilities, and paving. 6. The Vendor shall be responsive to special conditions and/or unexpected problems that may occur during the course of the contract. The City expects full cooperation and prompt response by the Vendor. P. ALL-INCLUSIVE PRICES: Exhibit A – Palm Pruning and Maintenance Services Bid Pricing shall be inclusive of all labor, equipment, material, tools, incidentals, and any other service or charge necessary to complete the project. There shall be no additional charges for mobilization, demobilization, equipment transport, fuel, fuel surcharges, disposal fees/increases, travel time, wait time, labor or insurance charges/increases, or any other charge not listed. 4. VENDOR QUALIFICATIONS. Vendor shall have the capability to perform and complete the services in all respects in accordance with the solicitation documents. 1. Three (3) references are required for whom the Vendor has performed similar work, preferably for a public agency of similar size, in the Tampa Bay region (Citrus, Hillsborough, Hernando, Manatee, Pasco, Pinellas, Polk or Sarasota Counties) within the last three (3) years (See page 33, References). 2. The Vendor shall have all necessary certifications and licenses (City, County, and State) as required under this contract and shall comply with all laws, ordinances, regulations, etc., applicable to work contemplated herein. 3. The City would prefer the Vendor to have a Tampa Bay regional office, providing access to a company representative with authority to discuss matters pertaining to this contract with the DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 22 ITB #42-23 City representative, 7:00 AM to 5:00 PM, Monday through Friday. If the Vendor has an office located outside of the Tampa Bay region, they must indicate this in their Letter of Intent as referenced under BID SUBMISSION, 3. LETTER OF INTENT, page 25 of this solicitation. 5. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $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, ITB #42-23 P.O. Box 4748 Clearwater, FL 33758-4748 DETAILED SPECIFICATIONS Palm Pruning and Maintenance Services 23 ITB #42-23 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 Palm Pruning and Maintenance Services 24 ITB #42-23 1. BEGINNING AND END DATE OF INITIAL TERM. September 2023 through August 2024 If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract 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 renewals are possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices and such adjustment will be considered and approval for such will not exceed the percentage change in the US Department of Labor Consumer Price Index (CPI-U) for All Urban Consumers, All Items, Tampa-St. Petersburg-Clearwater, FL. (https://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.  At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION Palm Pruning and Maintenance Services 25 ITB #42-23 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled Bid pricing form, page 26 Letter of Intent, if bidding more than one (1) service area or located outside of preferred region Completed Exhibit A – Palm Pruning and Maintenance Services Bid Pricing Excel file Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form Offer Certification form References form; minimum of (3) required Copies of applicable Certificate(s) and License(s) held by Contractor staff Verification of TTC certified staff member and/or pre-approved agency, reference pages 19-20 Current list of equipment Current list of employees and positions held W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) 3. LETTER OF INTENT. No Vendor shall be selected to service more than one (1) area or operate outside of the preferred region, unless the Vendor provides documentation supporting that it has adequate staff and equipment to perform the palm pruning services as referenced in this solicitation. The City has the sole right to examine the Vendor’s qualifications and determine its capability to perform these services. The Vendor shall provide, with bid submittal, a Letter of Intent to include the following information: • Declare intent to be awarded multiple palm pruning service areas and indicate which Service Area(s) (A, B, and/or C) of the contract are considered. • Provide a narrative explaining how you will fulfill the requirements of the contracts. • Name of certified arborist(s) who will manage the contract. The same certified arborist shall not be utilized for more than two (2) service areas. • A separate and unique equipment list shall be provided for each service area considered. • If applicable, provide a plan of action of how the contracted services will be managed and maintained from outside of the Tampa Bay region. BID PRICING Palm Pruning and Maintenance Services 26 ITB #42-23 BIDDING INSTRUCTIONS: A valid bid requires that bid pricing be entered on the protected Excel worksheet that is provided as Exhibit A – Palm Pruning and Maintenance Services Bid Pricing; no other pricing format will be accepted. As (B) Unit Price on the spreadsheet is populated with pricing, the imbedded formulas will calculate (C) Total Price. Quantities represent the City’s current inventory knowledge of palms. For pricing lines where (A) Estimated Annual Quantity is indicated as ‘0’, bidders should still fill-in (B) Unit Price, as palms will grow during the contract term. These lines will not calculate into (C) Total Price. Indicate order of preference for service areas (1, 2, or 3), if considered for award: NOTE: The Vendor shall provide a Letter of Intent (see page 25) if bid submission includes election to perform palm pruning services for multiple areas and/or if the Vendor’s office is located outside of the Tampa Bay region.  EVERY SITE within a zone must be priced for a valid “bid zone”.  Partial zone bids will be deemed non-responsive.  Bid pricing for each zone must be independent – there is no co-dependence of pricing between zones and no guarantee that a Vendor will be awarded every zone they bid.  A Vendor may be awarded more than one (1) zone; however, due to the quantity of work represented, the City does not anticipate awarding all three (3) zones to a single Vendor.  Award methodology will include consideration of Vendor capacity and past performance (if applicable).  The City will make the determination whether a Zone Bid is (or is not) reasonable for the work required.  Multi-zone awards may result in apparent low bidder(s) not being awarded additional zone(s).  Vendor signature on this page is required to indicate an understanding of the pricing structure set forth, the City’s intended award strategy, and validation of the pricing submitted. PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH) Vendor: _________________________________________ Date: _______________________________ Service Area A: Clearwater Beach Service Area B: Memorial Causeway and Downtown Clearwater Service Area C: Athletic Sports Fields and Clearwater City Limits; East of Highland Avenue EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Palm Pruning and Maintenance Services 27 ITB #42-23 Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name ____ Date: ____ VENDOR INFORMATION Palm Pruning and Maintenance Services 28 ITB #42-23 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 bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. SCRUTINIZED COMPANIES FORM Palm Pruning and Maintenance Services 29 ITB #42-23 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by ______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORM Palm Pruning and Maintenance Services 30 ITB #42-23 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ _ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Palm Pruning and Maintenance Services 31 ITB #42-23 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE OFFER CERTIFICATION By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors 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 commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES Palm Pruning and Maintenance Services 33 ITB #42-23 Instructions: Three (3) references are required for whom the Vendor has performed similar work, preferably for a public agency of similar size, in the Tampa Bay region (Citrus, Hillsborough, Hernando, Manatee, Pasco, Pinellas, Polk or Sarasota Counties) within the last three (3) years. Complete and return with bid submittal. Reference letters are highly encouraged and should accompany this form. Reference # 1 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Palm Pruning and Maintenance Services 34 ITB #42-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #42-23, Palm Pruning and Maintenance Services Due Date: August 24, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #42-23, Palm Pruning and Maintenance Services Due Date: August 24, 2023, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 CITY OF CLEARWATER ITB # 42-23, PALM PRUNING AND MAINTENANCE SERVICES DUE DATE: August 24, 2023 at 10:00 AM BID TABULATION SUMMARY SERVICE AREA A: CLEARWATER BEACH VENDOR TOTAL BID Tip Top Tree Experts LLC 60,535.00$ TreesForYou.com $ 52,615.00 SERVICE AREA B: MEMORIAL CAUSEWAY AND DOWNTOWN CLEARWATER VENDOR TOTAL BID Tip Top Tree Experts LLC 93,870.00$ TreesForYou.com 59,635.00$ SERVICE AREA C: ATHLETIC SPORTS FIELDS AND CLEARWATER, EAST OF HIGHLAND AVE. VENDOR TOTAL BID Tip Top Tree Experts LLC 65,410.00$ TreesForYou.com 49,640.00$ Items with a star ( ) indicates intent to award. 1) Tip Top Tree Experts LLC 2) TreesForYou.com Inc. PO Box 891 2541 Hibiscus Drive West Weirsdale, Florida 32195 Belleair Beach, Florida 33786352-750-9056 727-501-2435 ADVERTISED: TAMPA BAY TIMES 7/26/2023POSTED:myclearwater.com 7/26/23 - 8/24/23 FOR THE CITY OF CLEARWATER Due/Opening: August 24, 2023; 10:00 a.m. INVITATION TO BID No. 42-23 Palm Pruning and Maintenance Services Solicitation Response Listing September 25, 2023 NOTICE OF INTENT TO AWARD The Public Works Department and the Procurement Division recommend award of ITB #42-23, Palm Pruning and Maintenance Services, in accordance with the bid specifications, to the following vendors for an estimated annual not-to-exceed amount of $216,000.00 for the period of one (1) year, with the option for two (2) one (1) year term extensions. Due to the nature of the work, the number of various species of palms, and the location and times of year palms are pruned, it was determined that it would be in the best interest of the City to award the servicing areas to multiple vendors. Service Area A: Tip Top Tree Experts, LLC • Clearwater Beach Service Area B: TreesForYou.com • Memorial Causeway and Downtown Service Area C: Tip Top Tree Experts LLC • Athletic Sports Fields and Clearwater, East of Highland This Award recommendation will be considered by the City Council at the October 16, 2023, Work Session (1:30 p.m.) and voted on at the October 18, 2023, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Kelly.rogers@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2023-07008 oct 18 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.1 SUBJECT/RECOMMENDATION: 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 3121 Downing Street, together will all unincorporated right-of-way of Downing Street, and pass Ordinances 9709-23, 9710-23, and 9711-23 on first reading. (ANX2023-07008) SUMMARY: This voluntary annexation petition involves a 0.212-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the south side of Downing Street approximately 260 feet east of South McMullen Booth Road. The property was recently developed with a detached dwelling under Pinellas County’s jurisdiction, and annexation is required in order to receive sanitary sewer and solid waste service from the city. The Development Review Committee is proposing that the 0.68-acres of Downing Street right-of-way not currently within the city limits also be annexed. The property is contiguous to existing city boundaries to the south. It is proposed that the property be assigned a Future Land Use Map designation of Residential Urban (RU) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). 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 and sanitary sewer service from the city. The required sewer impact fee has been paid in full and the property was connected to the city’s closest sanitary sewer line located in the adjacent Downing Street right-of-way at the time of construction. 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 #49 located at 565 Sky Harbor Drive. The city has adequate capacity to serve this property with 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 Page 1 City of Clearwater Printed on 10/10/2023 File Number: ANX2023-07008 oct 18 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 Residential Urban (RU) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 7.5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the district 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 south; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. Page 2 City of Clearwater Printed on 10/10/2023 Ordinance No. 9709-23 ORDINANCE NO. 9709-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF DOWNING STREET APPROXIMATELY 260 FEET EAST OF SOUTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3121 DOWNING STREET, CLEARWATER, FLORIDA 33759, TOGETHER WITH ALL UNINCORPORATED RIGHT-OF- WAY OF DOWNING STREET, 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. (ANX2023-07008) 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. 9709-23 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 DESCRIPTIONS ANX2023-07008 ========================================================================================= Lot 15, Downing Subdivision, according to the map or plat thereof, as recorded in Plat Book 26, Page 79, of the Public Records of Pinellas County, Florida. Together with: All unincorporated Right-of-Way (594LF, more or less) of Downing St Right-of-Way, East from the East Right-of-Way line of S McMullen-Booth Rd [CR-611]. Parcel ID No.: 16-29-16-22410-000-0150 Exhibit “B” PROPOSED ANNEXATION Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single FamilyResidential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) Ordinance No. 9710-23 ORDINANCE NO. 9710-23 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 DOWNING STREET APPROXIMATELY 260 FEET EAST OF SOUTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3121 DOWNING STREET, CLEARWATER, FLORIDA 33759, 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 See attached Exhibit “A” for Legal Description. Residential Urban (RU) (ANX2023-07008) 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. 9709-23. Ordinance No. 9710-23 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 DESCRIPTIONS ANX2023-07008 ========================================================================================= Lot 15, Downing Subdivision, according to the map or plat thereof, as recorded in Plat Book 26, Page 79, of the Public Records of Pinellas County, Florida. Together with: All unincorporated Right-of-Way (594LF, more or less) of Downing St Right-of-Way, East from the East Right-of-Way line of S McMullen-Booth Rd [CR-611]. Parcel ID No.: 16-29-16-22410-000-0150 Exhibit “B” PROPOSED FUTURE LAND USE MAP Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single FamilyResidential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) Ordinance No. 9711-23 ORDINANCE NO. 9711-23 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 DOWNING STREET APPROXIMATELY 260 FEET EAST OF SOUTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3121 DOWNING STREET, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9709-23. Property Zoning District See attached Exhibit “A” for Legal Description. Low Medium Density Residential (LMDR) (ANX2023-07008) Ordinance No. 9711-23 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 DESCRIPTIONS ANX2023-07008 ========================================================================================= Lot 15, Downing Subdivision, according to the map or plat thereof, as recorded in Plat Book 26, Page 79, of the Public Records of Pinellas County, Florida. Together with: All unincorporated Right-of-Way (594LF, more or less) of Downing St Right-of-Way, East from the East Right-of-Way line of S McMullen-Booth Rd [CR-611]. Parcel ID No.: 16-29-16-22410-000-0150 Exhibit “B” PROPOSED ZONING MAP Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single FamilyResidential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Father Silas and Hend Andrew Case: ANX2023-07008 Site: 3121 Downing Street Property Size(Acres): ROW (Acres): 0.212 0.68 Land Use Zoning PIN: 16-29-16-22410-000-0150 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Residential Urban (RU) Low Medium Density Residential (LMDR) Mobile Home Park Detached Dwellings Condominiums ANX2023-07008 Father Silas and Hend Andrew 3121 Downing Street View looking south at subject property on Downing Street East of the subject property West of the subject property Across the street, to the north of the subject property View looking westerly along Downing Street View looking easterly along Downing Street Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: TA2023-07002b oct 18 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Approve amendments to the Community Development Code, rescinding certain previously adopted amendments determined to be null and void ab initio pursuant to Florida Senate Bill 250 (2023), and pass Ordinance 9712-23 on first reading.  SUMMARY: City Council approved Ordinance No. 9643-23 on April 4, 2023, making a variety of amendments to the Community Development Code. Subsequent to this approval, the Florida Legislature prepared Senate Bill 250, which the Governor signed into law on June 28, 2023. Senate Bill 250 places certain restrictions on municipalities entirely or partially within 100 miles of where either Hurricanes Ian or Nicole made landfall. More specifically, the bill states that municipalities may not “propose or adopt more restrictive or burdensome amendments to their comprehensive plan or land development regulations” prior to October 1, 2024, and applies this restriction retroactively to September 28, 2022. The bill further declares that any such amendment “shall be null and void ab initio”. Portions of Ordinance No. 9643-23 may be “more restrictive or burdensome” and therefore are void and have no legal effect. Proposed Ordinance No. 9712-23 rescinds those sections of the Community Development Code, reverting to the codified language that existed prior to April 4, 2023 (i.e., when Ordinance No. 9643-23 was adopted). The Planning and Development Department has determined that the proposed text amendments to the Community Development Code are consistent with and further the goals, objectives and policies of the Comprehensive Plan and the Community Development Code as outlined in the staff report.    The Community Development Board, in its capacity as the Local Planning Agency (LPA), will review the proposed amendments to the Community Development Code at its meeting on September 19, 2023. Staff will report its recommendation at the city council meeting. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/10/2023 1 ORDINANCE NO. 9712-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA MAKING AMENDMENTS TO THE COMMUNITY DEVELOPMENT CODE BY AMENDING ARTICLE 3. DEVELOPMENT STANDARDS, PARKING AND LOADING DIVISION; BY AMENDING ARTICLE 4. DEVELOPMENT REVIEW AND OTHER PROCEDURES, GENERAL PROCEDURES DIVISION; BY AMENDING APPENDIX B. US 19 ZONING DISTRICT AND DEVELOPMENT STANDARDS, GENERAL PROVISIONS, SUBDISTRICT STANDARDS, SITE DESIGN STANDARDS, BUILDING DESIGN STANDARDS, AND ADMINISTRATION DIVISIONS; BY AMENDING APPENDIX C. DOWNTOWN DISTRICT AND DEVELOPMENT STANDARDS, CHARACTER DISTRICT STANDARDS, FRONTAGE STANDARDS, SITE DESIGN STANDARDS, BUILDING DESIGN STANDARDS, FLEXIBILITY, AND ADMINISTRATION DIVISIONS TO COMPLY WITH SENATE BILL 250: NATURAL EMERGENCIES; CERTIFYING CONSISTENCY WITH THE CITY’S COMPREHENSIVE PLAN AND PROPER ADVERTISEMENT; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater (“the City”) adopted the Community Development Code on January 21, 1999, which took effect on March 8, 1999; and WHEREAS, the City desires for the Community Development Code to function effectively and equitably throughout the City; and WHEREAS, on April 4, 2023, the City adopted Ordinance No. 9643-23 amending the Community Development Code, making a variety of changes where it had determined clarification and revision were needed, including the addition of new requirements in Article 3. Division 14. Parking and Loading; Article 4. Division 2. General Procedures; Appendix B. Division 1. General Provisions, Division 3. Subdistrict Standards, Division 5. Site Design Standards, Division 6. Building Design Standards, and Division 8. Administration; and Appendix C. Division 3. Character District Standards, Division 4. Frontage Standards, Division 5. Site Design Standards, Division 6. Building Design Standards, Division 8. Flexibility, and Division 9. Administration; and WHEREAS, on June 28, 2023, the Governor of Florida signed Senate Bill 250 (“SB 250”): Natural Emergencies in which Bill Section 14 placed certain restrictions on municipalities entirely or partially within 100 miles of where either Hurricanes Ian or Nicole made landfall; and WHEREAS, SB 250 established that municipalities may not “propose or adopt more restrictive or burdensome amendments to their comprehensive plan or land development regulations” prior to October 1, 2024, declaring that any such amendment “shall be null and void ab initio” and the provision applies retroactively to September 28, 2022; and WHEREAS, the City has reviewed all ordinances amending the Community Development Code that were adopted within the timeframes established by SB 250 and has determined that the aforementioned amendments to the Community Development Code adopted by Ordinance No. 9643-23 that established new requirements may be “more restrictive or burdensome” and are therefore null and void ab initio pursuant to SB 250; and 2 Ordinance No. 9712-23 WHEREAS, to ensure transparency with the public and proper processing, a new ordinance removing the previously approved changes which are null and void ab initio is advised; and WHEREAS, the City has determined that these amendments to the Community Development Code promote and support the public health, safety, morals, and welfare, of the City's residents; and WHEREAS, at a duly noticed public meeting the Clearwater Community Development Board, pursuant to its responsibilities as the Local Planning Agency, has reviewed these amendments, conducted a public hearing, considered all public testimony and has determined that these amendments are consistent with the City of Clearwater’s Comprehensive Plan and recommended that the City Council adopt these amendments; and WHEREAS, the City Council has fully considered the recommendation of the Community Development Board and testimony and evidence submitted at its public hearing; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Article 3. Development Standards, Division 14. Parking and Loading, be amended to read as follows: Section 3-1407. – Parking restrictions in residential areas. A. Restrictions. For the dual purpose of preserving attractive residential areas within the city and promoting safe unimpeded traffic circulation throughout such neighborhoods, the following parking restrictions shall apply except as provided in paragraph B of this section: 1. Within street right-of-way. The following vehicles shall not be parked or stored on any public right-of-way in a residential zoning district, residentially designated downtown property, or on any right-of-way contiguous to such properties a residentially zoned property: a. Any boat or boat trailer; b. Any hauling trailer; c. Any of the following recreational vehicles: travel trailers, motor homes and camping trailers; d. Any commercial vehicle. e. Any race car, dune buggy, farm equipment, go kart, ATV, or other similar vehicle not designated for street operation. 2. Between principal structure and right-of-way. The following vehicles shall not be parked or stored, in whole or in part, in a front setback and/or forward of the building line of the principal structure and any right-of-way line in a residential zoning district or on a residentially designated downtown property up to a maximum of two frontages: a. Boat in excess of 20 feet; b. Any boat trailer in excess of 25 feet total length or in excess of five feet longer than any boat occupying the trailer; c. Hauling trailer; d. Recreational vehicles, travel trailers, motor homes and camping trailers. 3 Ordinance No. 9712-23 e. Any commercial vehicle which measures in excess of 20 feet in total chassis and body length, seven feet in total width or seven feet in total height, including appurtenances, equipment and cargo. f. Any race car, dune buggy, farm equipment, go kart, ATV, or other similar vehicle not designated for street operation. 3. Parking in the side or rear setback. The following vehicles may be parked or stored, in whole or in part, in a side or rear setback behind the front building line of the principal structure in a residential zoning district or on a residentially designated downtown property provided such vehicles are screened with a six-foot high solid fence, wall or hedge: a. Boat in excess of 20 feet; b. Boat trailer in excess of 25 feet; c. Hauling trailer; d. Recreation vehicles, trailers, motor homes and camping trailers; and e. Any race car, dune buggy, farm equipment, go kart, ATV, or other similar vehicle not designated for street operation. 4. Large vehicles. The following vehicles shall be not be parked or stored in any residential zoning districts or on any residentially designated downtown property: a. Commercial vehicles measuring in excess of 20 feet in total chassis and body length, seven feet in total width or seven feet in total height, including appurtenances, equipment and cargo are prohibited; and b. Semi-tractor trailer, semi-tractor cab or any garbage truck, pump-out truck, chemical truck, gasoline truck, fuel oil truck or similar vehicle designed to transport wastes or hazardous or noxious materials. * * * * * * * * * * Section 3-1408. - Parking restrictions in commercial nonresidential areas. A. Commercial trucks, semi-tractor trailers, cabs and other commercial vehicles shall be permitted to be parked or stored on commercial property only if such vehicles are associated with the property on which they are located. B. Boats or boat trailers, hauling trailers, and recreational vehicles shall not be parked or stored on any public right-of-way in nonresidential areas. Section 2. That Article 4. Development Review and Other Procedures, Division 2. General Procedures, Section 4-201. Pre-application conference, be renamed and amended to read as follows: Section 4-201. – Optional Ppre-application conference. A. Applicants for a proposed development in the US 19 or Downtown zoning districts shall have a pre-application conference with the Community Development Coordinator or his/her designee prior to development application, unless otherwise waived by the Community Development Coordinator, to review the preliminary site plan, building elevations, and other materials required by the Community Development Coordinator. Those development projects that are exempt from the US 19 Zoning District and Development Standards pursuant to Section B-104.C or the Downtown District and Development Standards pursuant to Section C-104.B shall be exempt from this requirement. 4 Ordinance No. 9712-23 B. Projects in all other zoning districts. An applicant for development approval may request an informal conference with the community development coordinator prior to filing an application for the purpose of discussing the proposed development and to identify the views and concerns of the applicant and the city's professional staff. Section 3. That Appendix B. US 19 Zoning District and Development Standards, Division 1. General Provisions, Section B-104. Applicability of Development Standards, be amended to read as follows: Section B-104. – Applicability of Development Standards. * * * * * * * * * * C. Exemptions The following types of development are exempt from all or a portion of the Development Standards as follows. * * * * * * * * * * 5. Change of Use. Projects involving only a change in use are exempt from the Development Standards in Appendix B, Divisions 4, 5 and 6, but shall comply with the bicycle parking standards in Section B-303.D when the change of use results in an increase in the minimum number of bicycle parking spaces required. When applicable, this shall only apply to the increase in bicycle parking required for the new use. 6. Improvement, Remodel, or Reconstruction. Building improvement and remodel projects, including reconstruction of buildings in the general location or footprint of buildings being replaced, with up to 5 percent additional gross floor area, shall be exempt from the Development Standards as follows. a. Building improvement, remodel, or reconstruction projects valued at less than 25 percent of the total assessed building value as reflected in the Property Appraiser’s current records at the time of application are exempt from the Development Standards in Appendix B, Divisions 4, 5 and 6, except that the location of any new floor area, including accessory structures, shall be compliant with the setback requirements in Division 4 of these standards to the greatest extent practicable as determined by the Community Development Coordinator, and bicycle parking shall be provided for any new floor area consistent with the bicycle standards in Section B-303.D. b. Building improvement, remodel, or reconstruction projects valued at 25 percent or more of the total assessed building value as reflected in the Property Appraiser’s current records at the time of application, are exempt from all but the pedestrian walkway standards in B-503.C, the surface parking and service area standards in B-504.A.1, the bicycle parking standards in B-504.C, and the landscape requirements in B-505.A of these standards, which shall be brought into compliance to the greatest extent practicable as determined by the Community Development Coordinator. Additionally, the location of any new floor area, including accessory structures, shall be compliant with the setback requirements in Division 4 of these standards to the greatest extent practicable as determined by the Community Development Coordinator, and bicycle parking shall be provided for any new floor area consistent with the bicycle standards in Section B-303.D. Landscape requirements in B.504.A.1 and B.505.A may be modified as part of a comprehensive landscape program pursuant to the criteria set forth in Section 3-1202.G. 5 Ordinance No. 9712-23 * * * * * * * * * * Section 4. That Appendix B. US 19 Zoning District and Development Standards, Division 3. Subdistrict Standards, be amended to read as follows: Section B-303. – Permitted Uses & Parking A. Use & Off-Street Parking Table Permitted uses and approval levels by Subdistricts, along with off-street parking requirements, are listed in Table 2. Use & Off-Street Parking. Active uses are required at identified key corners, as defined in Section B-303.B. Pursuant to Section B-801, new construction projects on sites of 10 acres or more shall require at a minimum a Level One (flexible standard development) approval unless the proposed use or proposal otherwise requires a Level Two (flexible development) approval. Table 2. Use and Off-Street Parking Use Regional Neighborhood Corridor Use Specific Standards Minimum Off-Street Parking Spaces * * * * * * * * * * Footnotes: 1. The parcel proposed for development is not contiguous to a parcel of land which is designated as residential in the Zoning Atlas. 2. The parcel proposed for development is not located within 500 feet of a parcel of land used for purposes of a place of worship or a public or private school unless the intervening land uses, structures or context are such that the location of the use is unlikely to have an adverse impact on such school or use as a place of worship. Key: BCP = Level 1 Minimum Standard (Building Construction Permit). FLS = Level 1 Flexible Standard Development (Community Development Coordinator approval required). FLD = Level 2 Flexible Development (Community Development Board approval required). X = Not Permitted New construction projects on sites of 10 acres or more shall require, at a minimum, a Level One (flexible standard development) approval unless the proposed use or proposal otherwise requires a Level Two (flexible development) approval. * * * * * * * * * * D. Bicycle Parking 1. Short-term and long-term bicycle parking requirements are listed in Table 4. Bicycle Parking. Table 4. Bicycle Parking Use Short Term Spaces Long Term Spaces Attached Dwellings (1 – 100 units) 2 min., or 1 space per 10 units 1 per 2 dwelling units. Units with private garage or private storage space are exempt. Attached Dwellings (101+ units) 1 space per 20 units 1 per 4 dwelling units. Units with private garage or private storage space are exempt. 6 Ordinance No. 9712-23 Bars, Brewpubs, Restaurants 2 min., or 1 per 5,000 SF GFA None Offices 2 min., or 1 per 10,000 SF GFA 2 min., or 1 per 10,000 SF GFA Parking Garages 6 min., or 1 per 20 vehicle parking spaces, whichever is greater None Public Transportation Facilities 10 min., or 1 per 5,000 SF GFA 4 min., or 1 per 10,000 SF GFA Retail Sales and Services, Retail Plazas, Alcoholic Beverage Sales 2 min., or 1 per 5,000 SF GFA None All Other Nonresidential Uses 2 min., or 1 per 10,000 SF GFA None 2. All short-term bicycle parking areas shall be in highly visible locations along pedestrian walkways and near building entries. 3. All bicycle parking provided shall comply with the bicycle parking standards in Section 3-1411 of this Development Code. Section 5. That Appendix B. US 19 Zoning District and Development Standards, Division 5. Site Design Standards, Section B-503. Access and circulation, be amended to read as follows: Section B-503. – Access and circulation. * * * * * * * * * * D. Cross Parcel Connections To facilitate circulation and improve accessibility, vehicle and pedestrian facilities on adjacent sites shall be interconnected. Existing and planned parking lot drive aisles and pedestrian walkways shall be aligned and connected with abutting sites. In cases where no connection exists on an abutting developed site, and drive aisle and pedestrian walkway stub outs shall be constructed on properties abutting undeveloped sites to allow for future connections. Section 6. That Appendix B. US 19 Zoning District and Development Standards, Division 6. Building Design Standards, be amended to read as follows: * * * * * * * * * * Section B-602. – Façade treatment and design. * * * * * * * * * * B. Limited Blank Facades Blank sections of ground floor building façades fronting or within view of streets, pedestrian walkways, or other and public spaces shall not exceed 20 feet in length. Elements such as windows, doors, balconies, columns, pilasters, changes in material, or other architectural details that provide visual interest shall be distributed across the façade in a manner consistent with the overall design of the building. * * * * * * * * * * E. Upper Floor Facade Articulation and Fenestration 7 Ordinance No. 9712-23 * * * * * * * * * * 3. To minimize blank façade areas along street frontages, façades fronting streets and new primary drives shall provide fenestration (doors, windows or other openings) to an extent of a minimum of 20 percent of each floor's façade area as measured between finished floor and finished ceiling. * * * * * * * * * * Section 7. That Appendix B. US 19 Zoning District and Development Standards, Division 8. Administration, Section B-801. Site plan approvals, be amended to read as follows: Section B-801. – Site plan approvals. A. Required Pre-Application Conference A pre-application conference shall be required for all development applications within the US 19 District unless the development is exempt from the Development Standards pursuant to Section B-104.C or this requirement is otherwise waived by the Community Development Coordinator. B. Approval Authority The final decision-making authority for site plans is either the Community Development Coordinator for Level One approvals or the Community Development Board for Level Two approvals, as specified in Article 4. The level of approval required varies by use and subdistrict as specified in Table 2. Use & Off-Street Parking, which identifies whether a use can be approved as a Building Construction Permit (Level 1 Minimum Standard), or if Community Development Coordinator (Level One Flexible Standard Development) or Community Development Board (Level Two Flexible Development) approval is required. Projects on sites of 10 acres or more shall require at a minimum a Level One (flexible standard development) approval. Projects requesting flexibility in the application of Design Standards shall follow the process established in Section B-702. Section 8. That Appendix C. Downtown District and Development Standards, Division 3. Character District Standards, Table 1. Use and Off-Street Parking be amended to read as follows: * * * * * * * * * * Table 1. Use and Off-Street Parking Use Downtown Core Old Bay South Gateway Prospect Lake Downtown Gateway Use Specific Criteria Minimum Off-Street Parking Spaces * * * * * * * * * * NONRESIDENTIAL USES * * * * * * * * * * Overnight Accommodations (Hotel) BCP BCP X BCP BCP None 0.75/unit * * * * * * * * * * Self Storage Warehouses FLS X FLS FLS FLS 1. The use shall be secondary to and shall not exceed 25 percent of the gross floor area of the building in which it is N/A 8 Ordinance No. 9712-23 Table 1. Use and Off-Street Parking Use Downtown Core Old Bay South Gateway Prospect Lake Downtown Gateway Use Specific Criteria Minimum Off-Street Parking Spaces located another principal use. 2. Leasing office and other non-storage customer service areas shall be incorporated into the building frontage along the primary street. 3. Outdoor storage of any kind shall be prohibited. 4. Access to individual storage spaces shall be provided from within the building. 45. All loading areas, including bays and loading zones used for the placement of personal products onto, or removal from, a transportation vehicle shall be provided along the interior side or rear of the building and screened from view. * * * * * * * * * * * * * * * * * * * * Section 9. That Appendix C. Downtown District and Development Standards, Division 4. Frontage Standards, be amended to read as follows: * * * * * * * * * * Section C-405. – Storefront 2 frontage. * * * * * * * * * * C. Front Setback Improvements. 1. Where front setbacks are provided, the area within the setback shall be improved primarily as a hardscape extension of the public streetscape with no change in elevation from adjacent sidewalks. 2. Landscape areas may account for 35 percent maximum of the front setback area. Such landscaping shall comply with landscape requirements in Section 3-1202. 3. Low curbing up to six inches in height may be used to define the edge of landscape areas but no permanent physical obstructions such as walls, railing, or fencing are permitted. * * * * * * * * * * Section C-406. – Workshop/flex frontage. 9 Ordinance No. 9712-23 * * * * * * * * * * C. Front Setback Improvements. 1. The front setback area shall be improved as a landscape area with walkway connections between sidewalks and front building entries. Low curbing up to six inches in height may be used to define the edge of landscape areas but no permanent physical obstructions such as walls, railings, or fencing are permitted between the street and front building façade. * * * * * * * * * * Section 10. That Appendix C. Downtown District and Development Standards, Division 5. Site Design Standards, be amended to read as follows: * * * * * * * * * * Section C-503. – Access and circulation. * * * * * * * * * * D. Cross Parcel Connections. To facilitate circulation and improve accessibility, vehicle and pedestrian facilities on adjacent sites shall be interconnected, except for detached dwellings and duplexes on interior lots along Street Type F. Parking Existing and planned parking lot drive aisles, private drives, private service drives, and pedestrian walkways shall be aligned and connected with abutting sites. In cases where no connection exists on an abutting developed site, and drive aisle and pedestrian walkway stub outs shall be constructed on properties abutting undeveloped sites to allow for future connections. * * * * * * * * * * Section C-510. – Swimming Pools. Swimming pools for all attached dwellings except duplexes, shall be located on the roof of the building or internal to the development site as a courtyard pool, surrounded on all four sides by building(s), and not along street frontages as illustrated in Figure 31. Swimming pools for detached dwellings and duplexes shall comply with the accessory structure provisions in Article 3, Division 2 of this code. 10 Ordinance No. 9712-23 Figure 31. Swimming Pools (Delete images for Figure 31 and renumber subsequent Figures accordingly) Rooftop Swimming Pool Courtyard Swimming Pool * * * * * * * * * * Section 11. That Appendix C. Downtown District and Development Standards, Division 6. Building Design Standards, be amended to read as follows: * * * * * * * * * * Section C-602. – Façade treatment and design. * * * * * * * * * * C. Facade Materials All building facades within view of a public street, pedestrian walkway, waterfront, or other public space, including side and rear facades, shall be constructed of high quality materials such as brick, stone, architectural block, concrete with an architectural finish, and traditional cementitious stucco. Side and rear facades shall use materials and design features similar to or complementary to those of the front facade. The use of metal facades shall not be permitted. D. Upper Floor Façade Fenestration. To minimize blank façade areas along street frontages, façades fronting streets and new primary drives shall provide fenestration (doors, windows or other openings) to an extent of a minimum of 20 percent of each floor's façade area as measured between finished floor and finished ceiling. *** RELETTER REMAINING SUBSECTIONS *** * * * * * * * * * * 11 Ordinance No. 9712-23 Section 12. That Appendix C. Downtown District and Development Standards, Division 8. Flexibility, be amended to read as follows: * * * * * * * * * * Section C-803. – Flexibility provisions. Flexibility may be approved subject to the standards below. K. Site Design Standards – Swimming Pools. Flexibility in the application of swimming pool requirements in Section C-510 may be approved consistent with one of the following. 1. For buildings at corner locations, flexibility may be approved to allow at-grade swimming pools within in a courtyard of a “U”-shaped or “L”-shaped building along a secondary street frontage. Where flexibility in this standard is allowed, non-opaque or picket-style fencing may be permitted to a maximum height of 6 feet in line with or setback from the front building façade. 2. For buildings on Through-Lots or Multi-Frontage Lots, flexibility may be approved to allow at-grade swimming pools within a courtyard of a “U”-shaped building along Street Type D. Where flexibility in this standard is allowed, non-opaque or picket-style fencing may be permitted to a maximum height of 6 feet in line with or setback from the front building façade. *** RELETTER REMAINING SUBSECTIONS *** * * * * * * * * * * Section 13. That Appendix C. Downtown District and Development Standards, Division 9. Administration, be amended to read as follows: Section C-901. – Site plan approvals. A. Required Pre-Application Conference A pre-application conference shall be required for all development applications within the Downtown District unless the development is exempt from the Development Standards pursuant to Section C-104.B or this requirement is otherwise waived by the Community Development Coordinator. B. Approval Authority The final decision-making authority for site plans is either the Community Development Coordinator for Level One approvals or the Community Development Board for Level Two approvals, as specified in Article 4. The level of approval required varies by use and character district as specified in Table 1. Use & Off-Street Parking, which identifies whether a use can be approved as a Building Construction Permit (Level 1 Minimum Standard), or if Community Development Coordinator (Level 1 Flexible Standard Development) or Community Development Board (Level 2 Flexible Development) approval is required. Projects requesting flexibility in the application of development standards shall follow the process established in Appendix C, Section C-802. * * * * * * * * * * Section C-903. – Regulating plan adjustments. * * * * * * * * * * 12 Ordinance No. 9712-23 B. Street Type on Existing or New Public Streets. Upon approval of a development project which includes new public streets or existing public streets where a street type was not previously depicted in Figure 2. Regulating Plan–Street Types and Key Corners, the Community Development Coordinator will make an administrative adjustment to Figure 2. Regulating Plan–Street Types and Key Corners to reflect the approved street type(s). Section 14. Amendments to the Community Development Code of the City of Clearwater (as originally adopted by Ordinance No. 6348-99 and subsequently amended) are hereby adopted to read as set forth in this Ordinance. Section 15. The City of Clearwater does hereby certify that the amendments contained herein, as well as the provisions of this Ordinance, are consistent with and in conformance with the City’s Comprehensive Plan. Section 16. Should any part or provision of this Ordinance be declared by a court of competent jurisdiction to be invalid, the same shall not affect the validity of the Ordinance as a whole, or any part thereof other than the part declared to be invalid. Section 17. Notice of the proposed enactment of this Ordinance has been properly advertised in a newspaper of general circulation in accordance with applicable law. Section 18. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ____________________________ PASSED ON SECOND AND FINAL ____________________________ READING AND ADOPTED ____________________________ Brian J. Aungst, Sr. Mayor Approved as to form: Attest: ____________________________ ____________________________ Matthew J. Mytych, Esq. Rosemarie Call, MPA, MMC Senior Assistant City Attorney City Clerk PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: September 19, 2023 AGENDA ITEM: F.1 CASE: TA2023-07002 ORDINANCE NO.: 9712-23 REQUEST: To amend the Community Development Code to rescind certain amendments that were adopted previously through Ordinance No. 9463-23 determined to be null and void ab initio pursuant to Florida Senate Bill 250 (2023) INITIATED BY: City of Clearwater, Planning and Development Department BACKGROUND: City Council approved Ordinance No. 9643-23 on April 4, 2023, making a variety of amendments to the Community Development Code (CDC). Subsequent to this approval, the Florida Legislature prepared Senate Bill 250 (herein after SB 250), which the Governor signed into law on June 28, 2023. SB 250 pertains to natural emergencies, and bill Section 14 places certain restrictions on municipalities entirely or partially within 100 miles of where either Hurricanes Ian or Nicole made landfall. The city of Clearwater lies within the area for which these restrictions apply. More specifically, SB 250 states that municipalities may not “propose or adopt more restrictive or burdensome amendments to their comprehensive plan or land development regulations” prior to October 1, 2024. The bill further declares that any such amendment “shall be null and void ab initio”. This restriction applies retroactively to September 28, 2022. Void ab initio means that those provisions have no legal effect. The city has adopted multiple Ordinances amending either the city’s Comprehensive Plan or Community Development Code since September 28, 2022. Staff has reviewed those ordinances and determined that most are not affected by SB 250. However, portions of Ordinance No. 9643-23 may be “more restrictive or burdensome” and are therefore null and void ab initio pursuant to SB 250. Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – September 19, 2023 TA2023-07002 – Page 2 Although SB 250 has established that the applicable provisions are void and have no legal effect, Ordinance No. 9712-23 provides transparency and proper processing to ensure the provisions are removed from the Community Development Code in all its forms. Should the city want to adopt these amendments again, it may do so after October 1, 2024. ANALYSIS: Proposed Ordinance No. 9712-23 rescinds certain amendments, reverting to the codified language that existed prior to April 4, 2023 (i.e., when Ordinance No. 9643-23 was adopted). The provisions identified that may be “more restrictive or burdensome” and that are included in this Ordinance were: 1. New standards that may require additional capital outlay to meet (e.g., new long-term bike parking requirements in US 19 District; new swimming pool standards in Downtown District); or 2. Changes to processes (e.g., mandatory pre-application meeting for projects in the US 19 or Downtown Districts; Development Review Committee (DRC) review for properties 10+ acres in the US 19 District); or 3. New restrictions of the use of property or the city’s right-of-way (e.g., application of residential parking restrictions to residentially designated downtown property). The remainder of amendments adopted by Ordinance No. 9643-23 included new standards that expanded a property owner’s options (e.g., new fence standards; expansion of community gardens to additional zoning districts; additional flexibility provisions in US 19 and Downtown Districts); the addition of clarifying language (e.g., transparency requirements for ground floor windows in US 19 and Downtown Districts); or other changes that were determined to not otherwise be burdensome to a private property owner. Those remain in effect. CRITERIA FOR TEXT AMENDMENTS: CDC Section 4-601 sets forth the procedures and criteria for reviewing text amendments. All text amendments must comply with the following: 1. The proposed amendment is consistent with and furthers the goals, policies, and objectives of the Comprehensive Plan. Proposed Ordinance No. 9712-23 is consistent with the Clearwater Comprehensive Plan as it is reverting certain provisions and standards in the Community Development Code back to an earlier version that had previously been determined to be consistent with the city’s Comprehensive Plan. Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – September 19, 2023 TA2023-07002 – Page 3 2. The proposed amendments furthers the purposes of the Community Development Code and other City ordinances and actions designed to implement the Plan. Similarly, the proposed text amendment will further the purposes of the CDC. Although the city chose to amend the CDC earlier this year, the original language was originally adopted and determined to meet these same review criteria. SUMMARY AND RECOMMENDATION: The proposed amendment to the Community Development Code is consistent with and will further the goals of the Clearwater Comprehensive Plan and the purposes of the Community Development Code, and is required to comply with Senate Bill 250 (2023). Based upon the above, the Planning and Development Department recommends APPROVAL of Ordinance No. 9712-23 that amends the Community Development Code. Prepared by Planning and Development Department Staff: ___________________________ Lauren Matzke, AICP Planning and Development Assistant Director ATTACHMENTS: Ordinance No. 9712-23 Resume Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2023-08009 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 2713 State Road 590, and pass Ordinances 9718-23, 9719-23, and 9720-23 on first reading. (ANX2023-08009) SUMMARY: This voluntary annexation petition involves a 0.298-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the southeast corner of State Road 590 and West Virginia Lane. 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 north and west. It is proposed that the property be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). 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 Pinellas County. The closest sanitary sewer line is located in the adjacent West Virginia Lane right-of-way. The applicant has not paid the city's sewer impact and assessment fees and is aware of the additional costs to extend city sewer service to this property. Collection of solid waste will be provided by the City of Clearwater. 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, fire and EMS service. The property will continue to receive water service from Pinellas County. 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 Page 1 City of Clearwater Printed on 10/10/2023 File Number: ANX2023-08009 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 Residential Low (RL) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the District 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 west; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. Page 2 City of Clearwater Printed on 10/10/2023 Ordinance No. 9718-23 ORDINANCE NO. 9718-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTHEAST CORNER OF STATE ROAD 590 AND WEST VIRGINIA LANE, WHOSE POST OFFICE ADDRESS IS 2713 STATE ROAD 590, CLEARWATER, FLORIDA 33759, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owners of the real property described herein and depicted on the map attached hereto as Exhibit “A” have petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 1, Block 5, Virginia Groves Estates, First Addition, according to the plat thereof, as recorded in Plat Book 47, Pages 41, 42 and 43, Public Records of Pinellas County, Florida. (ANX2023-08009) 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. 9718-23 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” PROPOSED ANNEXATION Owner(s): Veronica Gomez-Jackson Case: ANX2023-08009 Site: 2713 State Road 590 Property Size(Acres): ROW (Acres): 0.298 Land Use Zoning PIN: 08-29-16-94302-005-0010 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 273A To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9719-23 ORDINANCE NO. 9719-23 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 STATE ROAD 590 AND WEST VIRGINIA LANE WHOSE POST OFFICE ADDRESS IS 2713 STATE ROAD 590, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 1, Block 5, Virginia Groves Estates, First Addition, according to the plat thereof, as recorded in Plat Book 47, Pages 41, 42 and 43, Public Records of Pinellas County, Florida. Residential Low (RL) (ANX2023-08009) 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. 9718-23. Ordinance No. 9719-23 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” PROPOSED FUTURE LAND USE MAP Owner(s): Veronica Gomez-Jackson Case: ANX2023-08009 Site: 2713 State Road 590 Property Size(Acres): 0.298 Land Use Zoning PIN: 08-29-16-94302-005-0010 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 273A To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9720-23 ORDINANCE NO. 9720-23 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 STATE ROAD 590 AND WEST VIRGINIA LANE, WHOSE POST OFFICE ADDRESS IS 2713 STATE ROAD 590, CLEARWATER, FLORIDA 33759, 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. 9718-23. Property Zoning District Lot 1, Block 5, Virginia Groves Estates, First Addition, according to the plat thereof, as recorded in Plat Book 47, Pages 41, 42 and 43, Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) (ANX2023-08009) Ordinance No. 9720-23 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” PROPOSED ZONING MAP Owner(s): Veronica Gomez-Jackson Case: ANX2023-08009 Site: 2713 State Road 590 Property Size(Acres): ROW (Acres): 0.298 Land Use Zoning PIN: 08-29-16-94302-005-0010 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 273A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Veronica Gomez-Jackson Case: ANX2023-08009 Site: 2713 State Road 590 Property Size(Acres): ROW (Acres): 0.298 Land Use Zoning PIN: 08-29-16-94302-005-0010 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 273A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Veronica Gomez-Jackson Case: ANX2023-08009 Site: 2713 State Road 590 Property Size(Acres): ROW (Acres): 0.298 Land Use Zoning PIN: 08-29-16-94302-005-0010 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 273A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Veronica Gomez-Jackson Case: ANX2023-08009 Site: 2713 State Road 590 Property Size(Acres): ROW (Acres): 0.298 Land Use Zoning PIN: 08-29-16-94302-005-0010 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 273A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings ANX2023-08009 Veronica Gomez-Jackson 2713 State Road 590 View looking south at subject property on State Road 590 East of the subject property West of the subject property across West Virginia Lane Across the street, to the north of the subject property View looking westerly along State Road 590 View looking easterly along State Road 590 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: CPA2023-06001 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.4 SUBJECT/RECOMMENDATION: Repeal the Clearwater Comprehensive Plan and adopt a new Comprehensive Plan entitled Clearwater 2045 to replace it and pass Ordinance 9721-24 on first reading. (CPA2023-06001) SUMMARY: Florida law requires all local governments to prepare, adopt, and enforce long-range comprehensive plans through the “Local Government Comprehensive Plan and Land Development Regulation Act”. Chapter 163, Florida Statutes (F.S.), is part of the State’s growth management laws that govern comprehensive plans requiring jurisdictions to include elements on future land use; housing; transportation; recreation and open space; conservation; coastal management; general sanitary sewer, solid waste, drainage, potable water, and natural groundwater (public utilities); intergovernmental coordination; private property rights; and capital improvements. Proposed Ordinance 9721-24 repeals the current Clearwater Comprehensive Plan that was adopted May 18, 2000, and subsequently amended, and replaces it with a new plan, Clearwater 2045. Clearwater 2045 is an extensive rewrite of the Comprehensive Plan with significant restructuring and moves away from the current use of elements by dividing the plan into six chapters: Quality Places, Mobility, Parks & Public Places, Conservation & Coastal Management, Support Services, and Plan Implementation. Individual elements are identified within each chapter and are interrelated and consistent with the requirements of Chapter 163, F.S. Clearwater 2045 is formatted to include goals, objectives, and policies in each chapter where goals are high level statements of what is desired to be achieved, objectives set the specific direction towards accomplishing the goal, and the policies are the steps taken to meet the objective. The current Comprehensive Plan was used as a guide and starting point in developing Clearwater 2045 so many of the goals, objectives, and policies have been carried over from the current plan and updated to better address today’s needs. New goals, objectives, and policies have been created to address changes in the City of Clearwater to focus more on infill development and redevelopment, equity, housing opportunities, emerging trends and technologies, active transportation, and sustainability and resiliency. Some of these topics are interconnected and are covered in more than one chapter of the plan. Further detail on the proposed amendment and a brief overview of each chapter is provided in the staff report and Ordinance No. 9721-24.    The Planning and Development Department has determined that the proposed Comprehensive Plan amendment is consistent with and furthers the goals, objectives, and policies of the Comprehensive Plan as outlined in the staff report. The Community Development Board will review the proposed amendment to the Comprehensive Plan at a Page 1 City of Clearwater Printed on 10/10/2023 File Number: CPA2023-06001 special meeting on October 3, 2023. Staff will report its recommendation at the City Council meeting. Clearwater 2045 also provides support for many of the objectives in the city’s Strategic Plan. The Quality Places and Support Services Chapters provide goals, objectives, and policies to achieve a High Performing Government through embracing arts and culture, providing safe and healthy communities, and maintaining infrastructure, mobility systems, historic resources, and the natural environment and its features. The Quality Places Chapter provides support to achieve Economic & Housing Opportunity by creating and supporting economic development and housing programs and opportunities. The Quality Places and Conservation and Coastal Management Chapters provide provisions for Community Well-Being through supporting neighborhood identity, preserving community livability, and creating and expanding community engagement, education, and volunteerism. The Mobility, Conservation and Coastal Management, and Support Services Chapters provide support to create Environmental Stewardship through supporting resiliency and sustainability, encouraging use of renewable resources and waste reduction, protecting green spaces, and developing active transportation options to reduce citywide greenhouse gas emissions. As this is a text amendment to the Clearwater Comprehensive Plan, review and approval by the Florida Department of Commerce (DOC), formerly the Department of Economic Opportunity (DEO), is required. As part of the state review, the proposed amendment will be transmitted to the various state agencies and Pinellas County for review prior to second reading (adoption) by City Council, which is anticipated to occur in January of 2024. Page 2 City of Clearwater Printed on 10/10/2023 1 Ordinance No. 9721-24 ORDINANCE NO. 9721-24 AN ORDINANCE OF THE CITY OF CLEARWATER (THE “CITY”), FLORIDA, RELATING TO THE CLEARWATER COMPREHENSIVE PLAN (THE “PLAN”), REPEALING THE PLAN’S FUTURE LAND USE, TRANSPORTATION, HOUSING, UTILITIES, COASTAL MANAGEMENT, CONSERVATION, RECREATION/ OPEN SPACE, INTERGOVERNMENTAL COORDINATION, CAPITAL IMPROVEMENTS, PUBLIC SCHOOL FACILITIES, AND PROPERTY RIGHTS ELEMENTS; AND ADOPTING CLEARWATER 2045, THE CITY OF CLEARWATER’S NEW COMPREHENSIVE PLAN, INCLUDING THE QUALITY PLACES, MOBILITY, PARKS AND PUBLIC PLACES, CONSERVATION AND COASTAL MANAGEMENT, SUPPORT SERVICES, AND PLAN IMPLEMENTATION CHAPTERS WHICH INCLUDE ALL REQUIRED PLAN ELEMENTS AND MAPS PURSUANT TO CHAPTER 163, PART II, FLORIDA STATUTES; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Local Government Comprehensive Planning and Land Development Regulation Act of Florida empowers and requires the City of Clearwater City Council (the “City Council”) to plan for future development and growth, and to adopt and periodically amend the Comprehensive Plan; and WHEREAS, certain amendments are statutorily required, and others are advisable in order to harmonize the comprehensive plan with state law and good planning practice; and WHEREAS, this amendment has been authorized to follow the expedited amendment process established under Florida Statute § 163.3184(3) and repeals and replaces the Plan to capture updated conditions and data which will help appropriately plan for and guide future development and capital expenditures within the city; and WHEREAS, the new Clearwater 2045 comprehensive plan is organized into chapters as follows: Quality Places, comprised of the Future Land Use and Housing Elements; Mobility, comprised of the Transportation Element; Parks & Public Places, comprised of the Recreation and Open Space Element; Conservation & Coastal Management, comprised of the Conservation and Coastal Management Elements; Support Services, comprised of the Public Utilities Element; and Plan Implementation, comprised of the Property Rights, Capital Improvement, and Intergovernmental Coordination Elements; and WHEREAS, amendments to the Comprehensive Plan of the city have been prepared in accordance with the applicable requirements of law, after conducting the appropriate planning analysis, and public participation through public hearings, opportunity for written comments, discussion, and the consideration of public and official comments; and 2 Ordinance No. 9721-24 WHEREAS, public input was gained through virtual listening sessions with various groups in May 2021, virtual conversations between May 26 and June 15, 2021, in-person youth engagement in June 2021, in-person community conversations in July 2021, and website activities between May and September 2021; and WHEREAS, the city also presented draft chapters to the public between April and June 2023 to reaffirm the updated vision statement and chapter goals; and WHEREAS, the Community Development Board, serving as the designated Local Planning Agency for the city, has held a public hearing on the proposed amendments and has recommended adoption of the proposed Comprehensive Plan amendments; and WHEREAS, the proposed amendments have been transmitted to the Florida Department of Commerce for review and comments, and the objections, recommendations and comments received from the Florida Department of Commerce have been considered by the City Council, together with all comments from local regional agencies and other persons, in preparing the final draft of the amendments; and WHEREAS, the City Council has fully considered the recommendation of the Community Development Board and testimony and evidence submitted at its public hearing; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The city’s Comprehensive Plan, Clearwater 2045, is attached hereto as Exhibit “A”. Section 2. The City Manager or designee shall forward the proposed Clearwater 2045 Comprehensive Plan as detailed in Exhibit “A” to any agency required by law or rule to review and approve same. Section 3. Should any part or provision of this Ordinance be declared by a court of competent jurisdiction to be invalid, the same shall not affect the validity of the Ordinance as a whole, or any part thereof other than the part declared to be invalid. Section 4. The effective date of this plan amendment, if the amendment is not timely challenged, shall be 31 days after the Florida Department of Commerce notifies the local government that the plan amendment package is complete. If timely challenged, this amendment shall become effective on the date the Florida Department of Commerce, or the Administration Commission enters a final order determining this adopted amendment to be in compliance. No development orders, development permits, or land uses dependent on this amendment may be issued or commence before it has become effective. If a final order of noncompliance is issued by the Administration Commission, this amendment may nevertheless be made effective by adoption of a resolution affirming its effective status, a copy of which resolution shall be sent to the Florida Department of Commerce. 3 Ordinance No. 9721-24 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 Clearwater Comprehensive Plan | Adopted January 2024 CLEARWATER COMPREHENSIVE PLAN i Case Number Ordinance Adoption Date Description Table of Amendments Adopted: January xx, 2024 by Ord. No. 9721-24 ii CLEARWATER 2045 Acknowledgments City Council Brian J. Aungst, Sr., MayorMark Bunker, Vice MayorKathleen BeckmanDavid AlbrittonLina Teixeira City Administration Jennifer Poirrier, City ManagerMichael Delk, Assistant City ManagerDaniel Slaughter, Assistant City ManagerDavid Margolis, City Attorney Community Development Board John Quattrocki, ChairmanAndrew HuppAndrew Jeffrey CaudellDiane AchinelliAubrey HaudricourtAndrew ParkBruce RectorSamuel Hutkin, Alternate Member Consultants HDR, Inc. Planning and Development Department Gina L. Clayton, DirectorLauren Matzke, AICP, Assistant DirectorJayme Lopko, AICP, Long Range Planning ManagerKyle Brotherton, Senior PlannerDylan Prins, Planner Other Departments City Attorney's OfficeEconomic Development and Housing DepartmentPublic Works DepartmentPublic Utilities DepartmentSolid Waste & Recycling DepartmentLibrary SystemPolice DepartmentFire & Rescue DepartmentClearwater Gas SystemParks & Recreation DepartmentOffice of InnovationCommunity Redevelopment Agency CLEARWATER COMPREHENSIVE PLAN iii iv CLEARWATER 2045 Table of Contents Executive Summary ...............................................................1Introduction ............................................................................5What is a Comprehensive Plan? .......................................................6Legislative Requirements for Comprehensive Plans ...................6Organization and Use of Clearwater 2045 ....................................7History of Clearwater .......................................................................9Development Patterns of Clearwater ..........................................11Clearwater 2045 Data .......................................................................13Clearwater 2045 Development ......................................................15 Quality Places .......................................................................19Introduction .......................................................................................20Planning Context ..............................................................................20Into the Future ..................................................................................22Chapter Goals ....................................................................................25GoalsQP 1. Neighborhoods ....................................................................27QP 2. Mixed-Use Corridors .........................................................29QP 3. Activity Centers ...................................................................32QP 4. Employment Districts ........................................................35QP 5. Future Land Use ..................................................................36QP 6. Housing ................................................................................56QP 7. Arts, History, & Culture .....................................................60QP 8. Causeways & View Corridors ...........................................63 Mobility .................................................................................69Introduction ........................................................................................70Planning Context ...............................................................................70Into the Future .................................................................................74Chapter Goals ....................................................................................76GoalsM 1. Transportation System .........................................................77M 2. Multimodal Transit...............................................................85M 3. Airport ....................................................................................88M 4. Logistics ..................................................................................89 Parks & Public Places .........................................................93Introduction .......................................................................................94Planning Context ..............................................................................94Into the Future ..................................................................................95Chapter Goals ....................................................................................96GoalsPPP 1. Equitable Design ................................................................97PPP 2. Parks Facilities ...................................................................98PPP 3. Natural Features Preservation ......................................100PPP 4. Impact Fee .........................................................................101 Conservation & Coastal Management ..........................105Introduction ......................................................................................106Planning Context .............................................................................106Into the Future .................................................................................108Chapter Goals ...................................................................................109GoalsCCM 1. Natural Resource Protection ........................................110CCM 2. Built Environment Protection ......................................120CCM 3. Air Quality ........................................................................129CCM 4. Sustainability & Resiliency ...........................................130CCM 5 Post Disaster Redevelopment ......................................132CCM 6. Education .........................................................................133 CLEARWATER COMPREHENSIVE PLAN v Support Services ................................................................137Introduction ......................................................................................138Planning Context .............................................................................138Into the Future .................................................................................140Chapter Goals ...................................................................................142GoalsSS 1. Potable Water ......................................................................143SS 2. Sanitary Sewer ....................................................................147SS 3. Reclaimed Water .................................................................149SS 4. Stormwater ..........................................................................150SS 5. Solid Waste ..........................................................................153SS 6. Clearwater Gas ....................................................................156SS 7. Police .....................................................................................158SS 8. Fire & Rescue .......................................................................160SS 9. Emergency Management .................................................162SS 10. Library System ...................................................................164SS 11. General Support Services ................................................165 Plan Implementation ........................................................169Introduction ......................................................................................170Planning Context .............................................................................170Into the Future ..................................................................................171Chapter Goals ...................................................................................172GoalsPI 1. Intergovernmental Coordination .....................................173PI 2. Natural Resources ...............................................................175PI 3. Housing .................................................................................176PI 4. Transportation .....................................................................177PI 5. Public Utilities ......................................................................179PI 6. Emergency Management ..................................................182PI 7. Conflict Resolution ..............................................................184PI 8. Property Rights ....................................................................185PI 9. Annexation ............................................................................186PI 10. Capital Improvement Program ......................................188 vi CLEARWATER 2045 List of Maps Introduction ............................................................................5MapI 1. Planning Area ............................................................................12 Quality Places .......................................................................19MapsQP 1. Framework ............................................................................26QP 2. US 19 Plan Corridor ............................................................30QP 3. Future Land Use ..................................................................47QP 4. Historical Sites ....................................................................62QP 5. View Corridors ....................................................................65QP 6. Existing Land Use ...............................................................66 Mobility .................................................................................69MapsM 1. Roadway Ownership .............................................................71M 2. Functional Classifications ....................................................79M 3. Trails and Bike Lanes ...........................................................90M 4. PSTA Routes ...........................................................................91 Parks & Public Places .........................................................93MapPPP 1. Parks and Recreation Facilities ......................................102 Conservation & Coastal Management ..........................105MapsCCM 1. Flood Zones .....................................................................112CCM 2. Vegetation .......................................................................115CCM 3. Wetlands ..........................................................................116CCM 4. Living Marine Resources ...............................................117CCM 5. CSA & CHHA ....................................................................122CCM 6. US 19 Land Uses in CSA ................................................123CCM 7. Evacuation Zones ...........................................................125CCM 8. Evacuation Routes ..........................................................126CCM 9. Public Access ...................................................................128CCM 10. Soils..................................................................................134 Support Services ................................................................137MapsSS 1. Potable Water Wells ...........................................................146SS 2. Public Services Facilities ...................................................166 Plan Implementation ........................................................169MapPI 1. Unincorporated Enclaves ...................................................187 CLEARWATER COMPREHENSIVE PLAN vii List of Tables Quality Places .......................................................................19TableQP 1. Future Land Use Categories ..............................................37 Plan Implementation ........................................................169TablesPI 1. CIP Revenue Summary .......................................................190PI 2. CIP Expenditure Summary ................................................192PI 3. Level of Service Summary ................................................204 List of Figures Introduction ............................................................................5Figure 1. City of Clearwater Total Population Comparison ....13Figure 2. Median Household Incomes ........................................14Figure 3. Transportation and Housing Costs .............................15 Quality Places .......................................................................19Figure 4. Existing Land Uses Percentages ..................................21Figure 5. Occupied vs. Vacant Housing .....................................22 Mobility .................................................................................69Figure 6. Percentage of Crashes vs. Speed ................................72Figure 7. Injury Rate vs Speed in Crashes ..................................73Figure 8. PSTA Services ...................................................................73Figure 9. Active Transportation Benefits ....................................75 Parks & Public Places .........................................................93Figure 10. Parks Facilities .................................................................94 Plan Implementation ........................................................169Figure 11. CIP Cumulative Total Expenditures............................171 CLEARWATER COMPREHENSIVE PLAN 1 Executive Summary A bright and beautiful future. EXECUTIVE SUMMARY 2 CLEARWATER 2045 EXECUTIVE SUMMARY Clearwater 2045 is an official policy document of the City of Clearwater. It establishes a consistent statement of the city’s plans and policies for future development and is meant to be a living document that is updated over time to respond to changing conditions and the evolving needs of the community. All parts of the plan, in conjunction with partner plans, work together towards the realization of the city’s vision for the future. The new Comprehensive Plan includes an Introduction and is then broken down into six chapters: Quality Places, Mobility, Parks & Public Places, Conservation & Coastal Management, Support Services, and Plan Implementation. The Quality Places (QP) Chapter provides guidance for city leaders, staff, and the public related to land use, development, and redevelopment; place character and preservation; neighborhood stability; housing affordability; and economic development. • Sustain and improve neighborhoods• Promote redevelopment and infill development• Support Activity Centers in Downtown Clearwater and Clearwater Beach• Protect and improve Employment Districts• Regulate land use and development to protect public health and safety and promote high quality development• Encourage the development of diverse housing• Celebrate unique historic and cultural places• Protect and enhance causeways, gateways, and view corridors The Mobility (M) Chapter provides guidance for city leaders, staff, and the public related improving the performance of the roadway network, increasing travel safety and destination accessibility, promoting walking, biking, and transit use as safe and convenient alternatives to driving, and improving connections to local and regional employment centers. • Provide a safe and equitable transportation system• Increase transportation alternatives• Plan for the safe and efficient operation of Clearwater Airpark• Plan for safe and efficient movement and delivery of goods The Parks & Public Places (PPP) Chapter provides guidance for parks and recreation facilities throughout the city. • Promote equitable design of parks and recreation related facilities• Ensure parks and recreation related facilities are located throughout the city• Preserve and expand natural features• Improve parks and recreation related facilities through impact fees CLEARWATER COMPREHENSIVE PLAN 3 The Conservation & Coastal Management (CCM) Chapter provides guidance for protecting and preserving those natural resources found within the city as well as coastal areas, while also introducing sustainable and resilient techniques for development and redevelopment. • Protect and enhance natural resources• Protect the city from storm events, hurricane winds, and flood risks• Increase air quality• Integrate sustainable and resilient techniques• Ensure post-disaster redevelopment minimizes vulnerability to future disasters• Educate the public on hazards, the natural environment, and sustainability The Support Services (SS) Chapter provides guidance for public services and utilities. This chapter contains goals, objectives, and policies from the utilities element. The chapter has been expanded to include Clearwater Gas, law enforcement, emergency services, emergency management, and library services that had not been previously included. • Provide and maintain portable water system, sanitary sewer system, and reclaimed water system• Provide cost effective and efficient stormwater management• Provide solid waste collection and disposal services• Provide and expand gas energy solutions• Provide professional and dependable law enforcement services• Provide quality and cost effective emergency services• Support emergency management initiatives to increase disaster preparation and hazard mitigation• Provide quality information, learning, and services at city libraries• Efficiently maintain buildings, fleet vehicles, and other equipment The Plan Implementation (PI) Chapter provide guidance on the implementation of the Comprehensive Plan through intergovernmental coordination and capital improvements as well as information related to property rights and annexation of enclaves. • Initiate or participate in intergovernmental coordination activities• Protect natural resources and improve air quality• Expand housing opportunities and work to reduce homelessness• Coordinate transportation system improvements• Ensure safe, sound, and efficient delivery of public utilities• Work with partner agencies for disaster planning• Maintain communication for addressing and resolving conflict• Protect private property rights• Coordinate annexation of property in enclaves• Continue to provide and maintain public facilities in a timely and fiscally sound manner INTRODUCTION 4 CLEARWATER 2045 CLEARWATER COMPREHENSIVE PLAN 5 Introduction A bright and beautiful future. INTRODUCTION 6 CLEARWATER 2045 INTRODUCTION What is a Comprehensive Plan? A comprehensive plan is a policy document designed to guide decisions on the city’s future growth and development for the next 20 years. The Plan offers a vision of what the city aspires to be in the future, a roadmap to guide decisions to achieve the vision, and a measuring stick to evaluate progress. As a statement of municipal policy, a comprehensive plan is adopted by ordinance of the City Council and implemented through the city’s land development regulations, various public programs and initiatives, and local and regional capital improvement projects. A comprehensive plan gives voice to a community’s aspirations for the future. It provides clear, concise vision, and goals that are memorable, easy to understand, and that reflect a broad base of community input. A comprehensive plan is distinct in that it confronts the city’s important issues in a high-level, big-picture way. While other adopted plans deal with specialized topics such as parks, transportation, natural resources, or specific neighborhoods or areas, only a comprehensive plan lays out a 20-year vision for the community as a whole and truly acknowledges how Clearwater’s people, places, values, and aspirations are interconnected and interdependent. A comprehensive plan steps away from fine-grained details and overly specific issues and serves as a guiding document for city leaders and residents. Additionally, it should be recognized that the city is not the only agent influencing change within the community and region; its efforts and powers alone are not sufficient to achieve this Plan’s vision. A collaborative effort will be required between the city, its neighboring and overlapping jurisdictions, community partners, and its residents to advance the Plan’s goals. Clearwater 2045 is the city’s new Comprehensive Plan (Plan). This Plan will aid City Council in their decision making and support city staff in their efforts to development projects, programs, and code amendments to guide the city through the next 20 years. Legislative Requirements for Comprehensive Plans Florida law requires all local governments to prepare, adopt, and enforce long-range comprehensive plans through the “Local Government Comprehensive Plan and Land Development Regulation Act”. Chapter 163, Florida Statutes (F.S.), is part of the state’s growth management laws that govern comprehensive plans, requiring jurisdictions to include elements on future land use; housing; transportation; recreation and open space; conservation; coastal management; general sanitary sewer, solid waste, drainage, potable water, and natural groundwater; intergovernmental coordination; private property rights; and capital improvements. Although Clearwater 2045 is organized into individual chapters, elements are identified within each chapter and are interrelated and consistent with the requirements of Chapter 163, F.S. An important part of this Comprehensive Plan rewrite involved an overhaul of its organizational structure to provide a user-friendly format and better highlight the relationships between chapters. The reorganization consolidates the required elements into chapters organized around major themes. CLEARWATER COMPREHENSIVE PLAN 7 Chapter Required Elements Quality Places Future Land Use, Housing Mobility Transportation Parks & Public Places Recreation and Open Space Conservation & Coastal Management Conservation, Coastal Management Support Services Public Utilities Plan Implementation Intergovernmental Coordination, Capital Improvements, and Property Rights Organization and Use of Clearwater 2045 Clearwater 2045 is broken down into six core chapters: Quality Places; Mobility; Parks & Public Places; Conservation & Coastal Management; Support Services; and Plan Implementation. The requirements found within Chapter 163, F.S. are included in these chapters as shown in the table below. Planning ThemesSustainability, resiliency, equity, and collaborative planning are cross-cutting principles that appear in each of the Plan’s six chapters. These principles as well as a shared vision were developed through feedback received during community engagement. Building on these principles, overarching planning themes were created that guided the development of the goals, objectives, and policies presented in the Plan. There are many topics that will fall into more than one chapter thereby creating overlap between the chapters that tie them together. The chapter design is meant to make the Plan easier to use and find information. Use of the PlanClearwater 2045 is a policy document used by elected officials, city staff, other jurisdictions and agencies, developers, and residents to inform and guide land use and policy decisions. • Elected officials adopt the Plan, ensure consistency in applying the Plan to land use decisions, and utilize the Plan to guide decisions regarding development and redevelopment. • City staff use this Plan to build upon existing plans and community partnerships. Staff will consult it when reviewing changes to the Community Development Code (CDC), applications for Future Land Use or Zoning Atlas Amendments, applications for projects or development, and making recommendations for facilities, services, programs, and capital improvements. Department heads will use the Plan to inform the preparation of work plans, budgets, and the CIP. • Other jurisdictions, agencies, and partners can use the Plan to identify and implement mutually supportive goals, objectives, or policies. • Developers use the Plan to guide their choices related to the land use, density or intensity, and character of development proposed in the city. The Plan creates a starting point for conversation about important issues and questions that will be considered when making land use decisions. The Plan describes actions that will be taken by the city to guide the built environment. These actions and strategies are defined and organized into goals, objectives, and policies within each chapter and are defined in the graphic on the following page. Goals are aspirational statements about a desired future outcome that provide long-term vision and serve as the plan’s foundation. Objectives are more specific statements that provide direction the achieve a given goal. Policies are the specific courses of action used to achieve the given goal and objective. Policies are intended to be used regularly to guide the day-to-day decision-making and direct actions to be taken by City Council to implement the Plan. INTRODUCTION 8 CLEARWATER 2045 A City of Opportunity Livable & Attractive Places A Sustainable & Resilient Environment Cooperative & Responsive Governance Diverse & Inclusive Communities Connected & Accessible Destinations A Shared Vision Community Engagement From the beach to the bay, Clearwater is a city of diverse, unique and special places; livable neighborhoods; economic resiliency; friendly people; and amazing opportunities. Overarching themes guided the development of plan goals, objectives, and polices. Goals are high level statements of what we want to achieve, objectives set the specific direction towards accomplishing the goal, and the policies are the steps taken to achieve the objective. Engagement activities, including listening sessions, youth workshops, in-person and virtual community conversations, served as a foundation for the plan update. Planning Themes Six Core Chapters with Goals, Objectives, Policies Quality Places Mobility Conversation & Coastal Management Support ServicesParks & Recreation Plan Implementation CLEARWATER COMPREHENSIVE PLAN 9 • Residents of Clearwater are the experts in their neighborhoods and shape implementation of the Plan through advocacy, action, and partnership with the city. The Plan can be used to foster better discussion of the positive aspects of growth and development as well as concerns about changes to Clearwater. Plan UpdatesA comprehensive plan serves as a foundational tool that guides the community toward its desired outcomes and is meant to be a “living document” that should be revisited and updated over time to meet the changing conditions and evolving needs of the community. The Florida Department of Commerce (DOC) requires comprehensive plans to be reviewed every seven years through a formal process to determine whether plan amendments are required to address changes in state requirements. The city completed its Evaluation and Appraisal Review in late 2022 and determined that as of that time no amendments were needed to reflect changes in state requirements. Clearwater 2045 does address changes that were effective in 2023 as well as changes in local conditions. History of Clearwater A tourism hotspot located on the Gulf Coast of Florida just to the west of Tampa and St. Petersburg, Clearwater is home to one of the country’s best beaches. With a permanent population of over 117,000 and a land area of over 25 square miles, Clearwater is also the county seat for Pinellas County. Early ClearwaterThe City of Clearwater was originally incorporated in 1891 as part of Hillsborough County and was known as “Clear Water Harbor” until the name was shortened to Clearwater in 1906. In 1912, the Pinellas Peninsula was separated from Hillsborough County to form Pinellas County and shortly thereafter the City of Clearwater was reincorporated on May 27, 1915, as part of Pinellas County. Clearwater’s population and popularity as tourist destination grew leading the city to build the first wooden bridge connecting the city to Clearwater Beach in 1916, opening the beach for development and increased tourism. Access to Clearwater Beach has evolved over the years, resulting in the causeway that provides access today. From the first iteration of the causeway, it included iconic landscaping that continues to shape the character of this important gateway. Postcard of the Memorial Causeway. Photo credit: Clearwater Historical Society INTRODUCTION 10 CLEARWATER 2045 Photo of the original Nolen Comprehensive Plan First Comprehensive PlanAs a result of the Florida land boom in the 1920s, the city recognized the need for a city plan and in 1925 hired John Nolen, a nationally known planner, to prepare a plan for the city. Nolen’s 1926 plan was comprised of a Comprehensive City Plan and included a street thoroughfare system, locations of schools, playgrounds and parks, a civic center and Downtown business district as well as industrial areas north and south of Downtown. Many of Nolen’s concepts remain valid today, most importantly, the recognition of the waterfront as the city’s premier natural asset, the significance of Downtown as the center of the city, and a multi-faceted park system to serve all citizens. Early EconomyThe land boom quickly halted in 1926, followed by the stock market crash of 1929, and the onset of the Great Depression. During World War II, Clearwater became a major training base for US troops destined for Europe and the Pacific. After the war, many of the soldiers who had trained here returned to live creating a built-in audience for professional baseball. The Philadelphia Phillies began holding spring training camp in Clearwater in the 1940s developing an important economic and cultural relationship. Downtown remained a center for business, shopping and celebrations such as the annual Fun ‘n’ Sun Parade organized by the Chamber of Commerce. Growth & DevelopmentThe city’s growth and development patterns over its first century are typical to those in many cities. Downtown and surrounding neighborhoods typically have mixtures of uses, smaller lots, and a connected street grid. Homes in these areas, as well as portions of Clearwater Beach, were primarily built before the early 1960s and are typically smaller, slab on grade construction, and may need investment to incorporate modern building techniques to expand lifespans. CLEARWATER COMPREHENSIVE PLAN 11 The city continued to expand eastward and saw sizable growth in the northeastern portion of the city, such as Countryside. Commercial and residential uses are separated, and automobile ownership is a necessity. Indoor shopping malls constructed outside of Downtown in the 1960s and 1970s provided retail opportunities for both residents in newer neighborhoods such as Countryside as well as a regional population north and south along US 19. However, as in many other cities in the country, it also contributed to a slow decline of Downtown as the city center. From 1950 until today, the city’s population grew from 15,000 to over 117,000 residents. Clearwater receives a boost in population in summer from families on vacation and in the winter from people looking to escape the cold. Tourism remains a driver in population and economic growth as well as development and redevelopment opportunities. Moving ForwardThe city continues to be known for the high quality of public services, parks and recreational areas, cultural opportunities such as performing arts and long-standing annual musical festivals, and of course its beaches. As it moves forward, the city needs to evolve with the diversifying and growing population and consider where and how Clearwater can best progress: what places need thoughtful reinvestment, what places can best support growth, and what types of development are desired throughout the city. The city embraces its past while looking forward to the endless opportunities to support the vision of a bright and beautiful city from bay to beach. Development Patterns of Clearwater The time period in which development in a city occurs influences a multitude of factors, including typical size of parcels, street patterns, and prevalent uses. Clearwater Beach and Downtown Clearwater date back to the early-to-mid 20th century and have walkable conditions with gridded street patterns and mixed-use building types. A transformation in character development occurred as the city expanded east during the mid-to-late 20th century. Here, automobile-centric patterns with curvilinear streets, larger lot and block sizes, and single use building forms prevail. Clearwater BeachClearwater Beach has seen substantial growth over the years with predominantly residential uses found in the northern portion and high intensity resort and tourist-oriented uses found along the main public beach area. Downtown ClearwaterRecognizing the untapped potential of the city’s iconic bluff, the city prepared a master revitalization plan for Downtown Clearwater’s waterfront area. Coachman Park reopened in June of 2023 with an expanded and improved waterfront park that includes a 4,000-seat covered amphitheater, playground, splash pad, garden, and gateway plaza that will act as a catalyst to activate Downtown Clearwater. NeighborhoodsNeighborhoods adjacent to Downtown Clearwater are generally the oldest communities in the city. These neighborhoods contain a variety of housing types including small homes on small lots that were mostly built prior to 1964 and two-family and multifamily residential farther to the north. Newer communities straddle US 19 with McMullen Booth Road and Old Tampa Bay serving as the eastern boundaries. These areas, primarily built after 1960, represent typical mid-to-late 20th century development forms including curvilinear street patterns, single-use low-rise buildings on large lots, and spacious single-family housing and lot sizes in subdivided communities. Multifamily projects, mobile home parks, and office uses are focused near arterial corridors and activity centers along US 19. Although these uses are in close proximity to retail and restaurants, deep building setbacks, the lack of a local street grid, and limited streetscape and pedestrian amenities make walking from place to place an impractical alternative to driving.Map INTRODUCTION 12 CLEARWATER 2045 I 1. Planning Area S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd I 1. Planning Area Outside Service Area Planning Area Source(s): City of ClearwaterPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale CLEARWATER COMPREHENSIVE PLAN 13 Figures 2000 Census. Total Population: 108,787 2010 Census. Total Population: 107,685 2020 Census. Total Population: 117,292 20%40%60%80%100%Percentage of Population White Black or African American American Indian & Alaska Native Asian Native Hawaiian & Other Pacific Islander Some Other Race Two or More Races Figure 1. City of Clearwater Total Population Comparison Clearwater 2045 Data This Plan covers the Clearwater Planning Area, which includes the incorporated city limits and unincorporated areas located along the city’s boundaries. The 17,497-acre area shown on Map I 1. Planning Area includes 14,183 acres of the City of Clearwater and 3,314 acres of unincorporated Pinellas County. These areas include the landmass of the city excluding major waterbodies and road rights-of-way. PopulationAccording to the 2020 census, the City of Clearwater has a population of 117,292 and is the third largest city in the Tampa Bay Metropolitan area. Over the past 20 years, the city has experienced a population growth of 7.8% from 108,787 in 2000. When looking at projections from the Southwest Florida Water Management District (SWFWMD), which uses models created by the University of Florida Bureau of Economic and Business Research (BEBR), the population is expected to grow within incorporated Clearwater by nearly 5,000 residents to 122,713 over the next 20 years. When accounting for the areas of unincorporated Pinellas County that reside within the city’s planning area, those 20-year projections total just over 148,000 residents. Race & EthnicityOver the past 20 years, the percentage of the city’s population identifying as white has decreased from 83.9% in 2000 to only 68.0% in 2020 as shown in Figure 1. City of Clearwater Total Population Comparison. The Black/African American population has remained relatively stable as a percentage of the overall city population. Population groups seeing increases are Asian, from 1.6% in 2000 to 2.9% in 2020, some other race, from 2.5% in 2000 to 7.1% in 2020, and two or more races, from 1.8% in 2000 to 10.7% in 2020. While not shown in Figure 1, ethnicity percentages have followed similar trends from the 2000 census to the 2020 census. In 2000, only 9.0% of the population reported having a Hispanic or Latino ethnicity, whereas in 2010 that percentage increased to 14.2% and again increased to 17.4% in 2020. With the continued increase in population in a predominantly built-out city, creative ways to address housing needs will be a priority. Additionally, the population is becoming more diverse in race and ethnicity making the overarching theme of equity an important addition to this Plan. INTRODUCTION 14 CLEARWATER 2045 $20k $40k $60k FloridaPinellas CountyClearwater2010200019902020Figure 2. Median Household IncomesHousehold IncomeThe 2020 census identified the median household income within the city as $50,355, which is lower than both Pinellas County and the State of Florida as shown in Figure 2. Median Household Incomes. The median household income in the city increased by 34.4%, from $29,029 to $39,004 between 1990 and 2000 representing the largest decade of change since 1990. The smallest change since 1990 was an increase of 8.2% that came between 2010 and 2020. County and state median household incomes followed similar trends. Between 1990 and 2000, the median household income in Pinellas County increased by 39.46%, from $28,280 to $39,439, and increased by 41.2%, from $27,483 to $38,819, throughout the state. Likewise, the smallest rates of increase for both the county and state were between 2010 and 2020, with Pinellas County experiencing a 14% increase and the state experiencing an increase of 20.6%. Both of those increases were larger than the city’s increase. Related to its lower median income, Clearwater has a slightly higher percent of households that are cost burdened (47%) than the state (44%). A household is considered cost burdened if more than 30% of the household’s income goes towards housing costs (rent/mortgage, utilities, taxes, etc.). However, the city has a lower percentage of persons who live below the poverty level (14.1%) compared to the state (16.1%). It is important to note that because of their fixed incomes, retired populations often fall into this category not traditionally considered to be living in poverty. CLEARWATER COMPREHENSIVE PLAN 15 Figure 3. Transportation and Housing Costs RemainingIncome Transportation Housing 31% 21% 48% TransportationTransportation costs are typically a household’s second-largest expense, and the city’s pattern of development contributes to residents’ increased dependence on vehicle ownership (1.55 vehicles per household) and traveling more miles annually (14,259 average household vehicle miles traveled) which ultimately results in higher household costs. According to the Center for Neighborhood Technology, Clearwater residents spend on average 52% of income on housing and transportation combined as shown in Figure 3. Transportation and Housing Costs. Many Plan policies address factors that, when implemented, should help reduce these expenses, including providing more mobility options, making transportation safer overall, and economic development policies to bring greater employment opportunities to the city. Clearwater 2045 Development The last extensive rewrite of the city’s Comprehensive Plan occurred in 2008, followed by several small technical updates with the latest being adopted in July 2023. Although the city’s Evaluation and Appraisal Review completed in 2022 did not identify any required amendments, the city initiated a major rewrite of the Comprehensive Plan with the intent of addressing the emerging trends and key issues that are most relevant to the community with a particular focus on engaging a broader cross-section of the community. This process of rewriting the Plan included significant analysis, outreach, education, and coordination across departments and organizations. It has been guided by the citizens of Clearwater coming together to discuss what is most important. As a community-driven plan, it seeks to address inequities and unite the community behind a shared set of goals for the city’s future. The goals, objectives, and policies in this Plan aim to help shape the future of the places we live, work, shop, and play by preserving what’s important to the community and guiding investments that help Clearwater remain a vibrant and unique city. The Plan will help ensure a high quality of life for residents and an attractive city for employers, employees, and visitors. Community EngagementTo ensure that the final Plan represents an equitable future for all Clearwater residents, the public engagement process was robust, innovative, and inclusive. The planning team engaged many perspectives through a variety of tools so that all residents could be included at the table. Between April and July 2021, city staff conducted a series of outreach and community engagement activities. These activities included three types of Community Conversations (In-Person, Youth and Zoom), as well as listening sessions. A project website, clearwater2045.com, was created to allow residents to monitor the Plan’s progress, stay informed of upcoming meetings, review preliminary plans and reports, and provide feedback. During the community engagement process polls, questionnaires, and surveys INTRODUCTION 16 CLEARWATER 2045 were used to gather additional input from community members including a “5 Key Questions” questionnaire and a photo contest for participants to submit photos of what makes Clearwater unique. Two of the photos from this contest are included in the Plan. In addition, the city provided outreach to the Hispanic community by providing materials translated into Spanish as well as having Spanish translators available at meetings. City staff also made multiple presentations at the Hispanic Outreach Center. In-person community engagement sessions were held at five recreation centers, the Main Library, and the Hispanic Outreach Center. While the discussions varied during each session, numerous concepts, issues, and ideas continually arose. These common themes include the following: • Concerns about transportation issues, including safety, multimodal connections, congestion, public transportation, and bikeability and walkability. • Interest in promoting cultural, social, and artistic vibrancy citywide including increasing the number of events (concerts, markets, etc.) and entertainment opportunities appealing to a diverse age range of the community. • Bringing new life to Downtown with more local businesses and restaurants. • Balancing the emphasis of city policy and programs between neighborhoods, Downtown, Clearwater Beach, and other corridors. • Emphasizing sustainability in development and preservation of natural resources. These common themes in addition to the visioning activity at the in-person sessions led to the creation of the updated vision statement for Clearwater 2045. “From the beach to the bay, Clearwater is a city of diverse, unique, and special places; livable neighborhoods’ economic resiliency friendly people; and amazing opportunities.” Finalization of the Plan was guided by an extensive public engagement process between April and June 2023. The process included distributing the draft chapters and full draft Plan on the project website and presentations during a series of public workshops held throughout the community in addition to presentations to the Community Development Board, Environmental Advisory Board, and City Council. Place-Based FrameworkTypically, comprehensive plans are general in nature, providing a framework and policy context to make decisions relating to land use, public capital investments, and future development or redevelopment. Clearwater 2045 utilizes a place-based framework which organizes the city into five primary categories: Neighborhoods; Mixed-Use Centers, Corridors and Neighborhood Centers; Activity Centers, and Employment Districts. This defines the preferred character and quality of places across the city, and Clearwater 2045 provides guidance regarding appropriate density, intensity, form, and character of development and redevelopment for each type of area. A detailed overview and map of the framework categories is contained in the Quality Places Chapter. Other PlansOther city plans and studies advance the vision of Clearwater 2045 through more detailed goals and actions. These plans and studies are referenced throughout this document and in the goals, objectives, and policies. It is the intent of these references to reflect the most recently adopted or approved version of each plan or study. CLEARWATER COMPREHENSIVE PLAN 17 QUALITY PLACES 18 CLEARWATER 2045 CLEARWATER COMPREHENSIVE PLAN 19 A bright and beautiful future. Quality Places Future Land Use and Housing Elements QUALITY PLACES 20 CLEARWATER 2045 Figures Introduction The Quality Places Chapter provides guidance related to land use, development, and redevelopment; housing affordability; neighborhoods; and economic development. Clearwater is a largely built-out community which means planning and policy development is geared more toward infill development and redevelopment rather than growth management. With only 5.6% of the city’s land area characterized as vacant by the Pinellas County Property Appraiser’s Office, the development of unoccupied, greenfield sites will have a limited impact on the city’s future. Chapter policies focus on: • Directing new investment to appropriate locations; • Ensuring compatibility between development and surrounding neighborhoods; • Promoting neighborhood livability and programming; • Expanding arts, history, and cultural opportunities; and • Attracting jobs that offer community and fiscal benefits. Planning Context Land Use PlanningFuture land use designations are used to establish where broad categories of uses can be built and at what density or intensity with the goal of creating development patterns that are orderly and rational. For example, the city’s Future Land Use Map identifies land that will be preserved; where mixed-use development is allowed; and where high density and intensity uses are encouraged. The city governs residential development by density or units per acre (UPA) and nonresidential development by intensity or floor area ratio (FAR). Certain uses such as assisted living facilities are considered residential equivalent uses and a density of beds per unit per acre is established. Overnight accommodations are governed by units per acre; however, rooms per acre may also be used. These are further detailed in Table QP 1. Future Land Use Categories, and Map QP 3. Future Land Use shows the city’s growth pattern. Nearly 60% of the city is currently developed with residential uses, however, future opportunities for new housing are limited. The remainder of the city is comprised of recreation and open space uses (10%), commercial and office uses (9%), governmental and institutional uses (9%), transportation/utility uses (4%), industrial uses (2%), and automobile-related uses (1%) as shown in Figure 4. Existing Land Uses Percentages. Land for recreation, parkland, and open space uses account for 10% of the land use in the city. These are scattered throughout the city and include neighborhood parks, golf courses, natural preserve areas, and uses such as bowling alleys, mini-golf, or campgrounds. Recreation and open space uses are important in providing a high quality of life through opportunities to improve both physical and mental health, as well as the ability to increase property values and economic development opportunities. CLEARWATER COMPREHENSIVE PLAN 21 Figure 4. Existing Land Uses Percentages 0% 10% 20% 30% 40% 50% 60%Residential Parks, Preservation,& Agricultural Commercial & Office Governmental & Institutional Vacant Transportation/Utility Industrial Automobile 59.3% 10%9.3%8.8%5.6%3.9%2.1%1.1% Commercial and office uses account for 9% of the land use in the city and can largely be found along the US 19 and Gulf to Bay Boulevard corridors, intersections such as Belcher Road and Sunset Point Road or McMullen Booth Road and SR 590, as well as along Drew Street. Commercial uses on Clearwater Beach are mostly hotels and restaurants and are an outlier in that they are within a more walkable environment. Typically, commercial uses are highly auto oriented and other than Clearwater and Countryside Malls are older buildings built post-WWII through the early 1990s. Commercial uses, including hotels, support the city’s tourism and provide additional employment opportunities and the largest tax base. Industrial and manufacturing uses account for only 2% of the land use in the city but provide an important economic base and are primarily within the Hercules Employment District, although there are other smaller pockets of industrial land located along the CSX train line. Like most of the development in the city, these structures are older and likely need major renovations to remain viable uses. Industrial uses provide the city with important employment opportunities and tax base. HousingWith well over half of the land in the city being used for residential uses, the stability of housing is important. According to the 2020 census, there are 62,330 housing units within the city, with nearly 84% being occupied and 16% being vacant. Of the occupied housing units, 56% are owner-occupied with the remaining 44% being renter-occupied as shown in Figure 5. Occupied vs. Vacant Housing. Most of the vacant housing units in the city are used for seasonal, recreational, or occasional use, like second homes, and nearly one-third are for rent or sale. The city does not permit short-term rentals, which are rentals of less than 30 days, within its residential zoning districts; however, enforcement remains challenging. While the city aspires to provide housing to residents at all income levels, the ability is influenced by many factors. Land use and transportation must be looked at together , plans and programs should be coordinated, and cooperation between all entities that have a role in housing is necessary. Housing policies continue to focus on creating affordable and workforce housing throughout the city while protecting the existing neighborhoods. There is a mixture of legally restricted and naturally occurring affordable housing (LRAH and NOAH) within the city, both of which are important contributors to meeting the city’s affordable housing needs. Recently, the city has seen several mobile home parks redevelop into market-rate rental apartment complexes which are also needed; QUALITY PLACES 22 CLEARWATER 2045 Figure 5. Occupied vs. Vacant Housing Occupied, 83.7%Vacant, 16.3% Owner-Occupied, 56.2% Renter-Occupied, 43.8% Countryside Mall however, this could lead to displacement of residents. Plan policies address ways to protect both affordable housing and the tenants that face displacement. There are many affordable and workforce housing programs available to eligible residents including those that might be facing displacement. Additionally, and the city offers programs to assist with home purchase and rehabilitation. Into the Future Neighborhood Livability The city anticipates its residential neighborhoods to remain primarily as strong single-family areas; therefore, a focus on ensuring proper maintenance of these homes is crucial to maintaining neighborhood stability. The protection of affordable housing, specifically NOAH units, also needs to be a major focus, and creative solutions will need to be researched and implemented. Infill development provides opportunities to increase housing and affordability through enabling “missing middle” options such as duplexes and accessory dwelling units. However, such development will CLEARWATER COMPREHENSIVE PLAN 23 The Sound at Coachman Park during sunset need to complement and support existing neighborhoods. Increased neighborhood placemaking projects and programming helps strengthen neighborhoods, supporting their uniqueness and increasing artistic vibrancy. Trees provide many benefits to improve the livability of the city and its neighborhoods like boosting mental and physical health, cleaning the air, and cooling down places by providing shade. The city will work to find a balance between trees located on public and private property when prioritizing the creation of a long-lived tree canopy that will improve the livability of neighborhoods and the health and wellbeing of its residents. Downtown ClearwaterNew, larger-scale multifamily development will continue to occur in the city’s Downtown and US 19 activity centers. The new Coachman Park is expected to be a catalyst for additional development in Downtown, achieving the city’s long-time vision for a vibrant Downtown that can also serve as a “third day” activity for visitors. Downtown also aims to be a traditional urban environment, with a renewed focus on high density and intensity uses built around walkability. Economic DevelopmentPlanning efforts encourage employment uses to follow the growth of residential developments. As older shopping and retail centers become obsolete, there will be redevelopment opportunities and sites with potential for mixed-use campuses, which would allow for living, working, and entertainment within walkable communities. QUALITY PLACES 24 CLEARWATER 2045 Development concept for the northwest corner of Drew Street and US 19 Neighborhood ConnectionAdditionally, as older, auto-oriented commercial developments and corridors start to redevelop, this redevelopment should prioritize reconnections to nearby neighborhoods or other commercial developments, to increase opportunities for walkability and bikeability between neighborhoods and other commercial developments. Framework MapMap QP 1. Framework delineates the city’s Neighborhoods; Corridors; Activity, Mixed-Use, and Neighborhood Centers; and the Hercules Employment District, establishing a framework for policies to address these unique areas to ensure the city’s viability into the future. Those areas already guided by redevelopment plans and standards, such as Downtown, Clearwater Beach, and US 19, will continue to be governed by those plans and policies. Goals QP 1 through QP 4 implement the Framework Map, and the objectives and policies specifically apply to those mapped areas, while Goals QP 5 through QP 8 cover a wide range of topics that impact the entire city. NeighborhoodsNeighborhoods are the foundation, the building blocks of the city that offer a wide range of housing and lifestyle options to meet the needs of residents. Goals, objectives, and policies for neighborhoods are meant to protect these neighborhoods into the future, through ideas such as expanding neighborhood programming, ensuring infill or redevelopment is compatible with and complements existing development , and implementing the North Greenwood CRA Plan. Corridors & Neighborhood CentersCorridors are the main commercial corridors through the city and Neighborhood Centers are small-scale and neighborhood-serving commercial nodes. These are the hubs for shopping, dining, and services that serve the daily and weekly needs of nearby neighborhoods. Goals, objectives, and policies focus on improving connectivity to neighborhoods and increasing opportunities for pedestrian activities, such as biking or walking. CLEARWATER COMPREHENSIVE PLAN 25 Mixed-Use CentersMixed-Use Centers are mainly located along US 19, but the area around Morton Plant Hospital on Fort Harrison Avenue is also identified as a mixed-use center. These centers are important areas for living, working, and shopping, and will bring new life and opportunity to formerly underutilized and mostly auto-oriented places. Activity CentersThe city’s Activity Centers are Clearwater Beach and Downtown Clearwater, which are dense, walkable areas that serve as the city's primary economic engine. These centers are the city's traditional centers of living, working, shopping, and entertainment. Employment District(s)The Hercules Employment District, located north and east of Clearwater Airpark, is the city's traditional center for smaller-scale manufacturing, assembly, repairs, and other "maker" enterprises. While this is currently the only Employment District, there is a new study that will allow the city to create others if desired. Chapter Goals This chapter contains eight goals: Goal QP 1. NeighborhoodsSustain and improve the livability, stability, and attractiveness of neighborhoods. Goal QP 2. Mixed-Use CorridorsPromote mixed-use development, walkable and transit-supportive redevelopment, and infill development in areas designated as Corridors or Mixed-Use or Neighborhood Centers on Map QP 1. Framework. Goal QP 3. Activity CentersSupport the on-going transformation of the Downtown and Clearwater Beach Activity Centers as high intensity, walkable, and attractive regional centers for living, working, shopping, and entertainment. Goal QP 4. Employment DistrictsProtect and improve the Hercules Employment District and areas identified in the Target Employment and Industrial Lands Study (TEILS), as primary locations for office uses; light industrial, manufacturing and assembly, and research and development, warehouse and distribution uses. Goal QP 5. Future Land UsePlan and regulate land use and development in the city to protect public health and safety and promote high quality development. Goal QP 6. HousingEncourage the development of housing units in a variety of types, costs, and locations that diversify housing options and provides housing that meets the evolving needs of Clearwater residents. Goal QP 7. Arts, History, & CultureCelebrate the unique qualities of Clearwater neighborhoods and preserve and enhance significant historic and cultural places and districts. Goal QP 8. Causeways & View CorridorsProtect and enhance the Courtney Campbell Causeway, Memorial Causeway, city gateways, and view corridors as natural, recreational, scenic, historic, and cultural resources. Maps QUALITY PLACES 26 CLEARWATER 2045 QP 1. Framework evA dnalhgiH SUnion St Druid Rd S Hercules AveevA nosirraH troF SGulf BlvdNursery RdevA iruossiM SdR rehcleB SSunset Point Rd N Fort Harrison AveevA selucreH NGulf-To-Bay BlvdevA eltryM NevA yaladnaMevA dnalhgiH NBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside BlvdUnion St evA eltryM SNE Coachman RdBelleair Rd dR htooB nelluMcM NiruossiM NevAClevelandStdR eneeK NCourt St N Belcher RdBaysideBrgnelluMcM NdR htooBSR 580 N 91 ywH SUMe m o r i a l C swy Curlew RdQP 1. Framework Source(s): City of Clearwater Planning and Development DepartmentPrepared by: City of Clearwater Planning & Development Department, 6/16/2023 Map not to scale Planning Area Activity Centers Mixed-Use Centers Hercules Employment District Neighborhood Centers and Corridors Neighborhoods The Framework Map establishes the city’s Neighborhoods; Corridors; Activity, Mixed-Use, and Neighborhood Centers; and Hercules Employment District. The following goals, objectives, and policies guide development, redevelopment, and investment within the areas identified above. CLEARWATER COMPREHENSIVE PLAN 27evA dnalhgiH SUnion St Druid RdS Hercules AveevA nosirraH troF SGulf BlvdNursery RdevA iruossiM SdR rehcleB SSunset Point Rd N Fort Harrison AveevA selucreH NGulf-To-Bay BlvdevA eltryM NevA yaladnaMevA dnalhgiH NBelleair Rd Cleveland St S Keene RdSR 590 Drew StCountryside BlvdUnion St evA eltryM SNE Coachman RdBelleair RddR htooB nelluMcM NiruossiM NevAClevelandStdR eneeK NCourt StN Belcher RdBaysideBrgnelluMcM NdR htooBSR 580 N 91 ywH SUMe m o r i a l C swy Curlew RdQP 1. Framework Source(s): City of Clearwater Planning and Development DepartmentPrepared by: City of Clearwater Planning & Development Department, 6/16/2023 Map not to scale Planning Area Activity Centers Mixed-Use Centers Hercules Employment District Neighborhood Centers and Corridors Neighborhoods The Framework Map establishes the city’s Neighborhoods; Corridors; Activity, Mixed-Use, and Neighborhood Centers; and Hercules Employment District. The following goals, objectives, and policies guide development, redevelopment, and investment within the areas identified above. QP 1. NeighborhoodsGoal QP 1 Sustain and improve the livability, stability, and attractiveness of neighborhoods. Objective QP 1.1 Ensure programs and investments are designed to support the long-term livability, sustainability, attractiveness, and safety of existing neighborhoods. Policies QP 1.1.1Incorporate public health and safety considerations in neighborhood planning to improve resident health outcomes, improve safety and security, reduce risks, and improve quality of life. QP 1.1.2Consider expanding existing neighborhood-focused programs, services, and initiatives to strengthen neighborhood identity, celebrate history and heritage, and build new channels of communication to address the unique challenges of different neighborhoods. QP 1.1.3Consider creating a neighborhood planning program to identify opportunities for conservation, redevelopment, and reinvestment in existing neighborhoods. QP 1.1.4Prioritize neighborhood planning to support stabilization and revitalization of older and under-resourced neighborhoods, including those identified as having the greatest need for support in the city’s Consolidated Plan and Annual Action Plan. Objective QP 1.2 Guide development and public investment in neighborhoods to preserve community character and promote strategic infill development and redevelopment. Policies QP 1.2.1Evaluate standards in the Community Development Code (CDC) to promote compact and walkable forms of mixed-income housing, ensure new and infill housing complements the character of the existing neighborhood, and ensure projects create interconnected street networks and provide effective transitions in scale. QP 1.2.2Amend the CDC to modify minimum lot sizes, setbacks, and development techniques such as the use of clustered development for zoning districts consistent with the Residential Estate (RE) and Residential Suburban (RS) future land use categories. QP 1.2.3Encourage the provision of neighborhood-serving uses and amenities in locations planned for increased housing density, including in Downtown and in designated centers along the US 19 corridor. QP 1.2.4Protect the established character of South Martin Luther King, Jr. Avenue from Lakeview Road to Woodlawn Street by limiting future land use and zoning amendments to key locations that support neighborhood commercial uses. QP 1.2.5Consider future land use or zoning amendments along Lakeview Road from South Fort Harrison Avenue to South Martin Luther King, Jr. Avenue that support the emerging character of the area and Morton Plant Hospital. Goals QUALITY PLACES 28 CLEARWATER 2045 QP 1.2.6Consider future land use and zoning amendments that promote affordable and mixed-income housing and mixed-use development along South Fort Harrison Avenue from A Street to E Street to support the emerging character of Morton Plant Hospital. QP 1.2.7Encourage lot consolidation, streetscape improvements, and the creation of affordable housing and mixed-use development along Missouri Avenue from Drew Street to Belleair Road. QP 1.2.8Encourage the creation of walkable and livable neighborhoods on Drew Street from Myrtle Avenue to Old Coachman Road. Objective QP 1.3 Support the vision of the North Greenwood area through implementation of the strategies in the North Greenwood Community Redevelopment Area (CRA) Plan. Policies QP 1.3.1Continue to support the tax increment financing program and redevelopment efforts of the North Greenwood area through activities of the Community Redevelopment Agency. QP 1.3.2Review the North Greenwood CRA Plan periodically to ensure that goals and strategies are being met and consider revisions if needed. QP 1.3.3Update the North Greenwood CRA Plan by 2033 to identify tax increment financing projects and strategies for the final ten years of the planning period from 2033 through 2042. QP 1.3.4Work to retain the existing neighborhood character of North Greenwood when evaluating the creation of form-based standards or amendments to the CDC. QP 1.3.5Consider amendments to the CDC to create missing middle housing and infill development opportunities. QP 1.3.6Utilize findings from the North Martin Luther King, Jr. Avenue Design Charrette to guide amendments to the CDC to facilitate redevelopment along the North Martin Luther King, Jr. Avenue Corridor. Mural in the North Greenwood community CLEARWATER COMPREHENSIVE PLAN 29 QP 2. Mixed-Use CorridorsGoal QP 2 Promote mixed-use development, walkable and transit-supportive redevelopment, and infill development in areas designated as Corridors or Mixed-Use or Neighborhood Centers on Map QP 1. Framework. Objective QP 2.1 Support opportunities for corridor planning and mixed-use or neighborhood-scale development. Policies QP 2.1.1Initiate corridor planning to identify opportunities for conservation, redevelopment, and reinvestment along existing commercial and mixed-use corridors. QP 2.1.2Support the adoption and utilization of future land use categories made available by the Countywide Plan for Pinellas County to prioritize infill development and redevelopment along corridors identified as Investment Corridors in the Advantage Pinellas, Long Range Transportation Plan. QP 2.1.3Advocate for mixed-use development that includes a combination of compatible land uses having functional interrelationships and design and build human-scale active, attractive designs that encourage walking, cycling, and the use of transit. QP 2.1.4Identify target areas for mixed-use development opportunities. QP 2.1.5Explore the potential to establish a neighborhood main street program which could serve as a foundation for promoting reinvestment in older neighborhood-serving commercial areas. QP 2.1.6Consider creating development standards to facilitate neighborhood-serving commercial development consistent with the Commercial Neighborhood (CN) or Commercial Limited (CL) future land use categories. Objective QP 2.2 Continue to promote redevelopment along the US 19 Corridor through implementation of the US 19 Redevelopment Plan and application of the US 19 Zoning District and Development Standards. Policies QP 2.2.1Review the US 19 Zoning District and Development Standards to ensure provisions encourage transit-supportive and walkable forms of development while allowing sufficient levels of flexibility to address unique development opportunities and constraints. QP 2.2.2Designate unincorporated property within the US 19 Corridor redevelopment area, upon annexation, to a future land use category consistent with the US 19 Regional Center (US 19-RC), US 19 Neighborhood Center (US 19-NC), and US 19 Corridor (US 19-C) boundaries depicted on Map QP 2. US 19 Plan Corridor. QP 2.2.3Continue to market preferred sites and pursue opportunities for property assemblage within the US 19 Corridor that have the greatest potential for employment-intensive and mixed uses. QUALITY PLACES 30 CLEARWATER 2045 QP 2. US 19 Plan Corridor Union StSR 580Sunset Point RdCountryside B l v d N Belcher Rd US Hwy 19 NCurlew RdBelleairRdGulf-To-Bay BlvdDruid RdNursery RdSR 590Drew StN E C o a c hm a n R dSunset Point RdClevelandStUS Hwy 19 N QP 2. US 19 Plan Corridor US 19 Plan Boundary US 19 Corridors US 19 Neighborhood Centers US 19 Regional Centers Planning Area Old Tampa Bay Source(s): City of Clearwater Planning and Development DepartmentPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale CLEARWATER COMPREHENSIVE PLAN 31 Objective QP 2.3 Protect and preserve the character of neighborhoods and corridors. Policies QP 2.3.1Preserve the residential character of the designated Scenic/Noncommercial Corridor of Belcher Road north of Sunset Point Road and south of Druid Road. QP 2.3.2Limit expansion of existing commercial uses at the intersections of Belcher Road with Sunset Point Road and Nursery Road. QP 2.3.3Support the continued existence of the residential and institutional character along Nursery Road between Belcher Road and U.S. 19. QP 2.3.4Continue to preserve the limited large-lot residential character of neighborhoods designated as Residential Estate (RE) and Residential Suburban (RS) by discouraging Future Land Use Map Amendments to higher-density or intensity future land use categories. QP 2.3.5Protect and preserve the golf course community character of the Countryside neighborhood. QP 2.3.6Preserve the scenic water views and residential character of North Clearwater Beach, Sand Key, Island Estates, and Old Bay. Harn Boulevard through the Morningside Neighborhood Cleveland Street corridor through Skycrest Neighborhood QUALITY PLACES 32 CLEARWATER 2045 QP 3. Activity CentersGoal QP 3 Support the on-going transformation of the Downtown and Clearwater Beach Activity Centers as high intensity, walkable, and attractive regional centers for living, working, shopping, and entertainment. Objective QP 3.1 Continue to protect and enhance waterfront uses that promote tourism and recreation within the city. Policies QP 3.1.1Continue to invest in the Downtown and Clearwater Beach marinas to provide safe and efficient access for all users of the marinas and ferry service. QP 3.1.2Encourage the preservation of recreational and commercial working waterfronts, marinas, and other water-dependent facilities. QP 3.1.3Discourage Future Land Use Map and Zoning Atlas Amendments of recreational and commercial working waterfronts. Objective QP 3.2 Continue to promote reinvestment and revitalization in Downtown through implementation of the Clearwater Downtown Redevelopment Plan and application of the Downtown District and Development Standards. Policies QP 3.2.1Evaluate the Clearwater Downtown Redevelopment Plan and Downtown District and Development Standards periodically to determine if amendments are necessary to guide redevelopment and public investment. QP 3.2.2Update the Master Streetscape Plan within the Clearwater Downtown Redevelopment Plan. QP 3.2.3Continue to support the tax increment financing program and redevelopment efforts of the Downtown area through activities of the Community Redevelopment Agency. QP 3.2.4Activate streets and sidewalks to support local businesses through various Community Redevelopment Agency projects or programs. QP 3.2.5Recognize the unique topographic bluff features throughout Downtown Clearwater and consider those features during review of development along the Downtown waterfront. QP 3.2.6Encourage the continued presence and concentration of public uses Downtown, including city and county governmental uses. CLEARWATER COMPREHENSIVE PLAN 33 QP 3.2.7Explore integrated parking management and pricing strategies to reduce parking demand and maximize the benefits of publicly available on-street parking and public parking resources. QP 3.2.8Incentivize residential development, including full-time occupancy, in Downtown to create a larger and more stable population base. QP 3.2.9Continue to utilize the Public Amenities Incentive Pool as established in the Clearwater Downtown Redevelopment Plan to incentivize development. Cleveland Street is a hub of activity in Downtown Clearwater Objective QP 3.3 Continue to use Beach by Design: A Preliminary Design for Clearwater Beach and Design Guidelines (Beach by Design) to guide development, redevelopment, and placemaking on Clearwater Beach. Policies QP 3.3.1Guide the on-going transformation of Clearwater Beach through by Beach by Design and periodically evaluate the plan to determine if amendments are necessary to meet changing conditions or needs. QP 3.3.2Recognize the area governed by Beach by Design on the Countywide Plan Map as a Community Redevelopment District, which is indicated on the map as Activity Center with Special Center subcategory. This area is bounded on the north by the line dividing the block between Acacia Street and Somerset Street, the Gulf of Mexico on the west, Clearwater Harbor on the east, excluding Island Estates, and the Sand Key Bridge on the south, excluding Devon Avenue and Bayside Drive. Beachfront and public property located adjacent to the Gulf of Mexico and the Intracoastal Waterway with a future land use designation of Recreation/Open Space (R/OS) shall be excluded from the Community Redevelopment District. QUALITY PLACES 34 CLEARWATER 2045 QP 3.3.3Permit the use of the Destination Resort Density Pool of additional hotel rooms established in Beach by Design in the following areas: a. The land located between Mandalay Avenue and the Gulf of Mexico between Rockaway Street and Papaya Street; and b. The land located south of the Pier 60 parking lot and north of the southerly lot lines of Lots 77 and 126 of the Lloyd-White-Skinner Subdivision between South Gulfview Boulevard and Coronado Drive. QP 3.3.4Continue to utilize the Hotel Density Reserve allocation as established in Beach by Design to facilitate hotel development on Clearwater Beach. QP 3.3.5Continue to administer a tracking system for and monitor the allocation of units from the Destination Resort Density Pool and the Hotel Density Reserve permitted by Beach by Design. Beach Walk and Clearwater Beach. Photo credit: Pinellas County CLEARWATER COMPREHENSIVE PLAN 35 QP 4. Employment DistrictsGoal QP 4 Protect and improve the Hercules Employment District and areas identified in the Target Employment and Industrial Lands Study (TEILS), as primary locations for office uses; light industrial, manufacturing and assembly, and research and development, warehouse and distribution uses. Objective QP 4.1 Update the Comprehensive Plan to be consistent with the Countywide Rules, as amended, based on the accepted TEILS. Policies QP 4.1.1Map Target Employment Center (TEC) overlays and establish TEC standards to protect and improve these TECs in the Comprehensive Plan and CDC based on the accepted TEILS and any subsequent amendments to the Countywide Rules. QP 4.1.2Support investments in infrastructure, mixed-use, and employment-intensive uses consistent with TEILS. Objective QP 4.2 Establish policies and programs to ensure the continued viability of small-scale manufacturing, assembly, and related uses in the Hercules Employment District and smaller industrial areas throughout the city. Policies QP 4.2.1Continue to limit the potential for retail and office development, with the exception of allowing for smaller-scale supportive uses that directly serve the primary light industrial functions. QP 4.2.2Continue to ensure that adequate buffering and transitions exist to minimize off-site impacts to surrounding neighborhoods. Hercules Employment District QUALITY PLACES 36 CLEARWATER 2045 QP 5. Future Land UseGoal QP 5 Plan and regulate land use and development in the city to protect public health and safety and promote high quality development. Objective 5.1 Use Table QP 1. Future Land Use Categories and Map QP 3. Future Land Use to guide development in the city consistent with the Countywide Plan Map and implemented through the CDC. Policies QP 5.1.1Recognize the consistency between the Countywide future land use categories, the city’s future land use categories, and the city’s zoning districts as shown in Table QP 1. Future Land Use Categories. QP 5.1.2Interpret the land uses on the city’s Future Land Use Map as indicated in Table QP 1. Future Land Use Categories. QP 5.1.3Utilize Table QP 1. Future Land Use Categories for maximum permitted density and intensity standards for each future land use category, except where otherwise permitted by special area or redevelopment plans approved by the City Council. QP 5.1.4Ensure that an adequate number of future land use categories exist in the city, as established in Table QP 1. Future Land Use Categories, and that land uses transition from higher density and intensity to lower density and intensity away from commercial corridors. Future Land Use Categories & the Future Land Use Map Table QP 1. Future Land Use Categories establishes the city's future land use categories and provides the maximum development potential for each land use category. The following standards are also set forth, as applicable, for each future land use category: impervious surface ratio, primary uses, the consistent Countywide future land use category, and consistent city zoning district(s). The purpose of the future land use categories is to depict those areas of the city that are now developed, or are appropriate to be developed, in a manner consistent with the category's general description included in Table QP 1. Future Land Use Categories. Parcels are designated with one or more categories, as shown on Map QP 3. Future Land Use, the city's Future Land Use Map. The CDC further refines these standards and prescribes additional regulations that affect a building's form, character, and use. Development potential is measured as follows: • Residential Density: Dwelling Units per Acre • Overnight Accommodations Density: Overnight Accommodation Units per Acre • Residential Equivalent Density: 3.0 Beds per Unit (based on Residential Density) • Nonresidential Intensity: Floor Area Ratio Applicable Countywide Rules related to acreage thresholds for certain uses can be found in the CDC. Overlay categories have no assigned development potential, and are set "on top" of a future land use category. They are used to establish density or intensity bonuses or depict features such as easements. CLEARWATER COMPREHENSIVE PLAN 37 QP 1. Future Land Use Categories UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Consistent Countywide Plan Category:Residential Very Low (RVL) Consistent Zoning District(s):Low Density Residential (LDR) Residential Estate (RE) The Residential Estate category is intended to recognize areas appropriate for estate residential uses that are consistent with the suburban, non-intensive qualities and natural resource characteristics of such areas. Residential Suburban (RS) The Residential Suburban category is intended to recognize areas appropriate for residential uses where development characteristics are suburban, low-density residential in nature. Consistent Countywide Plan Category:Residential Low Medium (RLM) Consistent Zoning District(s):Low Density Residential (LDR) Residential Low (RL) The Residential Low category is intended to recognize areas appropriate for residential uses that are consistent with low-density, non-intensive qualities and serve as transitions between more suburban and more urban residential areas. Consistent Countywide Plan Category:Residential Low Medium (RLM) Consistent Zoning Districts(s):Low Density Residential (LDR) Low Medium Density Residential (LMDR) Maximum Development Potential: Residential:1.0 UPA Nonresidential:0.30 FAR ISR:0.60 Maximum Development Potential: Residential:2.5 UPA Nonresidential:0.30 FAR ISR:0.60 Maximum Development Potential: Residential:5.0 UPA Nonresidential:0.40 FAR ISR:0.65 Table QP 1. Future Land Use CategoriesTable QUALITY PLACES 38 CLEARWATER 2045 Residential Low Medium (RLM) The Residential Low Medium category is intended to recognize areas for residential and residential equivalent uses consistent with urban qualities in a low- to moderately-intensive residential manner, and served by a range of urban services and transit. These areas act as a transition between low-density and high-density residential areas. Consistent Countywide Plan Category:Residential Low Medium (RLM) Consistent Zoning District(s):Medium Density Residential (MDR)Mobile Home Park (MHP) Residential Medium (RM) The Residential Medium category is intended to recognize areas appropriate for residential and residential equivalent uses in a moderately intensive residential manner in close proximity to major employment centers. These areas serve as a transition between less urban and more urban residential and mixed-use areas, and have a range of urban services and transit service available. Consistent Countywide Plan Category:Residential Medium (RM) Consistent Zoning District(s):Medium Density Residential (MDR)Medium High Density Residential (MHDR) Residential Urban (RU) The Residential Urban category is intended to recognize areas appropriate for residential and residential equivalent uses, consistent with urban qualities. These areas are appropriate to locations between commercial and employment centers, and serve as a transition between more suburban and more urban residential areas. Consistent Countywide Plan Category:Residential Low Medium (RLM) Consistent Zoning District(s):Low Medium Density Residential (LMDR) Medium Density Residential (MDR) UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Maximum Development Potential: Residential:7.5 UPA Nonresidential:0.40 FAR ISR:0.65 Maximum Development Potential: Residential:10 UPA Nonresidential:0.50 FAR ISR:0.75 Maximum Development Potential: Residential:15 UPA Nonresidential:0.50 FAR ISR:0.75 Table QP 1. Future Land Use Categories (con't) CLEARWATER COMPREHENSIVE PLAN 39 Consistent Countywide Plan Category:Office (O) Consistent Zoning District(s): Medium Density Residential (MDR)Office (O) Residential High (RH) The Residential High category is intended to recognize areas appropriate for residential and residential equivalent uses developed in a highly intensive manner and areas well-suited for these uses and transportation facilities. These areas are served by a complete range of urban services with particular emphasis on the availability of enhanced transit. Consistent Countywide Plan Category:Residential High (RH) Consistent Zoning District(s):Medium High Density Residential (MHDR)High Density Residential (HDR) Consistent Countywide Plan Category:Office (O) Consistent Zoning District(s):Office (O) Residential/Office Limited (R/OL) The Residential/Office Limited category is intended to recognize areas appropriate for residential, residential equivalent, or limited office uses and provide a transition from more intensive nonresidential use to low-density residential or less intensive public/semi-public use. Residential/Office General (R/OG) The Residential/Office General category is intended to recognize areas appropriate for residential, residential equivalent, office, or employment uses in areas well-suited for a mix of uses with residential and office character. These areas serve as a transition from a high intensity activity center or more intensive nonresidential use to low-density residential or public/semi-public use. UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Maximum Development Potential: Residential:30 UPA Nonresidential:0.60 FAR ISR:0.85 Maximum Development Potential: Residential:7.5 UPA Nonresidential:0.40 FAR ISR:0.75 Maximum Development Potential: Residential:15 UPA Nonresidential:0.50 FAR ISR:0.75 Table QP 1. Future Land Use Categories (con't) QUALITY PLACES 40 CLEARWATER 2045 Consistent Countywide Plan Category:Retail & Services (R&S) Consistent Zoning District(s):Medium Density Residential (MDR) Commercial (C)Office (O) Consistent Countywide Plan Category:Retail & Services (R&S) Consistent Zoning Districts(s):Commercial (C) Consistent Countywide Plan Category:Retail & Services (R&S) Consistent Zoning District(s):Commercial (C) Residential/Office/Retail (R/O/R) The Residential/Office/Retail category is intended to recognize residential, office, or retail commercial uses in areas appropriate for employment uses and have a mix of uses with residential/office/retail character. These areas serve as a transition from more intensive nonresidential uses or major roadways to residential, office, or public/semi-public uses. Commercial Neighborhood (CN) The Commercial Neighborhood category is intended to recognize areas appropriate for local, neighborhood-scale convenience commercial goods and services in areas adjacent to and on the periphery of large residential neighborhoods. These areas are well-suited for neighborhood commercial use consistent with the need, scale, and character of adjoining residential areas which they serve. Commercial Limited (CL) The Commercial Limited (CL) category is intended to recognize areas appropriate for local, neighborhood-scale commercial goods and services in areas adjacent to and on the periphery of large residential neighborhoods. These areas are well-suited for commercial use consistent with the need, scale, and character of adjoining residential areas which they serve. UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Maximum Development Potential: Residential:18 UPA Overnight Accommodations:30 UPA Nonresidential:0.60 FAR ISR:0.85 Maximum Development Potential: Residential:10 UPA Nonresidential:0.40 FAR ISR:0.80 Maximum Development Potential: Residential:18 UPA Overnight Accommodations:30 UPA Nonresidential:0.45 FAR ISR:0.85 Table QP 1. Future Land Use Categories (con't) CLEARWATER COMPREHENSIVE PLAN 41 Commercial General (CG) The Commercial General category is intended to recognize areas designed to provide community or regional commercial goods and provide for employment uses. Residential uses can be located in these areas when appropriate and consistent with the objective of encouraging a mix of uses. These areas are typically found along major corridors or intersections of major corridors. Consistent Countywide Plan Category:Retail & Services (R&S) Consistent Zoning District(s):Commercial (C) Institutional (I) The Institutional category is intended to recognize areas appropriate for public/semi-public uses while being consistent with the scale of the surrounding areas. These areas provide for uses to serve the community, including educational, health, public safety, civic, religious, and similar uses. Consistent Countywide Plan Category:Public/Semi-Public (P/SP) Consistent Zoning District(s):Institutional (I) Resort Facilities High (RFH) The Resort Facilities High category is intended to recognize areas appropriate for residential, overnight accommodations, and resort attached dwellings, usually situated in close proximity to unique recreational assets or resort areas. Consistent Countywide Plan Category:Resort (R) Consistent Zoning District(s):High Density Residential (HDR)Commercial (C)Tourist (T) UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Maximum Development Potential: Residential:24 UPA Overnight Accommodations:40 UPA Nonresidential:0.55 FAR Nonresidential Bonus*:1.1 FAR ISR:0.90 *For Office and Research & Development Uses in a Target Employment Center (TEC). Maximum Development Potential: Residential:30 UPA Overnight Accommodations:50 UPA Nonresidential:1.2 FAR ISR:0.95 Clearwater Beach Overnight Accommodation Uses*: <1 acre 70 UPA; 2.0 FAR 1-3 acres 90 UPA; 3.0 FAR >3 acres 110 UPA; 4.0 FAR *Consistent with applicable Alternative Temporary Lodging provisions of the Countywide Rules. Maximum Development Potential: Residential:12.5 UPA Nonresidential:0.65 FAR Nonresidential Bonus*:1.0 FAR ISR:0.85 *For Hospital Uses as detailed in Objective QP 5.10. Table QP 1. Future Land Use Categories (con't) QUALITY PLACES 42 CLEARWATER 2045 Central Business District (CBD) The Central Business District category is intended to recognize Downtown Clearwater, for which a special area plan and development standards have been adopted. General uses include: moderate- to high-density residential, office, public/semi-public, and others as indicated in the Clearwater Downtown Redevelopment Plan and the Downtown District and Development Standards. Maximum Development Potential: As set forth in the Clearwater Downtown Redevelopment Plan. Consistent Countywide Plan Category:Activity Center (AC)/Special Center Consistent Zoning District(s):Downtown (D) Consistent Countywide Plan Category:Activity Center (AC)/Major Center Consistent Zoning District(s):US 19 US 19 Regional Center (US 19-RC) The US 19 Regional Center category is intended to recognize areas of the US 19 Redevelopment Plan that provide for the highest intensity of development. General uses include: office, high density residential, retail sales & service, overnight accommodations, research & development, and light manufacturing. Consistent Countywide Plan Category:Activity Center (AC)/Community Center Consistent Zoning District(s):US 19 UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Maximum Development Potential: All uses:2.5 FAR Maximum Development Potential: All uses:1.5 FAR US 19 Neighborhood Center (US 19-NC) The US 19 Neighborhood Center category is intended to recognize areas of the US 19 Redevelopment Plan that provide for neighborhood-serving development. General uses include: office, high density residential, retail sales & service, overnight accommodations, research & development, and light manufacturing. Table QP 1. Future Land Use Categories (con't) CLEARWATER COMPREHENSIVE PLAN 43 Consistent Countywide Plan Category:Multi Modal Corridor (MMC)/Primary Consistent Zoning District(s):US 19 Consistent Countywide Plan Category:Employment (E) Consistent Zoning District(s):Industrial, Research & Technology (IRT) US 19 Corridor (US 19-C) The US 19 Corridor category is intended to recognize areas of the US 19 Redevelopment Plan that provide for development that falls between exits along US 19. General uses include: office, high density residential, institutional, warehouse, light manufacturing, and research & development. Industrial Limited (IL) The Industrial Limited category is intended to recognize areas appropriate for a broad range of employment uses, such as light/medium manufacturing, research and development, and wholesale uses along with overnight accommodations. These areas allow for internal service areas and have access to transportation and utility facilities. Industrial General (IG) The Industrial General category is intended to recognize areas appropriate for development with heavy industrial uses, including wholesale, warehouse, research & development, vehicular salvage, and all manufacturing uses. These areas provide for internal service access and buffer impacts to neighboring properties, and have good access to transportation and utility facilities. Consistent Countywide Plan Category:Industrial (I) Consistent Zoning District(s):Industrial, Research, & Technology (IRT) UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Maximum Development Potential: Overnight Accommodations:50 UPA Overnight Accommodations Bonus1:75 UPA Nonresidential:1.0 FAR Nonresidential Bonus1:1.5 FAR Nonresidential Bonus2: 1.3 FAR ISR:0.85 1. Development potentials subject to applicable Alternative Temporary Lodging provisions of the Countywide Rules. 2. For Manufacturing, Office, and Research & Development Uses in a TEC. Maximum Development Potential: Nonresidential:0.75 FAR Nonresidential Bonus*:1.5 FAR ISR:0.95 *For Manufacturing, Office, and Research & Development Uses in a TEC. Maximum Development Potential: All uses:1.5 FAR Table QP 1. Future Land Use Categories (con't) QUALITY PLACES 44 CLEARWATER 2045 Consistent Countywide Plan Category:Target Employment Center (TEC) Consistent Zoning District(s):Commercial (C)Office (O)Institutional (I)Industrial, Research, & Technology (IRT) Consistent Countywide Plan Category:Recreation/Open Space (R/OS) Consistent Zoning District(s):Open Space/Recreation (OS/R) Consistent Countywide Plan Category:Preservation (P) Consistent Zoning District(s):Preservation (P) Target Employment Center (TEC) Overlay The Target Employment Center Overlay is intended to recognize areas appropriate for the development of uses that include high-wage jobs and increase the employment base. These TECs are based upon TEILS and associated provisions found within the Countywide Rules. General uses include office, manufacturing, and research & development. Maximum Development Potential: 100% intensity bonus for Manufacturing, Office, and Research & Development Uses; otherwise, density, FAR, and ISR are based upon the underlying future land use category. Recreation/Open Space (R/OS) The Recreation/Open Space category is intended to recognize areas appropriate to be developed with recreational and open space uses, including public or private open space, recreational facilities, and beach or water access. Preservation (P) The Preservation (P) category is intended to recognize and protect those areas of the city that are ecologically sensitive, including natural or undeveloped water features, beaches and dunes, and environmental parks. UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Maximum Development Potential: Nonresidential:0.25 FAR ISR:0.60 Maximum Development Potential: Nonresidential:0.10 FAR ISR:0.20 Table QP 1. Future Land Use Categories (con't) CLEARWATER COMPREHENSIVE PLAN 45 Consistent Countywide Plan Category:Public/Semi-Public (P/SP) Consistent Zoning District(s):Institutional (I) Consistent Countywide Plan Category:Public/Semi-Public (P/SP) Consistent Zoning District(s):All zoning districts Consistent Countywide Plan Category:Not designated on the Countywide Map Consistent Zoning District(s):All zoning districts Transportation/Utility (T/U) The Transportation/Utility category is intended to recognize areas appropriate to be developed with transportation and utility related uses, including airports, marinas, or utility facilities. Transportation/Utility (T/U) Overlay The Transportation/Utility Overlay is intended to recognize utility transmission lines which are located in easements. Maximum Development Potential: Density, FAR, and ISR are based upon the underlying future land use category; applicable to properties less than 10 acres. Water The Water category is intended to recognize water bodies that are greater than 3 acres in size, typically ponds, lakes, or submerged lands. Maximum Development Potential: There is no development potential associated for property designated as Water. UPA = Units per Acre | FAR = Floor Area Ratio | ISR = Impervious Surface Ratio Maximum Development Potential: Nonresidential:0.70 FAR ISR:0.90 Table QP 1. Future Land Use Categories (con't) QUALITY PLACES 46 CLEARWATER 2045 Consistent Countywide Plan Category:Not designated on the Countywide Map Consistent Zoning District(s): All zoning districts Drainage Feature Overlay The Drainage Feature Overlay is intended to recognize drainage ditches, channels, or easements and those water bodies that are less than 3 acres in size, which are typically used for stormwater. Maximum Development Potentials: Based upon the underlying future land use category. Water feature at Coachman ParkUPA = Units per Acre | FAR = Floor Area RatioISR = Impervious Surface Ratio Table QP 1. Future Land Use Categories (con't) CLEARWATER COMPREHENSIVE PLAN 47 QP 3. Future Land Use S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd QP 3. Future Land Use Residential (RE) Residential Estate (RS) Residential Suburban (RL) Residential Low (RU) Residential Urban (RLM) Residential Low Medium (RM) Residential Medium (RH) Residential High (R/OL) Residential/Office Limited (R/OG) Residential/Office General (R/O/R) Residential/Office/Retail Commercial (CN) Commercial Neighborhood (CL) Commercial Limited (CG) Commercial General Mixed-Use (CBD) Central Business District (RFH) Resort Facilities High US 19 Corridor US 19 Neighborhood Center US 19 Regional Center Industrial (IL) Industrial Limited (IG) Industrial General Open Space (R/OS) Recreation/Open Space (P) Preservation Public & Education (I) Institutional Other Designations (T/U) Transportation/Utility (WATER) Water Planning Area Source(s): City of Clearwater Planning and Development DepartmentPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale QUALITY PLACES 48 CLEARWATER 2045 Objective QP 5.2 Continue to review and evaluate amendments to the Future Land Use Map to ensure proposed uses and density or intensity are compatible with surrounding areas and consistent with the Countywide Rules. Policies QP 5.2.1Continue to maintain consistency between the Countywide Map and the city’s Future Land Use Map. QP 5.2.2Complete a detailed comparison of the city’s Future Land Use Map, the Countywide Plan Map, and the city’s Zoning Atlas to ensure consistency and identify amendments to address inconsistencies. QP 5.2.3Continue to ensure Future Land Use Map Amendments are consistent with the Countywide Plan’s Scenic/Noncommercial Corridors. QP 5.2.4Continue to limit amendments that are on a single parcel where the requested future land use designation does not exist adjacent to the subject parcel. QP 5.2.5Direct amendments of higher density and intensity future land use categories to Multimodal Corridors or Future Transit Corridors as delineated by the Land Use Strategy Map in the Countywide Rules. QP 5.2.6Evaluate proposed amendments to ensure there are appropriate density and intensity transitions within neighborhoods. QP 5.2.7Ensure proposed amendments will not create uses, densities, or intensities that are incompatible with the surrounding neighborhood or any applicable special area or redevelopment plans. QP 5.2.8Continue to evaluate that sufficient public facilities are available to support proposed increases to density or intensity and require mitigation strategies if sufficient public facilities will not be available. QP 5.2.9Review proposed Future Land Use Map Amendments for properties near the Clearwater Airpark to ensure there are no conflicts with requirements found in the Airport Master Plan. Edgewater Drive is a scenic/noncommercial corridor CLEARWATER COMPREHENSIVE PLAN 49 QP 5.2.10Continue to deny Future Land Use Map Amendments that result in an increase of residential density or intensity within the Coastal Storm Area (CSA) unless applicable statutory requirements and the following balancing criteria found in the Countywide Rules are met: a. Access to Emergency Shelter Space and Evacuation Routes. The uses associated with the requested amendment will have access to adequate emergency shelter space as well as evacuation routes with adequate capacities and evacuation clearance times. b. Utilization of Existing and Planned Infrastructure. The requested amendment will result in the utilization of existing infrastructure, as opposed to requiring the expenditure of public funds for the construction of new, unplanned infrastructure with the potential to be damaged by coastal storms. c. Utilization of Existing Disturbed Areas. The requested amendment will result in the utilization of existing disturbed areas as opposed to natural areas that buffer existing development from coastal storms. d. Maintenance of Scenic Qualities and Improvement of Public Access to Water. The requested amendment will result in the maintenance of scenic qualities and the improvement of public access to the Gulf of Mexico, inland waterways (such as Stevenson Creek), and Tampa Bay. e. Water Dependent Use. The requested amendment is for uses which are water dependent. f. Part of a Community Redevelopment Plan. The requested amendment is included in a Community Redevelopment Plan, as defined by Florida Statues for a downtown or other designated development area. g. Overall Reduction of Density or Intensity. The requested amendment would result in an increase in density or intensity on a single parcel, in concert with corollary amendments which result in the overall reduction of development density or intensity in the surrounding coastal storm area. h. Clustering of Uses. The requested amendment within the CSA provides for the clustering of uses on a portion of the site outside the CSA. i. Integral Part of Comprehensive Planning Process. The requested amendment has been initiated by the local government as an integral part of its comprehensive planning process, consistent with the local government comprehensive plan. Objective QP 5.3 Continue to promote redevelopment and infill development that is consistent and compatible with the surrounding properties. Policies QP 5.3.1Support the adoption and utilization of future land use categories that promote infill development and desired redevelopment along corridors. QP 5.3.2Ensure compatibility with surrounding properties by encouraging development transitions between higher density and intensity development and surrounding residential neighborhoods. QP 5.3.3Encourage context-sensitive redevelopment and promote infill development of economically underutilized sites, corridors, and districts through land assembly opportunities, incentives, and public investments. QP 5.3.4Facilitate the redevelopment of abandoned, brownfield, or underutilized properties and buildings, bringing them back into productive use. QUALITY PLACES 50 CLEARWATER 2045 QP 5.3.5Continue to allow the transfer of development rights (TDRs), consistent with the CDC, between properties to help facilitate redevelopment within special area and redevelopment plans, or to protect historical structures or environmentally sensitive lands outside of special area plans. QP 5.3.6Continue to use development agreements to allow for redevelopment that is compatible with surrounding properties. Objective QP 5.4 Encourage the use of graywater systems in development or redevelopment. Policy QP 5.4.1Create a density bonus for residential development or redevelopment that utilizes graywater systems within the CDC. Objective QP 5.5 Continue to ensure development, redevelopment, or renovations of city-owned properties or buildings meet the Florida Accessibility Code and Americans with Disabilities Act (ADA). Policies QP 5.5.1Continue to implement the City of Clearwater ADA Transition Plan to reduce noncompliance. QP 5.5.2Ensure publicly accessible buildings or portions of buildings are compliant or incorporate renovations to increase compliance as feasible.The Wyndham Grand resort used a development agreement CLEARWATER COMPREHENSIVE PLAN 51 Objective QP 5.6 Ensure quality landscaping and tree protection throughout the city. Policies QP 5.6.1Continue to protect trees during site development or redevelopment through standards in the CDC. QP 5.6.2Ensure new development is sited to reduce impacts to trees within rights-of-way. QP 5.6.3Continue to pursue and achieve the designation of Tree City USA. QP 5.6.4Maintain and enhance the existing landscaped medians throughout the city to preserve the natural beauty and character of the community. QP 5.6.5Consider establishing enhanced landscaping standards in the CDC for scenic corridors. QP 5.6.6Promote the use of native plants and xeriscaping during site development or redevelopment. Objective QP 5.7 Prioritize the creation of a sustainable and long-lived tree canopy on public and private properties during development or redevelopment. Policies QP 5.7.1Support the retention of tree canopies over and within public rights-of-way by developing strategies for maintaining, re-establishing, and enhancing those tree canopies. Resident receiving a tree during an Arbor Day tree giveaway QUALITY PLACES 52 CLEARWATER 2045 QP 5.7.2Preserve a shade tree canopy on private property by continuing to limit shade tree removal and ensuring shade trees are replaced/replanted in appropriate locations. QP 5.7.3Survey the city’s current tree canopy and set a goal to increase the canopy coverage in accordance with Greenprint 2.0. QP 5.7.4Ensure development or redevelopment provides appropriate amounts of Florida-friendly shade trees to improve stormwater runoff and provide heat reduction, noise abatement, buffering, and aesthetic beauty. QP 5.7.5Research possible amendments to the CDC to incorporate arboricultural and horticultural standards for development or redevelopment initiatives. Objective QP 5.8 Ensure standards of the CDC and applicable building codes are met and properties are maintained through building inspections and code enforcement activities. Policies QP 5.8.1Continue to educate property owners and residents on city standards established within city codes. QP 5.8.2Continue to enforce and uphold city standards through code enforcement procedures to help protect property values and increase quality of life. QP 5.8.3Continue to administer the Florida Building Code and the permitting process in a fair and equitable manner to create safe buildings. QP 5.8.4Continue to administer the minimum housing and unsafe structures codes to maintain a stable building stock and property values. Objective QP 5.9 Require all signage within the City of Clearwater to be consistent with the Clearwater sign code, as found within the CDC, and evaluate all proposed signs to determine their effectiveness in reducing visual clutter and in enhancing the safety and attractiveness of the streetscape. Policies QP 5.9.1Continue to restrict commercial signs in the city to discourage the proliferation of visual clutter, promote community aesthetics, provide for highway safety, and allow the identification of business locations. QP 5.9.2Continue to prohibit the proliferation of billboards along major collector and arterial streets as is currently provided in the CDC. CLEARWATER COMPREHENSIVE PLAN 53 Objective QP 5.10 Support the recruitment, retention, and expansion of existing industries through economic opportunity and creation of jobs and workforce training. Policies QP 5.10.1Continue to recognize tourism as a substantial economic base and support the enhancement of tourism throughout the city. QP 5.10.2Evaluate city-owned properties for possible expansion of economic opportunities or industries before being declared surplus. QP 5.10.3Encourage prospective businesses to work with city staff to find locations and potential incentives for locating within the city. QP 5.10.4Encourage the formation and growth of small and minority-owned businesses. QP 5.10.5Involve private lending institutions in the planning and development of programs designed to help with small business economic development loan needs in very low- to moderate-income neighborhoods. QP 5.10.6Continue partnering with area colleges to promote awareness about business-related curriculums and degrees. QP 5.10.7Continue promoting and supporting workforce training grant programs. QP 5.10.8Create programs or policies that work to reduce employment disparities across race, geography, and educational attainment status. Yo Mama's Foods opened their headquarters in Clearwater QUALITY PLACES 54 CLEARWATER 2045 Objective QP 5.11 Continue to provide a FAR bonus for hospital uses that meet additional bonus criteria established by and consistent with the Countywide Rules. Policies QP 5.11.1Continue to allow hospital uses to develop up to 1.0 FAR provided all of the following conditions are met: a. The hospital use must not exceed an ISR of 0.85; b. The hospital use must be based upon and subject to an approved final master plan or site plan; and c. The master plan or site plan must include any and all adjacent, contiguous, or touching property, structures, facilities, and uses which are: attributable to common ownership; or part of a common plan of operation, administration, promotion, advertising, service, or business; or voluntarily sharing facilities or infrastructure; or used in any way in conjunction with the hospital use. QP 5.11.2Continue to create transition areas to ensure respect for and compatibility with the physical and visual character, intensity of development, and type of use where the municipal boundary of any adjoining local government is contiguous to or within one hundred fifty (150) feet of the hospital use utilizing this bonus by limiting the hospital use to 0.65 FAR for the uses located this transition area. QP 5.11.3Any proposed use within one hundred fifty (150) feet shall be so designed and located as to specifically consider each of the following: a. The height of any building or structure in relationship to the distance from adjoining property and buildings in the adjoining jurisdiction(s) to ensure minimum negative visual impact based on the standards for setback, separation distance and buffering in the adjoining local government(s). b. The separation distance and landscape buffer provisions for any vehicular use, storage, or service area or structure, consistent with the character and use of the adjoining property based on the standards for such buffer area in the adjoining local government(s). c. The landscape treatment, including the type, size and intensity of vegetative buffer areas consistent with the character and use of the adjoining property based on the standards for such landscape treatment in the adjoining local government(s). d. That no use shall constitute a nuisance with respect to noise, odor, air quality, fire or explosive hazard, vibration or electromagnetic interference based on the performance standards in the adjoining local government(s). QP 5.11.4Continue to provide adjoining local government(s) an opportunity to review and comment on the master plan or site plan, or any amendment thereto, as it applies to the property within one hundred fifty (150) feet of the municipal boundary by providing at a minimum the following: a. Transmittal of two (2) copies of the master plan or site plan, or any amendment thereto, to the adjoining local government(s) not less than thirty (30) days prior to scheduled action by the approving local government; and b. The opportunity and specific process by which to provide comments and recommendations by the adjoining local government(s) so as to be timely and meaningfully considered by the approving local government. CLEARWATER COMPREHENSIVE PLAN 55 QP 5.11.5Review and approval of a final master plan or site plan, or any amendment thereto, for hospitals utilizing this bonus provision will only be conducted after full and fair consideration of its impact on the adjoining local government(s) with the objective of maintaining the integrity of the land use plan, land development regulations and existing use of land in the adjoining local government(s). Morton Plant Hospital QUALITY PLACES 56 CLEARWATER 2045 QP 6. HousingGoal QP 6 Encourage the development of housing units in a variety of types, costs, and locations that diversify housing options and provide housing that meets the evolving needs of Clearwater residents. Objective QP 6.1 Provide opportunities for the creation of affordable housing. Policies QP 6.1.1Continue to promote and further fair housing goals and programs so that a variety of housing choices are available to households without regard to religion, disability, age, race, national origin, or marital status. QP 6.1.2Support the continuation of the Clearwater Housing Authority’s and Habitat for Humanity’s programs for affordable housing opportunities. QP 6.1.3Continue to provide information, incentives, and technical assistance to promote housing production that meets the needs of very low- to moderate-income households. QP 6.1.4Maintain sufficient residentially-zoned acreage of varying densities and locations to accommodate existing and future housing needs. QP 6.1.5Continue to provide density bonuses for affordable housing developments consistent with the CDC. Such bonuses shall not be provided to properties within in the Coastal Storm Area unless preempted by state legislation. QP 6.1.6Establish missing middle and senior housing density bonuses and standards in the CDC consistent with provisions of the Countywide Rules. QP 6.1.7Support amendments to the CDC to enable greater housing diversity and affordability, such as accessory dwelling units and other missing middle housing types. QP 6.1.8Develop standards to implement state legislation allowing affordable housing to be built on any parcel of land zoned for commercial or industrial use. QP 6.1.9Review and, if necessary, amend the CDC to determine if barriers exist that slow the delivery of housing development. QP 6.1.10Allow accessory dwelling units in all residential zoning districts and exempt them from density provisions to provide additional and diverse housing options integrated into existing neighborhoods. Such accessory dwelling units shall not be used for short-term rental purposes. QP 6.1.11Continue to identify surplus city-owned lands with potential to support affordable housing development and publish a list of properties on the city's website. QP 6.1.12Identify other publicly or semi-publicly owned lands suitable for workforce and affordable housing and partner with property owners for potential development. QP 6.1.13Support the creation of affordable housing and mixed-use development along Investment Corridors found in the most recently approved Advantage Pinellas, Long Range Transportation Plan. CLEARWATER COMPREHENSIVE PLAN 57 Increasing the availability of quality, affordable housing is a critical objective QUALITY PLACES 58 CLEARWATER 2045 Objective QP 6.2 Develop policies and strategies to address housing disinvestment and displacement. Policies QP 6.2.1Continue to track neighborhood change, development, and housing costs to identify areas of the city that are experiencing, or likely to experience, displacement pressures. QP 6.2.2Create and expand programs to minimize displacement from the loss of rental housing units due to demolition or conversion, and the financial hardships created by rising rents. QP 6.2.3Identify residential areas, including mobile home parks, at risk of disinvestment, demolition, or redevelopment, and prepare regulatory, financial, and other programs to preserve or address replacement of naturally occurring affordable housing units. QP 6.2.4Assist with identifying relocation options for mobile home park tenants being displaced by the closure of any mobile home park. QP 6.2.5Consider mechanisms to provide temporary relocation assistance or counseling to enable the rehabilitation of substandard housing or to assist in the clearance of dangerously deteriorated houses. QP 6.2.6Encourage the renovation, rehabilitation, or removal and replacement of substandard housing units through code enforcement activities, housing programs, or strategic capital investments. Objective QP 6.3 Strengthen outreach, partnerships, funding, and capacity to deliver workforce and affordable housing projects. Policies QP 6.3.1Expand city outreach to low-income and housing insecure neighborhoods to develop a better understanding of housing needs and promote existing assistance and support programs. QP 6.3.2Continue meeting with the Neighborhood & Affordable Housing Board (NAHAB) and the Affordable Housing Advisory Committee (AHAC) to help facilitate the construction of affordable housing units within the city. QP 6.3.3Continue to provide assistance to qualified residents to retrofit housing in order to be barrier free and accessible to accommodate households with special needs. QP 6.3.4Partner with public and private sector entities to explore funding opportunities and other financial tools to support the delivery of affordable housing. QP 6.3.5Promote efforts to strengthen the capacity of existing and create new not-for-profit entities (e.g., Community Based Development Organizations or community land trust) with the potential to own, manage, and construct affordable and workforce housing. CLEARWATER COMPREHENSIVE PLAN 59 Objective QP 6.4 Continue to provide zoning and land use regulations which allow the establishment of group homes, foster care facilities, and special needs housing subject to minimum state requirements. Policies QP 6.4.1Establish population-based standards for group homes and foster care facilities in concert with knowledgeable state and community human services organizations. QP 6.4.2Encourage and assist human service agencies and other community groups in developing special living facilities at a level appropriate to Clearwater’s population and needs. QP 6.4.3Periodically review and adjust the separation requirement for group homes as found in the CDC so that the requirement continues to function to provide broad dispersion without inhibiting these facilities. QP 6.4.4Continue to permit licensed group homes in all residential districts provided the use meets the minimum separation requirement of the State of Florida and development standards found in the CDC. QP 6.4.5Define Special Needs Housing as housing that is temporary, supportive, or permanent that provides shelter for the elderly, frail elderly, persons with disabilities (mental, physical, developmental, persons with HIV/AIDS and their families) persons with alcohol or other drug addiction, and other categories the city may specify and describe as special needs housing. Special needs housing shall include but not be limited to include emergency and supportive housing, transitional housing and other permanent housing designed to allow for independent living and prevent individuals from becoming homeless. Objective QP 6.5 Encourage the rehabilitation and preservation of the existing housing stock through both public and private resources. Policies QP 6.5.1Continue to use Community Development Block Grant (CDBG), Home Investment Partnerships Program (HOME), State Housing Initiatives Partnership Program (SHIP), and any other available funds for housing rehabilitation and preservation. QP 6.5.2Continue the city’s Owner-Occupied and Multifamily Rehabilitation Programs provided for through the Local Housing Assistance Plan. QP 6.5.3Continue providing housing rehabilitation programs such as owner-occupied rehabilitation or multifamily rental rehabilitation for households earning less than or equal to 120% area median income (AMI). QP 6.5.4Involve private lending institutions in the development of programs to encourage investments in affordable housing, community services targeted to low- and moderate-income individuals, promotion of economic development, or revitalization or stabilization of very low- to moderate-income neighborhoods. QP 6.5.5Encourage private lending institutions, through their participation in project and program planning, to be more responsive to the household income needs of very low- to moderate-income households. QUALITY PLACES 60 CLEARWATER 2045 QP 7. Arts, History, & CultureGoal QP 7 Celebrate the unique qualities of Clearwater neighborhoods and preserve and enhance significant historic and cultural places and districts. Objective QP 7.1 Use the Cultural Arts Strategic Plan to provide support for arts and culture. Policies QP 7.1.1Create art projects and programs that help shape the city’s image, strengthen civic connectivity through art placement in community facilities and parks, and support neighborhood identity with programs such as the Storm Drain and Signal Box Programs that create attraction points. QP 7.1.2Explore the creation of an artist-in-residence program to expand artistic offerings throughout the city. QP 7.1.3Designate Downtown as an Arts District, from Coachman Park to the Mercado, and explore the feasibility of an incentive program to support the viability of arts and culture programming. QP 7.1.4Expand cultural arts programming to neighborhood parks, libraries, and recreation centers, and determine the feasibility of creating a community arts center. QP 7.1.5Explore the creation of a Sister Cities Program cultural exchange. QP 7.1.6Continue to implement the Clearwater Cultural Plan as funds become available. Signal box artwork CLEARWATER COMPREHENSIVE PLAN 61 Objective QP 7.2 Preserve the authenticity of the built environment and celebrate historic places as shown on Map QP 4. Historic Sites. Policies QP 7.2.1Encourage the implementation of historic overlay districts. QP 7.2.2Continue to protect, preserve, and maintain existing historic properties, housing, and neighborhoods through the preservation provisions in the CDC. QP 7.2.3Review and update the historic preservation provisions in the CDC. QP 7.2.4Conduct new surveys to update, identify, and evaluate potential historic sites and districts, including publicly owned sites and buildings eligible for local designation. QP 7.2.5Increase public awareness of the city’s history and benefits of historic preservation through outreach, education, and installation of historical markers and interpretive signage. QP 7.2.6Work with property owners in the Harbor Oaks Neighborhood Association to determine whether there is interest in pursuing local historic district designation of the city’s only National Register Historic District. Historical view of Cleveland Street looking west in Downtown QUALITY PLACES 62 CLEARWATER 2045 QP 4. Historical Sites S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd QP 4. Historical Sites Listed in National Register of Historical Places Listed in Florida Master Sites List Harbor Oaks Historical District Planning Area Source(s): City of Clearwater Planning and Development Department,US National Park Service, Florida Division of Historic ResourcesPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale CLEARWATER COMPREHENSIVE PLAN 63S Highland AveUnion St Druid RdS Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew StCountryside Blvd Union St S Myrtle AveNE Coachman RdBelleair RdN McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt StN Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd QP 4. Historical Sites Listed in National Register of Historical Places Listed in Florida Master Sites List Harbor Oaks Historical District Planning Area Source(s): City of Clearwater Planning and Development Department,US National Park Service, Florida Division of Historic ResourcesPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale QP 8. Causeways & View CorridorsGoal QP 8 Protect and enhance the Courtney Campbell Causeway, Memorial Causeway, city gateways, and view corridors as natural, recreational, scenic, historic, and cultural resources. Objective QP 8.1 Preserve the existing character of the Courtney Campbell and Memorial Causeways. Policies QP 8.1.1Continue to promote educational programs and community partnerships that work to preserve natural and recreational features of the Courtney Campbell and Memorial Causeways. QP 8.1.2Establish the causeways as tourist points of interest through maintenance and enhancement of the recreational opportunities provided by the causeways. QP 8.1.3Continue to work with volunteer groups through the Adopt-a-Park, -Street, and -Trail Programs to facilitate litter cleanup days to maintain the natural environment of the causeways. QP 8.1.4Continue to support the vision, goals, and objectives of the Courtney Campbell Causeway Florida Scenic Highway designation. QP 8.1.5Support efforts to retain the current physical cross-sectional character of the Courtney Campbell Causeway reminiscent of its historic origin. QP 8.1.6Maintain the natural coastal-style landscaping and scenic views from the Courtney Campbell Causeway. QP 8.1.7Maintain the iconic native Florida landscaping and scenic views from the Memorial Causeway. Aerial image of the Courtney Campbell Causeway looking east QUALITY PLACES 64 CLEARWATER 2045 Objective QP 8.2 Maintain and preserve the unique water views along Edgewater Drive, the Bayside Bridge, Bayshore Boulevard, and the Sand Key Bridge as gateways into the city. Policy QP 8.2.1Consider developing gateway beautification projects. Objective QP 8.3 Preserve view corridors identified on Map QP 5. View Corridors that provide a clear view of the water from the abutting street. Policies QP 8.3.1Review site plans near view corridors to ensure view corridors will not be negatively impacted. QP 8.3.2Preserve and maintain public access to right-of-way ends that are protected by the city charter. Magnolia Street view corridor and fishing pier CLEARWATER COMPREHENSIVE PLAN 65 QP 5. View Corridors evA dnalhgiH SUnion St Druid Rd S Hercules AveevA nosirraH troF SGulf BlvdNursery RdevA iruossiM SdR rehcleB SSunset Point Rd N Fort Harrison AveevA selucreH NGulf-To-Bay BlvdevA eltryM NevA yaladnaMevA dnalhgiH NBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside BlvdUnion St evA eltryM SNE Coachman RdBelleair Rd dR htooB nelluMcM NiruossiM NevAClevelandStdR eneeK NCourt St N Belcher RdBaysideBrgnelluMcM NdR htooBSR 580 N 91 ywH SUMe m o r i a l C swy Curlew RdQP 5. View Corridors Source(s): City of Clearwater Planning and Development Department,Prepared by: City of Clearwater Planning & Development Department, 8/2/2023 Map not to scale Planning Area View Corridor QUALITY PLACES 66 CLEARWATER 2045 QP 6. Existing Land Use S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd QP 6. Existing Land Use Vacant Single Family Residential Two-Family Residential Multi-Family Residential Mobile Home Park Commercial Office Governmental Institutional Industrial & Manufacturing Automobile Service Transportation/Utility Recreation/Open Space Preservation Agriculture Uncategorized Planning Area Source(s): Pinellas County Property AppraiserPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale CLEARWATER COMPREHENSIVE PLAN 67 MOBILITY 68 CLEARWATER 2045 CLEARWATER COMPREHENSIVE PLAN 69 A bright and beautiful future. Mobility Transportation Element MOBILITY 70 CLEARWATER 2045 FiguresMaps Introduction The Mobility Chapter offers guidance for the creation of a safe, efficient, equitable, and sustainable transportation system serving the needs of residents, businesses, and visitors. The city’s position as an established and largely built-out community creates unique mobility challenges that shape the economic vitality and quality of life. Right-of-way constraints make it difficult to add capacity along major corridors; transit use, walking, and biking are not always safe or accessible alternatives to driving, especially in more auto-oriented places; and seasonal shifts in travel demand impact the daily lives of residents, workers, and business operators. Chapter policies focus on: • Maximizing capacity on the existing transportation network; • Improving travel safety and accessibility for system users; • Supporting improved connectivity and reinvestment in Downtown, in activity centers along US 19, and along key multimodal corridors; and • Expanding options for alternative forms of travel, including transit use, walking, and biking. Planning Context The Existing SystemThe city’s transportation network includes approximately 532 miles of roads broken down into four classifications: arterials, collectors, local streets, and neighborhood streets. Of these classifications, approximately 78% are considered local or neighborhood streets. Collectors and arterials each account for 11% of the remaining mileage with 58.1 miles of collectors and 56.9 miles of arterials. Street ownership is divided between one of three jurisdictions, the State of Florida, Pinellas County, or the City of Clearwater as shown on Map M 1. Roadway Ownership. Excluding neighborhood street classifications, the city owns approximately 56 miles of streets, Pinellas County owns approximately 44 miles, and the State of Florida owns approximately 32 miles. In several cases, ownership changes along a single corridor. For example, all three jurisdictions control segments along the Drew Street corridor, thus resulting in the need for careful coordination among the city and either Pinellas County or the State of Florida. In addition to the over 500 miles of roads, the city contains over 500 miles of sidewalks, with Clearwater Beach and Downtown and the neighborhoods immediately surrounding having the best sidewalk coverage. While the Countryside and Morningside areas also have good coverage, large sidewalk network gaps exist in communities to the east and north of Downtown. Additionally, walking and biking is served by nearly 65 miles of bicycle facilities and trails. Bicycle facilities include bike lanes, marked shared lane facilities or “sharrows”, and buffered or separated facilities. Trails include the Pinellas Trail, Druid Trail, and Duke Energy Trail, among others. CLEARWATER COMPREHENSIVE PLAN 71 M 1. Roadway Ownership S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside BlvdUnion St S Myrtle AveNE Coachman Rd Belleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd M 1. Roadway Ownership Source(s): City of Clearwater Public Works Department, Traffic DivisionPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale State Road County Road City Road Planning Area MOBILITY 72 CLEARWATER 2045 >35 MPH<35 MPH 0 20% 40% 60% 80% 100% Roadways Crashes 90% 10% 68% 32% Figure 6. Percentage of Crashes vs. SpeedCongestion & CapacityDuring peak morning and evening travel periods, arterials across the city, including segments of Gulf to Bay Boulevard, McMullen Booth Road, and US 19, operate at or above capacity. During winter and spring months, congestion worsens as tourist traffic contributes to increased use of the network. Given right-of-way constraints, road widening is not often feasible or cost-effective, so planning activities focus on defining strategies to maximize operational efficiency, expand travel alternatives, and manage demand across the network. Travel Safety Travel safety is a significant city concern. Between 2016 and 2020, there were nearly 19,000 crashes in the city, over two thirds of which occurred on roadways with speed limits above 35 MPH. (Roadways where the speed limit is over 35 MPH only account for about 10% of the entire road network.) Figure 1. Percentage of Crashes vs. Speed shows the percentage of roadways within the city with speed limits above or below 35MPH compared to the percentage of crashes on the roadways based on their speed. Crashes that occur at speeds above 35 MPH have a greater potential to result in fatalities or incapacitating injuries as shown in Figure 7. Injury Rate vs Speed in Crashes. Specific crash hotspots were identified at the following intersections: Gulf to Bay Boulevard at US 19 and at Belcher Road; US 19 and Drew Street; and Coronado Drive and South Gulfview Boulevard. Crashes between vehicles and either pedestrians or bicyclists accounted for about 3% of the total crashes, but due to the higher travel speeds on road segments where the crashes occurred, nearly 19% of the pedestrian and bicyclist crashes resulted in fatalities or incapacitating injuries. Bike crashes were concentrated at intersections along Gulf to Bay Boulevard at Keene Road, Belcher Road, Old Coachman Road, and McMullen Booth Road. Forward Pinellas’ Safe Streets Pinellas Action Plan identifies several locations as part of Pinellas County’s High Injury Network (HIN), which identifies roadways with especially high incidences of fatalities and serious injuries. The city has signed on with Forward Pinellas to adopt a Vision Zero approach to dealing with crashes on the HIN through adoption of Resolution No. 22-12. This Vision Zero approach aims to identify and implement projects and programs that work towards reducing the number of serious injuries and fatalities on roads within the city, with the ultimate goal of having zero serious injuries or fatalities by 2045. CLEARWATER COMPREHENSIVE PLAN 73 Figure 7. Injury Rate vs Speed in Crashes Core ServiceRoutes Frequent ServiceRoutes Supporting ServiceRoutes Trolley ServiceRoutes 6 1 10 2 Figure 8. PSTA ServicesTransit ServicePinellas Suncoast Transit Authority (PSTA) operates bus service within the city as well as throughout Pinellas County. Within the city there are 19 routes including six core service routes, one frequent service route, 10 supporting service routes, and two trolley service routes as shown in Figure 8. PSTA Services. These existing routes provide an important transportation alternative for the local workforce and a critical lifeline to transit-dependent communities across the city. (Nearly 10% of the occupied households within the city do not have access to a personal vehicle.) General AviationClearwater also has a general aviation airport, Clearwater Airpark. The airport has about 125 aircraft based at the airport with nearly 50,000 annual operations. There is only one runway, designated 16/34, that is 4,108 feet in length with a parallel taxiway. Clearwater Airpark is the highest airport in Pinellas County at an elevation of 71 feet above sea level, making it an important component to recovery efforts after storms or disasters. The airport is currently leased to FlyUSA and is governed by a Federal Aviation Administration (FAA) mandated airport master plan, recently updated in 2020. MOBILITY 74 CLEARWATER 2045 Into the Future Vision Zero FocusPlanning policies and programs presented in this chapter reinforce the city’s Vision Zero approach to reduce roadway fatalities to zero and create a safe system that meets the needs of all users. Goals, objectives, and policies focus on identifying and prioritizing improvements in places with the highest incidents of fatalities and severe injuries. A Vision Zero approach can also lead to shifts in travel patterns and travel behaviors. Support for transit and active transportation can lead to reductions in single-occupancy vehicle trips and trip lengths, thus reducing crash exposure and conflict potential. Adopting a safe systems approach, which takes all users into consideration so that potential conflicts are minimized and eliminated, is a critical step in securing safe travel. System OptimizationWith limited opportunities to increase roadway capacity, the city is working to maximize operations on the existing network. From increasing efficiency through coordinated and adaptive traffic signal timing to planning for the introduction of autonomous and connected vehicles, the city is working with local partners to find innovative system design and management solutions to address long-standing challenges. Transit PotentialTransit has the potential to play a stronger role in serving the travel needs of city residents, visitors and workers. This chapter called for the city to work with PSTA improve the quality and frequency of service along core routes and create better walking and biking connections between transit stops and nearby neighborhoods, employment centers, and mixed-use destinations. Through support Jolley Trolley on Clearwater Beach for signal prioritization and improvements like intersection queue jumps along key corridors, transit can become a more attractive and reliable alternative to driving and better serve local and regional needs, including the critical needs of transit-dependent populations. CLEARWATER COMPREHENSIVE PLAN 75 ACTIVE TRANSPORTATIONBENEFITS Economic Environment Health Safety Figure 9. Active Transportation BenefitsActive Transportation & MicromobilityChapter goals, objectives, and policies recognize the ways walking, biking and micromobility use, especially in and around more walkable, mixed-use places, improves accessibility, enhances livability, and promotes resilience and sustainability. Walking, biking and micromobility use offer important benefits to the city, including reduced roadway congestion and crash exposure, lower greenhouse gas emissions, and increased economic activity Downtown, on Clearwater Beach, and in activity centers across the city. As highlighted in Figure 9. Active Transportation Benefits, there is an important correlation between the presence of active transportation infrastructure and improved safety, health, economic, and environmental impacts. Micromobility is a broad term used to describe transportation over short distances by lightweight, low to moderate speed, usually less than single-person wheeled vehicles, including e-bikes, electric scooters, electric skateboards, and shared bicycle fleets. These modes are meant to help people commute over shorter distances without using single-occupancy vehicles and provide a “last mile” mobility alternative for transit users. “Last mile” options connect transit users to their final destinations in places where there’s no scheduled transit service. MOBILITY 76 CLEARWATER 2045 Land Use & Transportation IntegrationLeveraging the mobility benefits of compact, mixed-use development is a central part of the city’s strategic direction. Land use strategies included in the Quality Places Chapter are designed to reduce single-occupancy vehicle travel and promote the use of transit, walking, and biking as safe and convenient alternatives to single-occupancy vehicle travel. Emerging TechnologiesOther areas of focus include new and emerging technologies such as connected autonomous vehicles (CAV) and air taxis or vertiports. The city should focus efforts on expanding fiber optic connectivity throughout the city so that these future technologies can be accommodated on the roadway network in a safe and efficient manner. Freight MovementAs populations and tourism activities increase, delivery services will continue to need safe opportunities for delivery of goods. Options to consider include creating delivery times for different areas of the city, creating off-street delivery zones, or including development standards that specifically address delivery vehicles so that deliveries are made in a safe manner without impeding traffic flow, especially during peak travel times. Regional CollaborationTransportation is not just a city issue or a city problem. A regional approach needs to be considered and coordination efforts need to continue with regional partners to best address transportation not only within Clearwater, but also within Pinellas County as well as the Tampa Bay Region. Chapter Goals This chapter contains four goals: Goal M 1. Transportation SystemProvide a convenient, efficient, and interconnected transportation system that is safe and equitable for all users, expands opportunity, and improves access to local and regional destinations. Goal M 2. Multimodal MobilityIncrease transportation alternatives to lessen dependence on single-occupancy vehicle trips by expanding multimodal travel options. Goal M 3. AirportPlan for the safe and efficient operation of the Clearwater Airpark. Goal M 4. Freight & LogisticsPlan for the safe and efficient movement and delivery of goods throughout the city. Goals CLEARWATER COMPREHENSIVE PLAN 77 M 1. Transportation SystemGoal M 1 Provide a convenient, efficient, and interconnected transportation system that is safe and equitable for all users, expands opportunity, and improves access to local and regional destinations. Objective M 1.1 Maintain transportation network performance that furthers development of a multimodal transportation system and improves mobility and safety for all roadway users - pedestrians, bicyclists, transit users, and motorists. Policies M 1.1.1Preserve and protect existing and future transportation corridors. M 1.1.2Continue to monitor transportation conditions in the city, including roadway level of service, active transportation, and travel safety by user group. M 1.1.3Monitor seasonal changes in travel demand and traffic patterns and operations. M 1.1.4Expand alternative transportation strategies to address seasonal congestion. M 1.1.5Continue implementation of the current Mobility Management System, including the multimodal impact fee, through the Community Development Code (CDC) to generate funding for multimodal mobility improvements. M 1.1.6Continue directing expenditures towards alleviating the city’s most severe congestion problems while providing continuity in roadway lane arrangements and providing for economic development and redevelopment needs. M 1.1.7Evaluate the feasibility of creating a Transportation Management Association to implement a Transportation Demand Management Program for Downtown Clearwater and Clearwater Beach. M 1.1.8Develop traffic management plans for use on Clearwater Beach, Downtown, and other locations with significant fluctuations in demand due to special events or seasonal impacts. M 1.1.9Consider implementing a multimodal screening tool to evaluate multimodal elements, such as sidewalks, bike lanes, or transit access, during the review of site plans or Future Land Use Map or Zoning Atlas Amendment applications. M 1.1.10 Analyze impacts of roadway design on the ability to evacuate populations during emergencies. M 1.1.11Evaluate the impacts of prolonged road closures on road performance, mobility, and safety of all users. MOBILITY 78 CLEARWATER 2045 M 1.1.12Study the use and effects of micromobility within the city and use the findings to prioritize future projects and programs. M 1.1.13Support educational and outreach initiatives to promote safe travel behavior and increase public awareness of alternative forms of transportation, including transit, active transportation, and micromobility. M 1.1.14Evaluate opportunities to re-establish a transportation grid and improve pedestrian connectivity. M 1.1.15Review right-of-way vacation requests to ensure vehicular and pedestrian connectivity is not reduced and superblocks are not created. M 1.1.16Continue to limit or consolidate direct access points (curb cuts), require cross-access easements, and prohibit new access points for out-parcels through the site plan review process. M 1.1.17Consider completing a comprehensive mobility study throughout the city. M 1.1.18Encourage the consolidation of public surface parking facilities into structured parking facilities open to the public. M 1.1.19Evaluate the functional classifications found on Map M 2. Functional Classifications and coordinate updates to the map with Forward Pinellas and Pinellas County. North Martin Luther King, Jr. Avenue Corridor CLEARWATER COMPREHENSIVE PLAN 79 M 2. Functional Classifications S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside BlvdUnion St S Myrtle AveNE Coachman Rd Belleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd M 2. Functional Classification Source(s): Pinellas CountyPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Collector Local Major Street Local Street Minor Arterial Minor Collector Principal Arterial Planning Area MOBILITY 80 CLEARWATER 2045 Objective M 1.2 Provide an equitable transportation system that delivers equal outcomes regardless of age, race, ethnicity, income, ability, or disability. Policies M 1.2.1Consider conducting a needs assessment to inventory and assess mobility needs of city residents. M 1.2.2Continue to fund maintenance, retrofit, and construction of sidewalks to meet Florida Accessibility Code and Americans with Disabilities Act (ADA) standards. Crossing guards allowing students to cross a street M 1.2.3Continue to upgrade right-of-way signage during scheduled replacements with ADA-compliant signage as set forth in the City of Clearwater ADA Transition Plan. M 1.2.4Support the creation of expanded transportation service options and types to service traditionally underserved neighborhoods. M 1.2.5Study and design transportation network improvements that harmonize with the context of the adjacent neighborhood and ensure that all users are considered and are not disproportionately affected. M 1.2.6Develop capital planning strategies that improve sidewalk and trail connections for underserved neighborhoods and populations to access opportunities and services. CLEARWATER COMPREHENSIVE PLAN 81 Objective M 1.3 Recognize safety as the number one transportation priority through implementation of the Vision Zero approach. Policies M 1.3.1Address travel safety and utilize the Federal Highway Administration’s Safe System elements as part of all transportation planning, complete streets, active transportation, and transit planning processes. M 1.3.2Identify crash hotspots and assess the feasibility of data-driven safety countermeasures in all transportation improvement projects within the city, whether undertaken by Florida Department of Transportation (FDOT), Pinellas County, the city, or Pinellas Suncoast Transit Authority (PSTA). M 1.3.3Focus education and enforcement activities in areas identified as crash hotspots. M 1.3.4Focus improvements to the transportation network on those High-Injury Network (HIN) roadways as found within the Safe Streets Pinellas Action Plan. M 1.3.5Continue to provide access to residential, commercial, and recreational areas by providing direct routes such as continuous trails and sidewalks between destinations in order to minimize potential conflicts between pedestrians and motor vehicles. M 1.3.6Research grant opportunities to re-establish a Safe Routes to School Program. Typical Complete Streets concept plan PEDESTRIAN REALMTRAVELED WAY ON-STREET PARKINGTHROUGH LANE FRONTAGE ZONEPEDESTRIAN ZONEFURNISHING ZONE CURB ZONETHROUGH LANE PEDESTRIAN REALM BICYCLE FACILITYFRONTAGE ZONE PEDESTRIAN ZONE FURNISHING ZONE CURB ZONE CURB AND GUTTER CURB AND GUTTER MEDIAN MOBILITY 82 CLEARWATER 2045 Objective M 1.4 Promote travel safety and support multimodal mobility through city codes. Policies M 1.4.1Establish complete streets and context classifications design standards in the CDC consistent with the approved Complete Streets for Clearwater Implementation Plan. M 1.4.2Continue to evaluate the CDC for opportunities to include and enhance safety measures for vehicular stacking, vehicular and pedestrian connections, circulation, and cross-parcel access. M 1.4.3Review and update the CDC to address multimodal or new forms of transportation such as e-bikes and scooters. M 1.4.4Explore the feasibility of permitting low-speed, non-motorized vehicles, such as golf carts, to operate on certain city roads. M 1.4.5Establish requirements for electric vehicle (EV) charging infrastructure in new development and redevelopment. M 1.4.6Create standards for bicycle parking in new development or redevelopment. M 1.4.7Develop curb management solutions to address impacts of ride-share services such as Uber and Lyft. M 1.4.8Provide safe on-site traffic circulation and connections to adjacent roadways consistent with FDOT, Institute of Traffic Engineers (ITE), National Association of City Transportation Officials (NACTO), or other applicable roadway design standards, policies, and guidelines. Bicycle parking CLEARWATER COMPREHENSIVE PLAN 83 Objective M 1.5 Research, develop, and deploy technological applications and projects to support connected vehicles, enhanced mobility, and safety while minimizing impacts to equity, livability, and sustainability. Policies M 1.5.1Utilize 5G technologies for near-term implementation and expansion of the city’s fiber network to allow for enhanced traffic and parking management projects and programs. M 1.5.2Evaluate and implement the use of integrated parking management systems and pricing to best-utilize the city’s public parking lots and garages. M 1.5.3Encourage private-sector participation in a city-run integrated parking management system. M 1.5.4Research projects and programs to best support Connected Autonomous Vehicles (CAV) and their safe movement throughout the city. M 1.5.5Research the use of “air-taxis” and study the feasibility of allowing “vertiports” to be constructed within the city. M 1.5.6Consider implementing standards for aerial or other autonomous delivery methods. M 1.5.7Develop programs to educate the public about new technologies.The Autonomous Vehicle Advantage (AVA) connected autonomous vehicle MOBILITY 84 CLEARWATER 2045 Objective M 1.6 Continue to plan for and implement improvements to the transportation system as recommended in Greenprint 2.0. Policies M 1.6.1Develop street design standards, including pedestrian realm improvements, that maximize energy efficiency and minimize heat island effect. M 1.6.2Support improvements to enable increased use of transit, walking, and cycling for a greater percentage of overall travel and reduce the number and length of vehicle trips. M 1.6.3Reduce the greenhouse gas emissions of the city vehicle fleet by shifting to cleaner fuels and more fuel-efficient vehicles. M 1.6.4Expand publicly accessible electric vehicle (EV) charging infrastructure, especially at city facilities and future park-and-ride locations. EV charging station at Sand Key Park. Photo credit: Pinellas County CLEARWATER COMPREHENSIVE PLAN 85 M 2. Multimodal TransitGoal M 2 Increase transportation alternatives to lessen dependence on single-occupancy vehicle trips by expanding multimodal travel options. Objective M 2.1 Design future improvements to transportation corridors to support multimodal mobility, land use, and economic development. Policies M 2.1.1Collaborate with local and regional partners to promote the safe use and enjoyment of multimodal mobility systems serving the city. M 2.1.2Continue to implement complete streets design in roadway redesign projects to provide for safe and alternative means of transportation. M 2.1.3Create internal guidelines or policies that assist in determining which roadway projects should prioritize complete streets. M 2.1.4Implement priority recommendations from the Complete Streets for Clearwater Implementation Plan to incorporate into the Capital Improvement Program and develop a monitoring and reporting program to track progress. M 2.1.5Utilize pilot or quick-build projects on roadways to analyze the operational effects of complete streets techniques. M 2.1.6Improve access, safety, and walkability through the provision of improved pedestrian and bicycle connections and enhanced transit accommodations. M 2.1.7Connect commercial and employment areas to neighborhoods with sidewalks or other pedestrian pathways. M 2.1.8Develop a program to prioritize the use of the city trails as alternative modes of transportation to help reduce vehicle trips and miles traveled. M 2.1.9Continue exploring options to expand the operational hours and safety measures of the Pinellas Trail to allow for increased usage. Pinellas Trail MOBILITY 86 CLEARWATER 2045 Objective M 2.2 Encourage mobility investments that support increased levels of internal trip capture, reduce vehicle trips and miles traveled, and promote walking and biking as attractive alternatives to driving. Policies M 2.2.1Prioritize capital investments to support walking, biking, and micromobility that connect city neighborhoods to Downtown, Clearwater Beach, and commercial areas. M 2.2.2Prioritize pedestrian safety along sidewalks and crosswalks through solutions such as better lighting, pedestrian scrambles, rectangular rapid flashing beacons (RRFBs), leading pedestrian intervals, and raised crosswalks. M 2.2.3Continue to implement the pedestrian and bicycle improvement policies and design guidelines set forth in Beach by Design: A Preliminary Design for Clearwater Beach and Design Guidelines. M 2.2.4Update the city’s Shifting Gears: Bicycle and Pedestrian Master Plan, building on the research and analysis conducted to support the Advantage Pinellas: Active Transportation Plan. M 2.2.5Promote educational and awareness programs to ensure physical safety of non-motorized transportation users in accordance with the city’s Shifting Gears: Bicycle and Pedestrian Master Plan, the Advantage Pinellas: Active Transportation Plan, and the Safe Street Pinellas Action Plan. M 2.2.6Use the Parks and Recreation System Master Plan to guide development of new and enhance existing trail systems throughout the city. M 2.2.7Consider opportunities to improve the city-owned portion of the Pinellas Trail through Downtown to increase usage. Bicycle parking on Clearwater Beach. Photo credit: Pmsmith455 CLEARWATER COMPREHENSIVE PLAN 87 Objective M 2.3 Support transit projects and initiatives that expand the multimodal mobility network. Policies M 2.3.1Support the implementation of operational techniques that allow the prioritization of high-ridership bus routes such as dedicated bus lanes, signal prioritization, or queue jumps. M 2.3.2Continue active participation and support for transit feasibility and project development activities for transit service improvement projects and initiatives. M 2.3.3Work with developers, PSTA, and other partners to determine the best locations for park-and-ride services and promote these services to the public. M 2.3.4Coordinate with partner agencies to increase micromobility options for aging populations. M 2.3.5Prioritize capital investments that support transit use and improve transit stop accessibility. M 2.3.6Ensure development plans provide safe and accessible connections to transit stops. M 2.3.7Support the free spring break Jolley Trolley service through free parking at city-owned parking lots. M 2.3.8Promote more intense, walkable, and transit-supportive forms of development along corridors identified as Multimodal Corridors and Future Transit Corridors on the Countywide Plan Map. M 2.3.9Continue to explore surface, aerial, and waterborne transit opportunities to increase mobility options throughout the city and from Downtown Clearwater to Clearwater Beach. Clearwater Ferry MOBILITY 88 CLEARWATER 2045 M 3. AirportGoal M 3 Plan for the safe and efficient operation of the Clearwater Airpark. Objective M 3.1 Support long-range planning for expenditures, maintenance, improvement, and possible expansion of the Clearwater Airpark. Policies M 3.1.1Continue implementation of recommendations in the Airport Master Plan. M 3.1.2Update the Airport Master Plan by 2040 to ensure compliance with Federal Aviation Administration (FAA) safety standards. M 3.1.3Review proposed developments to ensure they are consistent with requirements found in the Airport Master Plan. M 3.1.4Encourage aviation-related industrial uses to be developed on any surplus airport or adjacent city-owned land. M 3.1.5Continue exploring federal, state, and county funding sources to supplement city expenditures for airport operations. M 3.1.6Continue maintaining aviation facilities through funds from facility users, grants, and enterprise and general funds. M 3.1.7Continue to review and approve all leases, planned facility improvements, and airpark management with the city retaining ownership of land. Clearwater Airpark runway. Photo credit: Google Earth CLEARWATER COMPREHENSIVE PLAN 89 M 4. LogisticsGoal M 4 Plan for the safe and efficient movement and delivery of goods throughout the city. UPS delivery truck. Photo credit: Newsnation, Getty Images Objective M 4.1 Ensure delivery service (e.g. UPS, FedEx, Amazon) access is considered in planning to serve new development and redevelopment. Policies M 4.1.1Ensure that CDC standards adequately address safety and functionality for delivery services within the city. M 4.1.2Evaluate existing and proposed truck routes to ensure safe and efficient movement of goods while protecting neighborhoods. M 4.1.3Evaluate potential areas for on-street loading/delivery zones on Clearwater Beach and in Downtown Clearwater. MOBILITY 90 CLEARWATER 2045 M 3. Trails and Bike Lanes S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside BlvdUnion St S Myrtle AveNE Coachman Rd Belleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd M 3. Trails and Bike Lanes Source(s): City of Clearwater Public Works Department, Traffic DivisionPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Bike Lane Trail Planning Area CLEARWATER COMPREHENSIVE PLAN 91 M 4. PSTA Routes S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside BlvdUnion St S Myrtle AveNE Coachman Rd Belleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd M 4. PSTA Routes Source(s): Pinellas Suncoast Transit AuthorityPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale PSTA Routes Planning Area PARKS & PUBLIC PLACES 92 CLEARWATER 2045 CLEARWATER COMPREHENSIVE PLAN 93 Parks & Public Places Recreation and Open Space Element A bright and beautiful future. PARKS & PUBLIC PLACES 94 CLEARWATER 2045 28 Environmental Parks 24 Neighborhood Parks 23 Open Space Parks 27 Special Facilities 7 Community Parks Figure 10. Parks Facilities Introduction The Parks and Public Places Chapter provides guidance to ensure the city’s parks system provides opportunities for all residents and visitors; that parks are located and improved to meet the evolving needs of the community; that natural features are conserved and protected; and that parks and recreation impact fees are collected and expended to improve the parks system. Trails, open spaces, and parks and recreation facilities provide important livability, sustainability, and economic benefits. City parks and recreational resources provide residents with opportunities to improve physical and mental health and improve social bonds. Trails, open spaces, and parks and recreation facilities contribute to healthy local economy, impacting property value and attracting investment. The city’s system of green spaces, natural areas, and waterfronts offer environmental benefits and help mitigate the impacts of major storm and flooding events. Trees and plants help reduce the urban heat island effect while open spaces and parks and recreation facilities can provide refuge and habitats for numerous wildlife. Chapter policies focus on: • Ensuring the city has trails, open spaces, and parks and recreation facilities that are equitably located and designed to accommodate and meet the diverse needs of the residents and visitors; • Preserving areas with environmental, historic, or natural areas of significance; and • Utilizing impact fees to improve the city’s parks system. Planning Context Park InventoryThere are currently 109 city-owned and/or operated parks, including community, environmental, neighborhood, and open space parks and special facilities. Special facilities include baseball and softball fields, or other multi-use fields. The city’s parks system supports numerous programs, such as athletic leagues and tournaments, special events, regional tourism, and environmental education. The city also controls approximately 380 acres of vacant land purchased for future neighborhood parks. CLEARWATER COMPREHENSIVE PLAN 95 Level of ServiceThe adopted level of service (LOS) is 4 acres of parkland per 1,000 persons within the city and is based upon nationwide standards which are starting to be phased out. The city currently has over 1,700 acres of parkland which equates to just over 15 acres of parkland per 1,000 persons, well above the adopted level of service. Shifting FocusWith over 100 parks in its current portfolio, the city has shifted focus from new park development to renovation and renewal of its existing facilities. Some recent and ongoing projects are minor in nature, such as replacing aging playground equipment, while others involve significant changes and investment like those completed at Crest Lake Park. Equity and accessibility are also important concerns as evidenced by the recent purchase of beach wheelchairs and installation of three beach accessibility mats to facilitate movement on sand. Into the Future As the city navigates into the future, the focus should continue to be reconstruction and improvement of existing park facilities. Additionally, since nationwide LOS standards are being phased out, the formal adoption of local, performance-based standards should be considered. These standards would allow for the city to account for the varying geographical, cultural, and socio-economic characteristics when determining a LOS for a facility, and the department to remain responsive to shifting community priorities. Master Plan UpdateThe city maintains a 10-year parks master plan, which was last updated in 2013. It provides guidance on the types and locations of parks. Since the master plan is currently aligned with national level of service standards, the city is exploring shifting to use community performance-based models, which provide greater abilities to remain responsive to community priorities. When the next master plan is approved, any necessary amendments to the Comprehensive Plan should be adopted as needed for implementation. Evolving NeedsPlan goals, objectives and policies are designed to promote trails, open spaces, and parks and recreation facilities that meet the needs of all potential users. Equity and accessibility are important factors shaping city decision-making regarding park access and circulation, the design and placement of play and sports equipment, and improvement and activities that serve users with diverse needs. Equity and equitable design should be considered as the city evaluates parks and recreational needs and prioritizes future investments. New OpportunitiesVacant lands controlled by the city presents interesting opportunities which will be addressed in the city’s park master planning effort. The decision to conserve the vacant land or develop it as a new park is based on numerous management conditions including existing community preferences, available fiscal resources, and the ability to maintain landscapes concurrent with adopted citywide standards and expectations. PARKS & PUBLIC PLACES 96 CLEARWATER 2045 Crest Lake Park Chapter Goals This chapter contains four goals: Goal PPP 1. Equitable DesignPromote the equitable design of trails, open spaces, and parks and recreation facilities to make it safe and easy for residents to be physically active, regardless of their age, race, ethnicity, income, ability, or disability. Goal PPP 2. Parks FacilitiesEnsure that trails, open spaces, and parks and recreation facilities are located throughout the city. Goal PPP 3. Natural Features PreservationPreserve and expand natural features of the city. Goal PPP 4. Impact FeeUtilize the parks and recreation impact fee to improve open spaces and parks and recreation facilities and to create new trails. CLEARWATER COMPREHENSIVE PLAN 97 PPP 1. Equitable DesignGoal PPP 1 Promote the equitable design of trails, open spaces, and parks and recreation facilities to make it safe and easy for residents to be physically active, regardless of their age, race, ethnicity, income, ability, or disability. Objective PPP 1.1 Ensure the city’s system of trails, open spaces, and parks and recreation facilities equitably serves diverse community needs. Policies PPP 1.1.1Ensure that parks and open space amenities provide equal opportunities for all users. PPP 1.1.2Consider a program that would assist residents with disabilities to easily access the city’s trails, open spaces, and parks and recreation facilities. PPP 1.1.3Evaluate and update the Aging Well Master Plan as necessary. PPP 1.1.4Expand access to beach-friendly wheelchairs and the use of beach-accessible mats on public beaches. PPP 1.1.5Continue to provide accessible bicycle parking at all parks and recreation facilities and consider providing accessible bicycle parking within open spaces and along trails. PPP 1.1.6Promote healthy living through the use of trails, open spaces, and parks and recreation facilities for active and passive recreation, organized sports, picnic facilities, environmental programs, youth and adult programs, and special events. PPP 1.1.7Ensure parks and recreation plans account for the city’s diverse population and needs. Beach Wheelchair GoalsMap PARKS & PUBLIC PLACES 98 CLEARWATER 2045 PPP 2. Parks FacilitiesGoal PPP 2 Ensure that trails, open spaces, and parks and recreation facilities are located throughout the city. Objective PPP 2.1 To maintain an adequate level of service (LOS) for existing and future populations. Policy PPP 2.1.1Continue to use four acres of parkland for every 1,000 persons as the parkland LOS and to determine the availability for development or redevelopment. Objective PPP 2.2 Continue to increase the supply of trails, open spaces, and parks and recreation facilities in areas needing additional facilities. Policies PPP 2.2.1Continue to acquire parkland where geographical deficiencies are identified. PPP 2.2.2Continue to review service radii and primary service guidelines for recreation facilities. PPP 2.2.3Continue to locate new community parks adjacent to arterial streets and/or transit routes whenever possible. PPP 2.2.4Continue to locate new neighborhood parks near schools, local or collector roads, and transit routes if feasible. PPP 2.2.5Continue to provide and expand recreation and open space opportunities in the Downtown and Clearwater Beach Activity Centers. PPP 2.2.6Continue to develop greenways and trails as identified in Shifting Gears: Bicycle and Pedestrian Master Plan. PPP 2.2.7Encourage the protection of existing lands designated as Recreation/Open Space (R/OS) on the Future Land Use Map and maintain the provisions of the city charter regarding the required referendum prior to approval of the sale of parklands to ensure adequate public recreation and open space lands within the city. Objective PPP 2.3 Implement and periodically evaluate and update the city’s Parks and Recreation System Master Plan to guide park development throughout the city. Policies PPP 2.3.1Continue to implement the priority, medium- and long-term actions, and continuous actions/policies as detailed in the Parks and Recreation System Master Plan as funds become available. PPP 2.3.2Complete the process of updating the Parks and Recreation System Master Plan by the end of 2023. CLEARWATER COMPREHENSIVE PLAN 99 PPP 2.3.3Incorporate findings from the Parks and Recreation System Master Plan into the Comprehensive Plan by 2025. Children playing basketball at Belmont Park PARKS & PUBLIC PLACES 100 CLEARWATER 2045 PPP 3. Natural Features PreservationGoal PPP 3 Preserve and expand natural features of the city. Objective PPP 3.1 Preserve natural open space areas which constitute aesthetic or ecological community assets. Policies PPP 3.1.1Provide natural open space areas which have the diversity of resources necessary for nature study and the enjoyment of natural assets in order to assure environmental understanding whenever possible. PPP 3.1.2Continue to administer landscape, drainage, and impervious surface regulations in the Community Development Code (CDC) to maintain adequate natural open space within the city. PPP 3.1.3Continue to enhance and maintain existing or create new access to waterbodies. PPP 3.1.4Coordinate recreation planning with other plans concerning water quality, stormwater management, fish and wildlife management, and environmental education. Objective PPP 3.2 Preserve, enhance, and maintain the city’s existing and future trails, open space, and park and recreation facilities. Policies PPP 3.2.1Preserve areas of ecological, historical, or archaeological value for open space and parklands when possible. PPP 3.2.2Continue to maintain environmental integrity of city-owned open spaces and parklands. PPP 3.2.3Continue to enhance city-owned open space and parkland areas by restoring degraded natural communities and eradicating non-native or invasive vegetation. PPP 3.2.4Create additional natural open space through green permeable areas in easements, traffic islands, etc., consistent with the city’s CDC. PPP 3.2.5Utilize xeriscaping techniques where suitable in an effort to conserve potable water while providing aesthetically pleasing landscape. PPP 3.2.6Prohibit future land use categories with potential adverse impacts from locating near open space and parkland areas. PPP 3.2.7Encourage developments with potential adverse impacts to provide mitigation techniques to protect open space and parkland areas. PPP 3.2.8Designate appropriate city-owned lands as Preservation (P) or Recreation/Open Space (R/OS) on the Future Land Use Map whenever feasible. CLEARWATER COMPREHENSIVE PLAN 101 PPP 4. Impact FeeGoal PPP 4 Utilize the parks and recreation impact fee to improve open spaces and parks and recreation facilities and to create new trails. Bicyclist using the Ream Wilson Trail Objective PPP 4.1 Continue administration of the parks and recreation impact fee. Policies PPP 4.1.1Continue to enforce the adopted impact fee requirements of Chapter 54 of the city’s CDC. PPP 4.1.2Expend impact fee funds throughout the city for trails, open space, and parks and recreation facilities. PPP 4.1.3Provide a reduced impact fee to incentivize the development of affordable housing. PARKS & PUBLIC PLACES 102 CLEARWATER 2045 PPP 1. Parks and Recreation Facilities 8 7 2 3 5 4 6 1 S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd PPP 1. Parks and Recreation Facilities Source(s): City of Clearwater Parks and Recreation Department, City of ClearwaterPublic Works Department, Traffic DivisionPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Trail Community Park Environmental Park Neighborhood Park Open Space Park Special Facilities Planning Area 1 Clearwater Beach Recreation Center 2 Countryside Recreation Center 3 Morningside Recreation Complex 4 North Greenwood Recreation Center 5 Ross Norton Recreation Center 6 Shuffleboard and Lawn Bowls Complex 7 The Aging Well Center 8 The Long Center CLEARWATER COMPREHENSIVE PLAN 103 CONSERVATION & COASTAL MANAGEMENT 104 CLEARWATER 2045 CLEARWATER COMPREHENSIVE PLAN 105 Conservation & Coastal Management Conservation & Coastal Management Elements A bright and beautiful future. CONSERVATION & COASTAL MANAGEMENT 106 CLEARWATER 2045 Introduction The Conservation & Coastal Management Chapter provides guidance on natural and built environment protection; improving air quality; sustainability and resiliency; post disaster redevelopment; and educational opportunities. The city is uniquely situated between Old Tampa Bay, Clearwater Harbor, and the Gulf of Mexico. This location increases the city’s vulnerability to flooding, tide, and storm events, and these vulnerabilities need to be assessed with every development or expenditure that occurs within the city, public or private. Chapter policies focus on: • Protecting natural resources from development and contamination; • Protecting residents, visitors, properties, and public facilities and infrastructure from storm events and flooding; • Promoting sustainability and resiliency through city programs, building techniques, and Greenprint 2.0; • Ensuring post-disaster redevelopment complies with current code to reduce future losses; and • Providing outreach and education on sustainability and disaster related topics. Planning Context Conservation, Sustainability, & ResilienceConservation, sustainability, and resilience are overlapping themes guiding policy direction throughout this chapter. • Conservation involves the careful preservation and protection of finite resources. The city currently has protections for sensitive lands within the Community Development Code (CDC) and works with other agencies to protect and preserve sensitive coastal and other natural resources. • Sustainability focuses on addressing the interdependence of environmental, social, and economic systems through careful planning and management. The city committed to sustainability with its adoption of Greenprint 2.0, a policy document that when implemented will lower the city’s reliance on fossil fuels and reduce the city’s carbon footprint with actions such as transitioning to solar energy and fleet conversions to electric vehicles. • Resilience refers to the capacity of systems to recover quickly after adverse situations such as disruptions or disasters. The city is committed to resilience with its hazard mitigation and disaster preparedness efforts as well as proactively seeking out resilient protections to include in the CDC to address sea level rise and storm-related events. CLEARWATER COMPREHENSIVE PLAN 107 Climate Change and Sea Level RiseClimate change is playing a role in sea level rise (SLR) and impacts are already being felt on the beach and in other low-lying areas of the city. Clearwater Beach, Island Estates, and Sand Key are experiencing increases in water pooling after rain events, during high-tide or king-tide, and “sunny day” flooding events. King-tide events occur when the moon causes high-tides to rise to even higher than normal levels. Sunny day events can occur during king-tide events, or even when winds or water currents push sea water through stormwater systems back into streets or yards. These events occur due to stormwater outfalls being constructed decades ago when high tides rose to lower elevations. With SLR, high tides now rise to higher elevations and can partially or completely block these outfalls, leading the stormwater to exit onto streets or into yards. Protecting populations from the effects of flooding is another important component of this chapter. The state requires adoption of a Coastal High Hazard Area (CHHA) in coastal communities, which is the area below the elevation of a category 1 storm surge line as determined by Sea, Lake, and Overland Surges from Hurricanes (SLOSH) model. The city has adopted a Coastal Storm Area (CSA) for flood prone areas to remove permanent populations and certain uses from these areas. The CSA is based off the CHHA, and includes all lands connected to the mainland of Clearwater by bridges or causeways, isolated areas that are inundated by a category 2 hurricane and above that are surrounded by the CHHA or the CHHA and a body of water, and all land located within the Velocity (VE) Zone as designated by the Federal Emergency Management Agency (FEMA). In addition to those criteria, a parcel of land is within the CSA if 20% or more of that parcel falls within the CSA, excluding specific parcels located on the bluffs of Clearwater Harbor. Map CCM 5. CSA & CHHA denote these areas. Flood RiskWith a large portion of the city’s economy being from tourism, development is plentiful on Clearwater Beach, and there are numerous homes and businesses on the shorelines of Clearwater Harbor and Old Tampa Bay, and inland around waterbodies such as Stevenson Creek. The development of Clearwater Beach over the past 20 years has allowed for new structures to be built to higher development standards, but North Clearwater Beach is still mainly comprised of single-family homes built prior to the 1960s. These older structures are more susceptible to flooding and storm-related damages, and with increases in high tide and king tide flooding events, these older structures are likely to experience increased flooding. Currently, the city participates in the National Flood Insurance Program (NFIP) Community Rating System (CRS) and maintains a Class 6 CRS rating. The higher a class rating equates to larger discounts on homeowner’s insurance for residents. Sensitive Ecosystems & WildlifeWith Clearwater being between three waterbodies, habitat and wildlife ecosystems including mangrove forests, seagrass and oyster beds, and beach and dune systems are present and include species of special concern which need additional protection. These areas are sensitive to events such as pollution, water quality degradation, red tide, and cold stress. There has been a slight decline in total seagrass, which can impact the marine ecosystem in numerous ways, including loss of food for marine organisms, decline in water quality, and destabilization of the sea floor. Mangroves and seagrasses help provide habitats for many aquatic plants and animals, but they also help provide shoreline and sea floor stability from storm surge and erosion. These natural protections are often the first line of defense during storms. Additional species of special concern include megafauna like bottlenose dolphins and the Florida manatee; five species of sea turtles; and bird species including the American Oystercatcher, Snowy Plover, Black Skimmer, and Least Terns. All these species of special concern are sensitive to development and other human activities. Birds are protected through the federal U.S. Migratory Bird Treaty Act and through the Florida Endangered and Threatened Species Rule. The megafauna is protected by the federal Endangered Species Act or the Marina Mammal Protection Act in addition to Florida Fish and Wildlife Conservation Commission provisions which limit speed zones for vessels. Portions of CONSERVATION & COASTAL MANAGEMENT 108 CLEARWATER 2045 Mangroves and baby mangroves along Old Tampa Bay Clearwater Harbor and Old Tampa Bay are assigned the most restrictive year-round speed zones. Mangroves and seagrasses are protected by state laws; mangroves through the Mangrove Trimming and Preservation Act (1996), and seagrasses through imposing fines on boaters who damage seagrass with their boat propellers, through Section 253.04(3)(a), F.S. Into the Future Disaster Mitigation As the city navigates to 2045, sea level rise and flooding will continue to increase, and additional steps will be needed to better protect structures, habitats, and people . Protections for mangroves and seagrass will need to be continued, and the use of natural shorelines using mangroves, seagrass, or other native vegetation as well as creating a dune system with native vegetation will be crucial in creating a strong first line of defense from storm surge events. Redevelopment & Risk ReductionAfter a storm event occurs, post disaster redevelopment needs to occur in a manner that reduces risks to populations and the built environment. Considerations will be needed to ensure that the built environment remains resilient to future storm events including flooding and wind damage. Properties that experience repetitive losses to storms events should be relocated to limit risk, and methods and strategies to accomplish relocation will need to be studied as well. CLEARWATER COMPREHENSIVE PLAN 109 GoalsMaps Sustainable StrategiesFocus will also need to shift to utilizing more sustainable and resilient techniques or strategies. The city should implement findings from the solar feasibility study by prioritizing a list of municipal buildings that should receive solar installations. This would allow the city to operate buildings using clean and renewable energy. Additional techniques or strategies include the establishment of development standards for biophilic planning, which is a design technique that focuses on including natural objects such as trees, waterways, and plants into development, and utilizing natural shapes like curves or irregular arcs to mottle light. This type of design can improve mental health and air quality, both of which impact public health overall. Urban farming and food production standards should also be established or expanded. Both items allow for residents to grow their own food and process it locally, which can help protect against transportation inefficiencies or service disruptions, while also reducing stormwater runoff during heavy rainfall. Education & Outreach The city should sustain and expand educational and outreach efforts to build greater understanding about risk, mitigation, and adaptation planning. Wide ranging educational materials through assorted mediums can assist in spreading information to explain why these initiatives, techniques, and strategies are important to the widest audience possible, including residents, businesses, and visitors. For example, explaining that increased CRS scores can lead to lower homeowners’ insurance rates could lead to greater support for flood reduction techniques. City staff will utilize various methods to share information including social media, the city’s website, printed materials, and in person opportunities at events throughout the community. Chapter Goals This chapter contains six goals: Goal CCM 1. Natural Resource Protection Continue to protect, enhance, and conserve natural resources within the city to provide for the long-term accessibility, enhancement, safety, economic viability, and environmental integrity of those resources. Goal CCM 2. Built Environment ProtectionProtect development, redevelopment, and public facility investment from storm events, hurricane winds, and flood risks related to flooding, high-tide events, wind, and sea level rise to reduce property losses. Goal CCM 3. Air QualityWork to increase air quality in the city to improve quality of life and reduce air pollution-related health effects. Goal CCM 4. Sustainability and ResiliencyIntegrate sustainable and resilient techniques into land use, transportation, housing, and infrastructure planning, decision making, and development. Goal CCM 5. Post Disaster RedevelopmentEnsure post-disaster redevelopment occurs in a manner that minimizes public and private vulnerability to future disasters. Goal CCM 6. EducationEducate the public on storm hazard-related risks, flood insurance, the natural environment, and sustainability initiatives and best practices. CONSERVATION & COASTAL MANAGEMENT 110 CLEARWATER 2045 CCM 1. Natural Resource ProtectionGoal CCM 1 Continue to protect, enhance, and conserve natural resources within the city to provide for the long-term accessibility, enhancement, safety, economic viability, and environmental integrity of those resources. Objective CCM 1.1 Continue to protect natural shorelines, dunes, and beaches from encroachment and development. Policies CCM 1.1.1Continue to restore and enhance disturbed or degraded dune and beach areas using native vegetation plantings such as sea oats, seagrasses, mangroves, or other natural materials in lieu of hardened structures to provide stabilization, shoreline protection, and erosion control. CCM 1.1.2Continue to minimize disturbances to natural shorelines, dunes, and beaches which provide stabilization and protect landward areas from storm impacts. CCM 1.1.3Continue to prohibit the disturbance or destruction of dunes and beach areas from any form of construction except for access to and from the beach utilizing elevated walkways. CCM 1.1.4Continue to prohibit unauthorized vehicles from operating or parking on dunes and beaches within the city, unless within designated areas.Dunes and native vegetation are the first line of protection CLEARWATER COMPREHENSIVE PLAN 111 Objective CCM 1.2 Continue to protect floodplains, drainage ways, and all other natural resources from encroachment and development. Policies CCM 1.2.1Guide proposed development or redevelopment away from environmentally sensitive areas. CCM 1.2.2Continue to prohibit development seaward of the Coastal Construction Control Line unless approved by the Florida Department of Environmental Protection (FDEP) and the city. CCM 1.2.3Ensure that any construction within the 100-year floodplain (Zones A and AE, Map CCM 1. Flood Zones) complies with all applicable building requirements and codes. CCM 1.2.4Ensure that proposed development or redevelopment does not encroach on, disturb, or remove natural wetlands without appropriate and approved mitigation techniques. CCM 1.2.5Require mitigation plans for alteration of non-jurisdictional wetlands, floodplains, or lakes at not less than a 1:1 ratio as approved by applicable city departments or divisions and in coordination with the Southwest Florida Water Management District (SWFWMD). CCM 1.2.6Continue to require development or redevelopment to use stormwater facilities or natural filtration techniques to improve the quality and slow the amount of stormwater runoff into drainage basins. CCM 1.2.7Continue to use erosion control management programs during site development or redevelopment to contain site runoff and protect water quality. CCM 1.2.8Protect natural resources and systems through application of local, state, and regional regulations, mitigation and management plans, and permitting procedures as well as through locally instituted land purchase programs. CCM 1.2.9Continue to restore and enhance disturbed or degraded drainage systems and estuaries through upstream detention of stormwater, maintenance of existing drainage channels, widening of bridges, culverts, and other stormwater conveyance systems, limiting impacts to wetlands, and controlling operations of water-dependent uses. CCM 1.2.10Continue to prohibit marinas or similar uses near areas of environmental significance unless appropriate and approved mitigation techniques are provided. CONSERVATION & COASTAL MANAGEMENT 112 CLEARWATER 2045 CCM 1. Flood Zones S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd CCM 1. Flood Zones Source(s): FEMAPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale A / 100 Year Flood, No Base Elevation Detected AE / 100 Year Flood, Base Elevation Detected VE / Coastal Flood Area Planning Area CLEARWATER COMPREHENSIVE PLAN 113 Objective CCM 1.3 Continue to protect, maintain, enhance, and manage wetlands, estuaries, wildlife habitats, conservation areas, and city-owned lands that are in their natural state from unnatural disturbances or adverse impacts from development. Policies CCM 1.3.1Continue to prohibit development that unnecessarily disturbs or destroys native vegetation as found on Map CCM 2. Vegetation. CCM 1.3.2Protect and conserve wetlands found on Map CCM 3. Wetlands by directing incompatible or hazardous future land uses away from wetlands and through prohibition of dredging or filling wetlands other than by natural phenomena. CCM 1.3.3Continue to protect natural and mitigated wetlands, estuaries, conservation lands, marine life, shoreline vegetation, and wildlife habitats, especially threatened or endangered species, through professional wildlife management and habitat restoration techniques. CCM 1.3.4Continue to administer regulations providing for the protection of threatened and endangered species and species of special concern. CCM 1.3.5Continue to protect and preserve riverine floodways and wetlands from disturbance and destruction through application of the CDC. CCM 1.3.6Continue the city's program to remove invasive species from city-owned wetlands, stormwater ponds, or other public lands and encourage residents to remove invasive species from their property. Black Skimmers are protected birds. Photo credit: Pinellas County CONSERVATION & COASTAL MANAGEMENT 114 CLEARWATER 2045 CCM 1.3.7Provide support to county and state efforts to protect mangroves. CCM 1.3.8Continue to protect and recognize the importance of natural ecosystems and city parks as integral parts of the city’s urban environment. CCM 1.3.9Coordinate recreation planning with other plans concerning water quality, stormwater management, fish and wildlife management, and environmental education. CCM 1.3.10Continue to designate environmentally sensitive wetlands, floodways, or other environmentally significant areas with the Preservation (P) future land use category and zoning district. CCM 1.3.11Support the Cooper’s Point water quality project consisting of a new bridge opening in the Courtney Campbell Causeway and the restoration of a channel through Cooper’s Bayou. Kayak launching point at Coopers Bayou CLEARWATER COMPREHENSIVE PLAN 115 CCM 2. Vegetation S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd CCM 2. Vegetation Source(s): Florida Fish and Wildlife Conservation CommissionPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Saltwater Marsh Mangrove Habitats Tidal Flats Salt and Brackish Water Marsh Freshwater Marsh Swamps Scrub, Shrub Wetlands Planning Area CONSERVATION & COASTAL MANAGEMENT 116 CLEARWATER 2045 CCM 3. Wetlands S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd CCM 3. Wetlands Source(s): Florida Department of Environmental ProtectionPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Estuarine and Marine Deepwater Estuarine and Marine Wetland Freshwater Emergent Wetland Freshwater Forested/Shrub Wetland Freshwater Pond Lake Riverine Planning Area CLEARWATER COMPREHENSIVE PLAN 117 CCM 4. Living Marine Resources S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd CCM 4. Living Marine Resources Source(s): Florida Fish and Wildlife Conservation CommissionPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Artificial Reefs Continuous Seagrass Patchy (Discontinuous) Seagrass Planning Area CONSERVATION & COASTAL MANAGEMENT 118 CLEARWATER 2045 Objective CCM 1.4 Continue to protect all city-owned and maintained potable water wells from contamination and conserve current and future water sources. Policies CCM 1.4.1Continue to administer a wellfield protection ordinance to protect potable water wells and wellfields from contamination. CCM 1.4.2Continue to prohibit uses with hazardous materials or waste from locating within protection zones or within the 25-year floodplain. CCM 1.4.3Consider adopting performance standards to reduce the current rates of potable water consumption. CCM 1.4.4Continue to expand reclaimed water service for use in irrigation to limit the use of potable water for irrigation. CCM 1.4.5Continue to study the feasibility of implementing the Groundwater Replenishment Project to recharge the Floridan Aquifer. Objective CCM 1.5 Manage stormwater discharges to preserve, protect, and enhance the water quality of stormwater runoff into receiving waterbodies. Policies CCM 1.5.1Update the stormwater manual to address new technologies and best practices. CCM 1.5.2Review and update waterbody management plans in accordance with the Surface Water Improvement and Management (SWIM) program and develop plans for waterbodies with known or suspected water quality problems as needed. CCM 1.5.3Prepare watershed management plans, including both water quality and flood control considerations, and recommend and update funding sources as necessary. WATERGOAT stormwater system at Lake Belleview CLEARWATER COMPREHENSIVE PLAN 119 CCM 1.5.4Implement city-approved watershed management plans as appropriate and feasible. CCM 1.5.5Revise stormwater plans to include the use of natural features, low-impact development techniques, native vegetation, or other strategies to reduce and improve stormwater runoff from developments. CCM 1.5.6Continue to use stormwater ordinances to regulate stormwater runoff from private developments. CCM 1.5.7Develop water quality specific level of service criteria as required within the provisions of the National Pollution Discharge Elimination System (NPDES) permit issued to Pinellas County. CCM 1.5.8Continue to develop management plans on an ongoing basis for waterbodies with known or suspected water quality problems in the city including Tampa Bay, Clearwater Harbor, Stevenson Creek, Allen’s Creek, and Alligator Creek. CCM 1.5.9Seek to meet applicable goals, guidelines, and regulations established to provide flood protection and pollution abatement in all stormwater management improvements. Stormwater management system in Kapok Park CONSERVATION & COASTAL MANAGEMENT 120 CLEARWATER 2045 CCM 2. Built Environment ProtectionGoal CCM 2 Protect development, redevelopment, and public facility investment from storm events, hurricane winds, and flood risks related to flooding, high-tide events, wind, and sea level rise to reduce property losses. Objective CCM 2.1 Ensure proposed development or redevelopment follows applicable codes to reduce risk and losses due to flooding events and impacts of sea level rise. Policies CCM 2.1.1Ensure proposed development or redevelopment within floodplains is consistent with applicable city plans, the CDC, the Florida Building Code, and the NFIP CRS Program. CCM 2.1.2Continue to bring non-compliant structures into conformance with FEMA standards, applicable building codes, and the CDC. Objective CCM 2.2 Research and implement standards for sustainable and resilient protection within the city’s CDC to address flooding, sea level rise, and storm events for all development in flood-prone and coastal areas of the city. Policies CCM 2.2.1Evaluate current standards to determine if there is a need to require additional flood proofing techniques such as additional freeboard, elevated finished floors, or wet/dry flood proofing for new development or substantial improvements to existing development. CCM 2.2.2Consider revising the city’s substantial improvement and substantial damage regulatory threshold to reduce the number of non-compliant structures. CCM 2.2.3Research and implement resilient standards for dune, beach, natural shoreline, and seawall protection. CCM 2.2.4Consider amendments to permit the installation and use of renewable energy technologies such as solar or scaled wind turbines. CCM 2.2.5Research and incorporate biophilic planning, the strategy of including natural objects and shapes into development, development standards into the CDC to improve air quality and reduce urban heat effects. CCM 2.2.6Consider allowing community gardens to locate within additional zoning districts and allow for expanded urban agriculture and food production activities where appropriate. CLEARWATER COMPREHENSIVE PLAN 121 CCM 2.2.7Provide additional low-impact development techniques in the CDC. CCM 2.2.8Continue to review and update development standards for sea turtle lighting. CCM 2.2.9Establish appropriate development standards for floating solar facilities. CCM 2.2.10Evaluate findings from the Pinellas County Sea Level Rise and Storm Surge Vulnerability Assessment, Tampa Bay Climate Science Advisory Panel Report, or other similar assessments and consider including recommendations. Objective CCM 2.3 Evaluate city funded projects to assess vulnerabilities to maximize effective life spans. Policies CCM 2.3.1Prepare a report that identifies public facilities and infrastructure that is at risk from sea level rise. CCM 2.3.2Utilize vulnerability assessments to determine if a public facility or infrastructure should be built, rebuilt, modified, or relocated. CCM 2.3.3Use the most recent sea level rise planning scenario identified in the Tampa Bay Climate Science Advisory Panel Report when designing critical city infrastructure to ensure that infrastructure lifespans are maximized to the fullest extent possible. CCM 2.3.4During construction or reconstruction, evaluate incorporating stabilization or armoring of roadway shoulders and embankments where flood waters tend to wash roads out. CCM 2.3.5Evaluate the feasibility of elevating roadways above base flood elevations to limit roadway flooding and allow roadways to be used during flooding events. Objective CCM 2.4 Direct permanent populations and certain uses away from the Coastal Storm Area (CSA, as shown on Map CCM 5. CSA & CHHA, which includes the CHHA). Policies CCM 2.4.1Prohibit the location of new or expansion of existing mobile home parks, hospitals, nursing homes, assisted living facilities, or other similar uses within the CSA. CCM 2.4.2Prohibit the transfer of density or intensity and density or intensity averaging of properties or portions of properties within the CSA from outside of the CSA. CCM 2.4.3Limit residential densities on those portions of properties within the CSA in the US 19 Corridor to those that were in place prior to implementation of the US 19 future land use categories as shown on Map CCM 6. US 19 2016 Future Land Uses in CSA and those portions of properties within the CSA in Downtown Clearwater as identified in the Clearwater Downtown Redevelopment Plan. CONSERVATION & COASTAL MANAGEMENT 122 CLEARWATER 2045 CCM 5. CSA & CHHA S Highland AveUnion St Druid Rd S Hercules AveS FortHarrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N FortHarrisonAveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman Rd Belleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew R d CCM 5. CSA & CHHA Source(s): City of Clearwater Planning and Development Department, FEMA Prepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Category 1 (CHHA) Coastal Storm Area VE Zone Line Cat. 5 Boundary Planning Area CLEARWATER COMPREHENSIVE PLAN 123 CCM 6. US 19 Land Uses in CSA CCM 6. US 19 2016 Future Land Uses in CSA Source(s): City of Clearwater Planning and Development DepartmentPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale RL, 5 Units per Acre RLM, 10 Units Per Acre RM, 15 Units Per Acre RH, 30 Units Per Acre R/OG, 15 Units Per Acre CG, 24 Units Per Acre I, 12.5 Units Per Acre CONSERVATION & COASTAL MANAGEMENT 124 CLEARWATER 2045 CCM 2.4.4Continue to allow development and redevelopment consistent with adopted densities and intensities and standards within the CDC and Beach by Design: A Preliminary Design for Clearwater Beach and Design Guidelines. Objective CCM 2.5 Ensure that certain uses have approved disaster or evacuation plans, that adequate hurricane evacuation times are maintained, and evaluate ways to reduce evacuation times. Policies CCM 2.5.1Require disaster plans for hospitals, nursing homes, assisted living facilities, or other similar uses as required by law, to be sent to Pinellas County Emergency Management and kept on file with the city's Emergency Management Coordinator. CCM 2.5.2Require new or redeveloped, and encourage existing, overnight accommodation uses located within the CSA to have a city-approved hurricane evacuation plan for all guests. CCM 2.5.3Continue to use 16-hours (Evacuation Zone A) as the adopted level of service standard for out-of-county hurricane evacuation clearance time for a category 5 storm event. CCM 2.5.4Evaluate development on Clearwater Beach or Sand Key to ensure evacuation mitigation strategies are provided if it is evident that such development will impede adopted evacuation times. CCM 2.5.5Continue to utilize the hurricane evacuation zones identified on Map CCM 7. Evacuation Zones, during storm warnings and update the map as needed. CCM 2.5.6Continue to review and update Map CCM 8. Evacuation Routes, as necessary to ensure populations can safely evacuate during storm events. CCM 2.5.7Ensure that all appropriate efforts are made to evacuate vulnerable populations during storm events. Objective CCM 2.6 Explore designating Adaptation Action Areas (AAAs) for areas vulnerable to flooding and sea level rise. Policies CCM 2.6.1Map designated AAAs and define strategies applicable to development, redevelopment, and investment in public facilities, infrastructure, and utilities. CCM 2.6.2Evaluate the costs and benefits of adaptation alternatives in the design and siting of new infrastructure or the fortification or retrofitting of existing infrastructure. CCM 2.6.3Evaluate strategies after adoption and mapping to ensure the use of the most up-to-date data for vulnerability assessments in AAAs. CLEARWATER COMPREHENSIVE PLAN 125 CCM 7. Evacuation Zones S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside BlvdUnion St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd CCM 7. Evacuation Zones Source(s): Pinellas County Emergency ManagementPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale A B C D E Planning Area CONSERVATION & COASTAL MANAGEMENT 126 CLEARWATER 2045 CCM 8. Evacuation Routes S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd CCM 8. Evacuation Routes Source(s): Pinellas County Emergency ManagementPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Evacuation Routes Planning Area CLEARWATER COMPREHENSIVE PLAN 127 Objective CCM 2.7 Continue to protect and preserve access to public beaches. Policies CCM 2.7.1Enhance access to public beaches through development of recreational lands, land acquisition or easements, and maintenance of public access and parking to beaches renourished with public funds. CCM 2.7.2Continue to enforce the Coastal Zone Protection Act of 1985 by prohibiting vacations of existing or future beach access ways and recognizing that all public access ways, street ends, waterfront parks, and parking areas are beach access easements. Public beach access on North Clearwater Beach CONSERVATION & COASTAL MANAGEMENT 128 CLEARWATER 2045 CCM 9. Public Access S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd CCM 9. Public Access Source(s): Pinellas CountyPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Canoe Launches Boat Ramps Inlets Passes Public Beach Access Planning Area CLEARWATER COMPREHENSIVE PLAN 129 CCM 3. Air QualityGoal CCM 3 Work to increase air quality in the city to improve quality of life and reduce air pollution-related health effects. Objective CCM 3.1 Support and implement policies and programs that reduce the city’s carbon footprint and protect or improve air quality. Policies CCM 3.1.1Continue to protect and improve ambient air quality through administration of applicable standards in the Florida Administrative Code, FDEP rules, or other codes. CCM 3.1.2Research methods and strategies, such as anti-idling policies, to reduce air pollution caused by motor vehicles or other equipment. CCM 3.1.3Continue to promote the use of clean energy resources that do not degrade air quality. Child standing behind a butterfly garden at Plaza Park CONSERVATION & COASTAL MANAGEMENT 130 CLEARWATER 2045 CCM 4. Sustainability & ResiliencyGoal CCM 4 Integrate sustainable and resilient techniques into land use, transportation, housing, and infrastructure planning, decision making, and development. Objective CCM 4.1 Increase the use of sustainable and resilient programs or techniques. Policies CCM 4.1.1Consider developing a pilot program for commercial composting. CCM 4.1.2Continue to support residential composting through the Clearwater Creates Compost online course. CCM 4.1.3Explore the creation of a vertical oyster garden at suitable municipal locations. CCM 4.1.4Consider creating a residential rain barrel program. CCM 4.1.5Explore restarting a solar co-op program. CCM 4.1.6Consider creating community garden or other grants to help increase the use of sustainable or resilient techniques. Objective CCM 4.2 Promote the use of sustainable and resilient building techniques and renewable energy sources in development, renovation, and rehabilitation. Policies CCM 4.2.1Encourage and incentivize the use of green building standards by using resources such as those available through Global Green USA. CCM 4.2.2Encourage affordable housing projects to utilize US Green Building Council’s (USGBC) Leadership in Energy and Environmental Design (LEED) principles or the Florida Green Building Coalition’s (FGBC) Green Land Development and Building Standards. CCM 4.2.3Develop incentives for LEED- and FGBC-certified buildings. CCM 4.2.4Increase the supply of sustainable residential units that reduce greenhouse gas emissions through the use of sustainable designs and land development practices. CCM 4.2.5Consider creating and implementing development incentives for energy-efficient infill development or redevelopment within activity centers and commercial corridors. CCM 4.2.6Transition city operations to 100% renewable, zero-emission, clean energy electricity by 2040, and citywide by 2050 in accordance with the Ready for 100 Program. CLEARWATER COMPREHENSIVE PLAN 131 Objective CCM 4.3 Continue to implement and evaluate Greenprint 2.0 to decrease energy consumption and increase the city’s resiliency and sustainability. Policies CCM 4.3.1Continue to implement energy management and conservation programs by reducing energy demand and maximizing efficiency in all city facilities and operations. CCM 4.3.2Transition the city’s fleet into alternative fuel vehicles by 2040 as vehicles are replaced. CCM 4.3.3Evaluate the findings from the Solar Feasibility Study and implement solar installations on municipal buildings. CCM 4.3.4Encourage the restoration and reuse of buildings as an alternative to demolition. CCM 4.3.5Identify public and semi-public lands that would be suitable for food production pilot projects. Solar installation on The Sound CONSERVATION & COASTAL MANAGEMENT 132 CLEARWATER 2045 CCM 5 Post Disaster RedevelopmentGoal CCM 5 Ensure post-disaster redevelopment occurs in a manner that minimizes public and private vulnerability to future disasters. Objective CCM 5.1 Ensure that post-disaster redevelopment reduces future risks, restores natural resources, and limits public expenditures to only those necessary. Policies CCM 5.1.1Prepare an inventory of properties for acquisition and removal by the city with clear criteria for use of acquisition resources. CCM 5.1.2Continue to review FEMA’s inventory of repetitive loss properties and work with state officials to improve the process of reducing vulnerability and loss for listed properties. CCM 5.1.3Establish criteria to limit future development or redevelopment in areas that experience repeated damage or properties that suffer repetitive losses. CCM 5.1.4Consider declaring building moratoriums when 50% or more of the homes in the CSA have been destroyed to evaluate impacts and feasibility of redevelopment. CCM 5.1.5Allow for redevelopment of structures in AE and V Zones where damage is greater than 50% of the assessed value prior to damages, consistent with adopted densities or as-built densities at the time of storm damage in accordance with applicable building codes, the CDC, and FEMA requirements. CCM 5.1.6Continue to require that structures rebuild to current building codes, CDC provisions, and FEMA requirements. CCM 5.1.7Prioritize public expenditures that restore or enhance natural resources including program improvements. CCM 5.1.8Ensure that necessary infrastructure improvements are constructed in a phased approach to coincide with development demands to reduce the risk of loss. CCM 5.1.9Continue to manage, repair, or rebuild damaged critical infrastructure and facilities that are necessary to serve populations and minimize future storm and flooding damages. CCM 5.1.10Evaluate relocating non-critical public infrastructure and facilities outside of flood prone areas. CLEARWATER COMPREHENSIVE PLAN 133 CCM 6. EducationGoal CCM 6 Educate the public on storm hazard-related risks, flood insurance, the natural environment, and sustainability initiatives and best practices. Objective CCM 6.1 Continue to conduct community outreach and education campaigns. Policies CCM 6.1.1Create and provide clear, credible, and compelling information on sustainability in a wide variety of venues and formats. CCM 6.1.2Partner with AMPLIFY Clearwater to develop informational programs about hurricane preparedness for local businesses. CCM 6.1.3Continue to communicate about flood-related risks and hazards and conduct NFIP community workshops on the benefits of acquiring flood insurance, and future requirements to have flood insurance. CCM 6.1.4Promote educational programs encouraging the preservation of the natural environment at parks and recreation facilities. CCM 6.1.5Continue to promote environmental education through various programs and communications channels including social media, websites, television, brochures, lectures, and other innovative methods. CCM 6.1.6Educate the public on the benefits and promote the use of “Florida friendly” and drought tolerant vegetation and ground cover as it relates to conserving potable water. CCM 6.1.7Provide “green building information” to local area housing providers. CCM 6.1.8Educate residents on the benefits of using energy-efficient appliances and fixtures. Sustainability community outreach event CONSERVATION & COASTAL MANAGEMENT 134 CLEARWATER 2045 CCM 10. Soils S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd CCM 10. Soils Source(s): US Department of Agriculture, Natural Resources Conservation ServicePrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Beaches Dumps Muck Pits Sands Soils Urban Land Planning Area CLEARWATER COMPREHENSIVE PLAN 135 SUPPORT SERVICES 136 CLEARWATER 2045 CLEARWATER COMPREHENSIVE PLAN 137 Support Services Public Utilities Element A bright and beautiful future. SUPPORT SERVICES 138 CLEARWATER 2045 Introduction The Support Services Chapter offers guidance for the provision and maintenance of the city’s operational functions including public utilities, solid waste and recycling, stormwater management, Clearwater Gas System, police, fire and emergency medical services (EMS), emergency management, library services, and other general support services. This chapter addresses conventional public utilities including potable water, sanitary sewer, reclaimed water, stormwater, and solid waste and recycling. Additionally, gas, police, fire and EMS, library, and general support services are also addressed because the Plan should be all inclusive of services that impact future growth and capital investment decisions. Chapter policies focus on: • Ensuring public utilities and solid waste and recycling services are provided to all properties within the city at acceptable levels of service; • Reducing and improving stormwater runoff; • Exploring with Clearwater Gas the expansion into the renewable energies market; • Updating emergency management and hazard mitigation plans regularly; and • Providing public services to meet the needs of the residents, tourists, and businesses of Clearwater. Planning Context Potable Water & Sanitary SewerThe city maintains potable water and sanitary sewer (wastewater) systems with over 580 miles of water pipes and over 410 miles of sewer pipes. The potable water system is governed by a master plan and must be consistent with Southwest Florida Water Management District (SWFWMD) plans. Likewise, the sanitary sewer system is governed by a master plan that must be consistent with Florida Department of Environmental Protection (FDEP) plans. As with most cities that were incorporated in the early 1900’s, the city’s potable water and sanitary sewer pipes are nearing the end of their useful lifespans. The city is focused on repair and replacement of potable water and sanitary sewer systems rather than expansion to areas without sanitary sewer service to ensure that existing services are not interrupted. Reclaimed Water Reclaimed water, commonly referred to as “purple pipes”, is available in Island Estates, Skycrest, Del Oro Groves, Morningside, and Harbor Oaks and on Clearwater Beach. There are also areas of Lake Belleview, North Greenwood, and neighborhoods near Baycare Ballpark, Lake Chautauqua, and Glen Oaks Park where reclaimed is available. The city has over 140 miles of reclaimed water pipes that are primarily used for irrigation to conserve potable water use. StormwaterThe city maintains numerous stormwater systems including ponds, lakes, ditches, pipes, or other stormwater structures typically located in a city road right-of-way or within an easement. The city has over 150 miles of stormwater pipes and over 115 miles of stormwater underdrains, which are perforated pipes in a gravel bed used in soils with poor filtration rates to allow stormwater to percolate through and move downstream. CLEARWATER COMPREHENSIVE PLAN 139 Any new development or redevelopment is required to account for their potential stormwater runoff and meet the guidelines outlines in the stormwater manual. City stormwater plans are determined by the Surface Water Improvement and Management (SWIM) program and provisions of the National Pollution Discharge Elimination System (NPDES). Solid WasteThe city handles solid waste and recycling collection for over 27,000 customers, including approximately 3,600 commercial dumpsters, 28,000 black and blue barrels for solid waste and recycling, 400 multifamily recycling carts, 210 roll-off containers, and 90 compactors. The current city solid waste and recycling facility was built in 1994, is not storm resistant, and no longer meets the demands for storage of recyclable materials. In 2020, a new transfer station was opened which can handle approximately 650 tons of solid waste and has built-in excess capacity for up to three days of waste. Additionally, the department has recently converted all 71 of their heavy vehicles to use compressed natural gas (CNG) rather than diesel. CNG burns cleaner and emits cleaner emissions into the atmosphere. Clearwater GasClearwater Gas System is a unique utility in that it provides natural gas for city residents and businesses, as well as to customers throughout northern Pinellas County into Pasco County and to numerous beach communities south to Redington Beach. Clearwater Gas has replaced 72 miles of pipelines over the past 15 years, 52 miles of bare steel and 20 miles of cast iron. These types of pipes have not been utilized in gas construction since 1971, and the removal of this pipe has resulted in lower gas and methane leaks on the system, which create a more reliable and safe distribution system for nearly 32,000 customers. PolicePolice personnel serve the city through three districts with nearly 400 employees and over 350 vehicles. The department also maintains three substations located in the North Greenwood, Lake Belleview, and Wood Valley neighborhoods. In North Greenwood, the department partners with United Way and provides youth and adult vocational assistance as well as other social services, and police staff using the Lake Belleview building share it with a dental clinic. Fire & RescueFire and rescue personnel serve in an all-hazards fire department that is the second largest in Pinellas County. The term “all-hazards” simply means the department responds to any type of disaster including fires, crashes, or building collapses. The department has 195 certified firefighters, along with approximately 27 civilian staff which includes the city’s lifeguards. Services are provided through eight stations throughout the city and eight lifeguard towers located on Clearwater Beach. Map SS 2. Public Services Facilities shows the locations of the police and fire stations and the city’s libraries. Emergency ManagementEmergency management personnel oversee preparation of city departments, staff, and residents for disasters that could occur, namely tropical storms and hurricanes. Staff is working to gather relevant information from all city departments and reviewing it against the Continuity of Operations Plan (COOP) to determine where deficiencies exist. Emergency management personnel will perform voluntary vulnerability assessments upon request for businesses to assist them in preparation for and protection against future disasters. LibraryThe city’s libraries provide numerous programs and have over 531,000 items in circulation for residents of all ages through use of the five library branches. The items in circulation include books, DVDs, computer stations, video games, and boardgames. Some of the programs offered through the library are continuing education, tutoring, small business assistance, and tax preparation assistance. There are 99 employees within the library system, of which 40 are librarians. General SupportThe general support personnel are responsible for and oversee the care of 180 SUPPORT SERVICES 140 CLEARWATER 2045 Reverse Osmosis Plant #2 city-owned or leased buildings which total just over 1.8 million square feet. They are also responsible for and oversee the care of 6,000 tons of mechanical equipment, which includes fleet vehicles, HVAC systems, and others. Into the Future As the city moves into the future, the focus should continue to be providing public utilities and services in a safe, efficient, and cost-effective manner while maintaining adequate capacity and levels of service to accommodate the existing population. Potable Water & Sanitary SewerFuture projects related to the potable and reclaimed water and sanitary sewer systems will be based on findings from updated master plans, Supervisory Control & Automated Data (SCADA) Master Plans, and other regulatory initiatives. The city will be consolidating the three wastewater reclamation facilities (WRFs) into one combined facility, so future sanitary sewer projects will work to achieve that direction. Reclaimed WaterA reclaimed water master plan is currently being developed and is anticipated to include areas for expansion and means to address recent legislation calling for increased reclaimed water availability. The city is currently working to expand reclaimed water service to additional areas of the city, and coordinating those expansions as other utility or infrastructure work is being done to keep construction-related disturbances to a minimum. StormwaterFuture stormwater projects will be based on updated operating permits or SWIM plans. Large-scale stormwater projects will be dependent upon property acquisition to enable restoration of natural floodplains. The city will need to continue to evaluate its stormwater and watershed plans to provide up-to-date best management practices and to maximize the efficiency of systems. Solid WasteThe city will continue to evaluate options to convert vehicles over to CNG or electric to reduce greenhouse gas emissions. Additionally, the city has begun discussions on reconstruction of the solid waste and recycling facility to provide more space for recycling as well as create a more storm-resistant structure. Educating residents about contamination and its impact on recycling and working with other jurisdictions on a consistent recycling message will improve the success of the city’s recycling program. CLEARWATER COMPREHENSIVE PLAN 141 Clearwater GasWhile the Gas System currently offers retail sales of and repairs of appliances, that portion of their operation is not as widely known as it could be. Future efforts will include opportunities to better market not only the Gas System as a whole, but with specific campaigns to highlight the underutilized retail sales and appliance repair. Additionally, Clearwater Gas is exploring selling off their propane operations and expanding into the renewable energies market. Propane accounts for nearly 430,000 gallons per year in sales, and propane (i.e. liquified petroleum) is a heavier hydrocarbon compared to natural gas (methane), and does not burn as clean as natural gas. PoliceAdditional staff, including police officers, detectives, or others, will likely be needed to continue to provide progressive and effective crime prevention. The city will need to continue to evaluate law enforcement buildings and vehicles to determine if additional resources are needed. Fire & RescueClearwater 2045 calls for continued growth within the city’s activity centers, which will likely take the form of multi-family development and mixed-use buildings, and result in increased traffic until the county’s transit system is more robust. In Downtown and the city’s older neighborhoods, rights-of-way widths are sometimes limited. Fire and rescue personnel must continue to follow best practices for serving the community as its population grows and form of development continues to evolve. Other types of apparatus may be needed to serve these areas, and staffing levels will need to be evaluated to ensure that the baseline response time of 7 ½ minutes continues to be met. Emergency ManagementFor the city to be best prepared before, during, and after storm events or other disasters, emergency management personnel are looking to build a central location that will store all necessary emergency equipment, such as generators or vehicles. A Community Emergency Response Team (CERT) is being considered which would also allow for better and quicker responses after disasters. LibraryAs the needs of residents evolve over the coming years, the Library System will be looking to increase space for community meetings, group collaboration, and individual and group study. Library personnel will be looking to facilitate the discovery and exploration of specialized interests such as science, technology, engineering, and mathematics (STEM) and science, technology, engineering, arts, and mathematics (STEAM) by adding new technology and equipment throughout the libraries. General SupportThe building and maintenance personnel are committed to providing quality planning, design, and management of all city-owned and leased buildings and equipment. SUPPORT SERVICES 142 CLEARWATER 2045 GoalsMaps Chapter Goals This chapter contains 11 goals: Goal SS 1. Potable WaterContinue to provide and maintain a permanent potable water supply system to meet anticipated demand while providing maximum practical protection to the environment at a cost consistent with the public’s ability and willingness to pay. Goal SS 2. Sanitary SewerContinue to provide high quality, reliable, and efficient sanitary sewer service in an environmentally sound manner to protect public health and safety. Goal SS 3. Reclaimed WaterContinue to provide, develop, and maintain a permanent reclaimed water supply system at a cost consistent with the public’s ability and willingness to pay. Goal SS 4. StormwaterContinue to provide the most cost effective and efficient provision of stormwater management and discharge and provide maximum practical protection to persons, property, and the natural environment. Goal SS 5. Solid WasteContinue to provide solid waste collection and disposal services that balance reliability, environmental impacts, costs, and safety. Goal SS 6. Clearwater GasContinue to provide and expand cost effective gas energy solutions and related products to customers in Pinellas and Pasco Counties. Goal SS 7. PoliceContinue to provide effective, professional, and dependable law enforcement services to every resident, visitor, and business. Goal SS 8. Fire & RescueContinue to provide emergency services with a focus on quality, cost effectiveness, and all-hazard mitigation for all residents, visitors, and businesses. Goal SS 9. Emergency ManagementSupport emergency management initiatives to increase hazard mitigation and preparation to protect the city’s residents, visitors, businesses, and structures. Goal SS 10. Library SystemContinue to provide quality information, continuous learning, and innovative services at city libraries that anticipate and support the needs of residents, visitors, and businesses. Goal SS 11. General Support ServicesContinue to provide building and maintenance services that produce timely, quality, and cost-effective solutions. Inside of the Countryside Library CLEARWATER COMPREHENSIVE PLAN 143 SS 1. Potable WaterGoal SS 1 Continue to provide and maintain a permanent potable water supply system to meet anticipated demand while providing maximum practical protection to the environment at a cost consistent with the public’s ability and willingness to pay. Objective SS 1.1 Continue to maintain an adequate level of service (LOS) for existing and future populations. Policy SS 1.1.1Continue to use 100 gallons per capita per day (GPCD) at a minimum pressure of 40-45 pounds per square inch as the potable water LOS and to determine the availability for development or redevelopment. Objective SS 1.2 Continue to provide sound fiscal management for the operation and maintenance of potable water service in the city’s service area. Policies SS 1.2.1Continue utilizing fees charged to users of water service to cover system operating costs, repayments of capital costs, and allow for repair and replacement of existing facilities. SS 1.2.2Evaluate new rate structures as necessary. SS 1.2.3Continue to refine the water conservation rate structure for residential water meters, lawn meters, and all other water meters permitted by the city. SS 1.2.4Prioritize and schedule major improvements associated with the water system as a component of the capital improvement program. SS 1.2.5Continue to seek financial support for the water system through grant programs administered by appropriate state and federal agencies. Objective SS 1.3 Continue to maintain the water system in a safe, sound, and efficient manner. Policies SS 1.3.1Update the Water Supply Facilities Work Plan within 18 months after SWFWMD updates their Regional Water Supply Plan. SS 1.3.2Monitor the operation of the water distribution system with the intent of proactively repairing and replacing deficient portions of the system. SS 1.3.3Require, at the time of application for connection to the potable water system, that minimum fire flows and hydrant spacing be consistent with fire district standards and that proper sized water pipes are installed to provide desired fire flow rates based on the most recent Insurance Service Office (ISO) Report. SUPPORT SERVICES 144 CLEARWATER 2045 SS 1.3.4Require private fire hydrants to be owned and maintained by the property owner(s) pursuant to city regulations. Objective SS 1.4 Provide adequate quantity and quality of potable water service to all customers of the Clearwater service area. Policies SS 1.4.1Continue to construct potable water system improvements which will provide adequate quantity, pressure, and duration of fire flows. SS 1.4.2Continue to identify, acquire, and develop sources of potable water supply and methods of potable water treatment to meet existing and future demand through techniques such as well rehabilitation or exploration of drilling new wells in accordance with the most recent version of the adopted Water Supply Facilities Work Plan. SS 1.4.3Continue to provide water service to properties within unincorporated Pinellas County that reside in the city’s service area where sufficient capacity and quality of water exists. SS 1.4.4Analyze the condition and adequacy of any potable water distribution system that the city may inherit through annexation and require the property owner or developer to prepare cost estimates for upgrading those systems to meet city requirements. Costs for such improvements shall be the responsibility of the property owner or developer. SS 1.4.5Prior to issuance of a building permit, a design for potable water distribution system improvements shall be prepared by the developer and approved by the city. The developer shall pay the costs of any necessary improvements to the existing potable water distribution system to accommodate the new development. SS 1.4.6Continue to extend water services to jurisdictions outside the city’s service area through interlocal or other agreement. Objective SS 1.5 Continue to develop a potable water system that is compatible with the environment and seeks to conserve and protect sensitive natural resources. Policies SS 1.5.1Continue implementation of the most current Water Restriction Ordinance. SS 1.5.2Continue providing educational awareness and materials to inform citizens of the need and opportunities for conserving potable water. SS 1.5.3Continue to develop strategies aimed at reducing potable water consumption. SS 1.5.4Research and evaluate potable water re-use alternatives. CLEARWATER COMPREHENSIVE PLAN 145 SS 1.5.5Ensure that potable water management projects are designed and operated to maintain and enhance natural systems, as well as man-made systems, by working closely with SWFWMD when proposing new projects and potable water management programs. Objective SS 1.6 Continue to protect all natural recharge areas having functional hydrological characteristics. Policies SS 1.6.1Continue to protect groundwater quality by enforcing the Wellhead Protection Ordinance within the areas identified on Map SS 1. Potable Water Wells. SS 1.6.2Recognize the importance of groundwater aquifer recharge in the hydrological process and the need for natural groundwater recharge as an integral component of the city’s urban environment. Potable water plant SUPPORT SERVICES 146 CLEARWATER 2045 SS 1. Potable Water Wells S Highland AveUnion St Belleair Rd Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveCleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd SS 1. Potable Water Wells Source(s): City of Clearwater Public Utilities DepartmentPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Active 500 ft Protection Zone Planning Area CLEARWATER COMPREHENSIVE PLAN 147 SS 2. Sanitary SewerGoal SS 2 Continue to provide high quality, reliable, and efficient sanitary sewer service in an environmentally sound manner to protect public health and safety. Objective SS 2.1 Continue to maintain an adequate LOS for existing and future populations. Policy SS 2.1.1Continue to use an average of 100 GPCD as the sanitary sewer LOS and to determine the availability for development or redevelopment. Objective SS 2.2 Continue to provide sound fiscal management for the operation and maintenance of the sanitary sewer system in the city's service area. Policies SS 2.2.1Continue utilizing fees charged to users of wastewater collection and treatment service to fund all system operations and maintenance costs. SS 2.2.2Ensure sanitary sewer charges reflect all operational costs consistent with the amount of wastewater generated by each user. SS 2.2.3Periodically evaluate new rate structures as necessary per requirements of FDEP and U.S. Environmental Protection Agency (EPA). SS 2.2.4Continue to require the wastewater collection and treatment systems to be a self-sustaining utility enterprise with rates based on sound engineering and economic principles. SS 2.2.5Ensure that sanitary sewer revenues are sufficient to fund repair and replacement projects on a pay-as-you-go basis. Objective SS 2.3 Continue maintaining the sanitary sewer service system in a safe, sound, and efficient manner. Policies SS 2.3.1Continue to maintain the wastewater collection system to serve existing development. SS 2.3.2Require properties with failing septic tanks and package treatment plants, as determined by the Pinellas County Health Department or the FDEP to have an adverse impact on the environment, to connect to the city’s sewer system. When such connections can be made, the system must be upgraded to city standards. SS 2.3.3Encourage annexation of developments which have deficient sewer systems. Prior to annexation, a design for sewer system improvements shall be prepared by the property owner or developer and approved by the city, and the costs for such improvements shall be the responsibility of the property owner or developer. SUPPORT SERVICES 148 CLEARWATER 2045 SS 2.3.4Continue to allow the extension of sanitary sewer services to properties outside the corporate limits of the city through the agreement to annex or annexation process including review to ensure sufficient capacity exists to serve the areas committed to city service, as well as those proposed for service. SS 2.3.5Prior to issuance of a building permit, a design for sewer system improvements if required shall be prepared by the developer and approved by the city. The developer shall pay the costs of any necessary improvements to the existing wastewater collection system to accommodate the new development. SS 2.3.6Fully implement improvements to comply with Senate Bill 64 (2021), plans to eliminate nonbeneficial surface water discharges, by January 1, 2032 or as amended. Objective SS 2.4 Continue to produce advanced wastewater treatment (AWT) effluent at all water reclamation facilities (WRFs) in accordance with FDEP and U.S. EPA requirements. Policies SS 2.4.1Continue to improve/expand the wastewater systems to accommodate future development, recognizing that certain developments may be required to fund such improvements. SS 2.4.2Continue to pursue project improvements to WRFs which will minimize energy, water, and other resource needs in order to preserve these valuable resources. SS 2.4.3Continue to implement projects that support the city’s decision to consolidate the WRFs. SS 2.4.4Include measures to address odors emitted from WRFs in capital projects, where appropriate. Marshall Street WRF CLEARWATER COMPREHENSIVE PLAN 149 SS 3. Reclaimed WaterGoal SS 3 Continue to provide, develop, and maintain a permanent reclaimed water supply system at a cost consistent with the public’s ability and willingness to pay. Objective SS 3.1 Continue to maintain the reclaimed water system in a safe, sound, and efficient manner. Policies SS 3.1.1Monitor water quality and the operation of the reclaimed water distribution system with the intent of repairing and replacing deficient portions of the system as a component of the capital improvement program. SS 3.1.2Continue to develop the use of reclaimed water for irrigation of city parks, golf courses, ball fields, soccer fields, and other appropriate land uses in an effort to conserve potable water. SS 3.1.3Continue to encourage long-term agreements with golf course operators and other individuals or groups to use reclaimed water for irrigation. Objective SS 3.2 Continue to provide sound fiscal management for the operation and maintenance of reclaimed water service in the city’s service area. Policies SS 3.2.1Continue utilizing fees charged to users of reclaimed water service to cover system operating costs, repayments of capital costs, and allow for repair and replacement of existing facilities. SS 3.2.2Continue to evaluate reclaimed water rates with goals of user acceptance and cost recovery. SS 3.2.3Prioritize and schedule major improvements associated with the reclaimed water system as a component of the capital improvement program. Objective SS 3.3 Continue to develop a reclaimed water system that is compatible with the environment and seeks to conserve and protect sensitive natural resources. Policy SS 3.3.1Expand the reclaimed water system in accordance with the Reclaimed Water Master Plan, after final approval, in an effort to optimize potable water conservation efforts. SUPPORT SERVICES 150 CLEARWATER 2045 SS 4. StormwaterGoal SS 4 Continue to provide the most cost effective and efficient provision of stormwater management and discharge and provide maximum practical protection to persons, property, and the natural environment. Objective SS 4.1 Continue to maintain an adequate LOS for existing and future populations. Policy SS 4.1.1Continue to use the following LOS standards for stormwater design: • For all new street development, use the 10-year storm frequency using the rational design method. • Use the 25-year storm frequency with positive outfall for major storm systems with basin time of intensities controlling the duration*. • For development or redevelopment with no outfall and discharge to street right-of-way, use the 50-year storm frequency. • For development or redevelopment with no outfall and discharge across private property, use the 100-year storm frequency. * Design standards for stormwater quality treatment/storage quantity shall conform to the current SWFWMD requirement [Presently being the SCS Unit Hydrograph design method, using the design storm frequency and a twenty-four (24) hour duration for sites ten (10) acres or more, and the rational design method for sites under ten (10) acres.] Objective SS 4.2 Continue to provide sound fiscal management of the stormwater management systems in accordance with the watershed management plans and concurrent with their implementation. Policies SS 4.2.1Continue to finance the operation and maintenance of the stormwater management systems through revenues from the city’s stormwater utility fee. SS 4.2.2Evaluate new rate structures as necessary. SS 4.2.3Continue to utilize stormwater fees to fund public improvements. SS 4.2.4Continue to provide and maintain a stormwater management systems throughout the city that will afford the most economically feasible protection to residents and property. SS 4.2.5Continue to upgrade or improve all stormwater management systems where deficiencies exist. CLEARWATER COMPREHENSIVE PLAN 151 Objective SS 4.3 Seek unique funding opportunities to improve stormwater systems throughout the city and the region. Policies SS 4.3.1Continue to seek and be on notice of financial support for system improvements through grant programs administered by state and federal agencies. SS 4.3.2Evaluate methods of financing stormwater management system improvements and new stormwater infrastructure construction to determine the most feasible and equitable arrangement, both citywide and in local problem areas. SS 4.3.3Pursue a system of regional stormwater management which is both economically and environmentally sound. Objective SS 4.4 Ensure development and redevelopment meet applicable stormwater management standards and utilize design techniques and strategies that maximize efficiency of stormwater systems. Policies SS 4.4.1Periodically review and amend the stormwater manual to include updated best practices or other design standards. SS 4.4.2Require development and redevelopment activities to comply with all stormwater management design standards and criteria. SS 4.4.3Prohibit structural development where it is determined that such development will have an adverse impact on stormwater storage areas, increase flood prone areas, significantly increase rates of runoff, or cause other unfavorable drainage conditions. SS 4.4.4Limit development that will result in buildings constructed within or over stormwater retention ponds, streams, or channels. SS 4.4.5Ensure proper access to stormwater systems for effective operation and maintenance. SS 4.4.6Continue to provide a program of regular maintenance to the stormwater management system to ensure maximum efficiency and performance. SS 4.4.7Utilize natural and man-made wetlands as a means to provide stormwater management wherever possible. SS 4.4.8Continue to utilize multiple use facilities, such as recreational open space uses, as stormwater management systems, where appropriate. SS 4.4.9Continue to designate wetlands as Preservation (P) on the Future Land Use Map. SUPPORT SERVICES 152 CLEARWATER 2045 Objective SS 4.5 Protect and enhance the quality of receiving waterbodies through the use of best management practices in accordance with adopted watershed management plans. Policies SS 4.5.1Continue to comply with applicable SWFWMD, state, and federal requirements, including SWIM plans. SS 4.5.2Continue to require the use of best management practices before, during, and after construction activities to prevent water pollution resulting from erosion and siltation. SS 4.5.3Continue to require vegetated swales, sodding, and appropriate landscaping as components of the drainage system for natural filtration before final discharge into receiving waterbodies. SS 4.5.4Maximize water recharge potential in designing stormwater management improvements by utilizing natural wetland areas for stormwater storage. SS 4.5.5Continue to identify impaired waterbodies and prioritize them for improvement and enhancement. SS 4.5.6Monitor major stormwater management outfalls and receiving waterbodies to identify the quality of stormwater runoff and the impact on receiving waterbodies. Stormwater pond with an egret SS 4.5.7Continue to upgrade and retrofit city-owned drainage system facilities and include stormwater treatment for water quality in accordance with the stormwater management plans. SS 4.5.8Continue utilizing the street sweeping schedule to aid in reduction of pollution into stormwater systems and add appropriate sized street sweeping vehicles to be used on trails, complete streets, or similar applications. CLEARWATER COMPREHENSIVE PLAN 153 SS 5. Solid WasteGoal SS 5 Continue to provide solid waste collection and disposal services that balance reliability, environmental impacts, costs, and safety. Objective SS 5.1 Continue to maintain an adequate LOS for existing and future populations. Policy SS 5.1.1Continue to use 1.3 tons per person per year (7.12 pounds per person per day) as the solid waste LOS and to determine the availability for development or redevelopment. Objective SS 5.2 Continue to provide sound fiscal management for solid waste collection, transport, disposal, and recycling. Policies SS 5.2.1Ensure solid waste and recycling fees charged to users of solid waste services cover system operating costs, repayments of capital costs, and allow for repair and replacement of existing facilities. SS 5.2.2Ensure solid waste resources are sufficient to withstand instability, such as labor shortages and equipment failures, within reason. SS 5.2.3Maintain a master plan for solid waste facilities that ensures facility upgrades necessary to meet standards of efficiency are planned appropriately. Objective SS 5.3 Continue to provide solid waste collection service to residents and businesses within the city. Policies SS 5.3.1Prohibit collection of solid waste to properties outside the city limits unless sufficient capacity exists to serve the areas committed to city services as well as the properties proposed for service. SS 5.3.2Require interlocal or other agreements to provide solid waste service to properties or areas outside of the city limits. Objective SS 5.4 Support the countywide goal of zero waste to the county landfill. Policies SS 5.4.1Develop a solid waste collection and recycling disposal and recovery system that will, to the greatest degree possible, reduce the waste stream, conserve energy, and minimize impact on natural resources. SS 5.4.2Continue to reduce the solid waste stream, when economically feasible, through the recycling of aluminum, mixed paper, newspaper, plastic, steel, cardboard, office paper, other metals, and yard waste. SUPPORT SERVICES 154 CLEARWATER 2045 Yard waste being collected by a solid waste worker CLEARWATER COMPREHENSIVE PLAN 155 SS 5.4.3Create an educational campaign to inform residents about impacts caused by contaminated recycling. SS 5.4.4Create strategies to reduce residents' usage of single-use items and products. Objective SS 5.5 Focus on data collection and active route management as a tool to achieve efficiency. Policies SS 5.5.1Seasonally review local traffic patterns to help determine route length and timing of pick up in an effort to reduce vehicle idle time and limit impact of solid waste vehicles on local traffic. SS 5.5.2Utilize weight data, distance to the transfer station, and optimal vehicle operating loads to determine optimal times when to dump waste loads in an effort to minimize vehicle costs and emissions, while ensuring vehicle idle time at the transfer station is minimized. SS 5.5.3Evaluate opportunities to shift from active waste collection (solid waste sending vehicles out to collect certain waste types) to passive waste collection (residents bringing certain waste items to a central location) for disposal. Objective SS 5.6 Mitigate the impact of solid waste collection and disposal to natural resources. Policies SS 5.6.1Continue to work to limit carbon emissions of fleet vehicles through the use of emerging technologies. SS 5.6.2Identify and implement opportunities for carbon sequestration or other methods of carbon emission offset. SS 5.6.3Continue to utilize voluntary residential curbside source separation for both single-family and multifamily units for the Clearwater recycling effort. SS 5.6.4Continue commercial source separation on an open competitive basis with registered private recycling companies. SS 5.6.5Direct residents to authorized sites for disposal and transfer or to temporary storage facilities located in Pinellas County for hazardous household waste. SS 5.6.6Support and encourage the Household Chemical Collection Program provided by Pinellas County by assisting in notifying citizens of drop-off sites through the utility billing process. SUPPORT SERVICES 156 CLEARWATER 2045 SS 6. Clearwater GasGoal SS 6 Continue to provide and expand cost effective natural gas energy solutions and related products to customers in Pinellas and Pasco Counties. Objective SS 6.1 Update the Clearwater Gas System Strategic Action Plan. Policy SS 6.1.1Revise the department’s mission, vision, & core value statements. Objective SS 6.2 Identify opportunities to repair, rehabilitate, or replace natural gas distribution pipelines and improve safety of the system. Policies SS 6.2.1Apply for a grant from the Pipeline Hazardous Materials Safety Administration (PHMSA) for funding. SS 6.2.2Upgrade above ground infrastructure that will help reduce methane gas released into the atmosphere. SS 6.2.3Continue to increase safety and reliability of gas distribution system through repairs and replacements as needed. Objective SS 6.3 Revise and implement a new sales and marketing plan for Clearwater Gas System. Policies SS 6.3.1Execute a messaging plan that advertises all Clearwater Gas System services to customers. SS 6.3.2Increase marketing efforts to potential infill customers where gas infrastructure is already installed and ready to serve. SS 6.3.3Include information that details incentives for converting to or installing natural gas appliances within residences and businesses. SS 6.3.4Educate customers and residents on the ability of Clearwater Gas to install customer-owned gas piping and appliances, both inside and outside of a home or business. SS 6.3.5Ensure that customers and residents are aware that Clearwater Gas offers repair services for gas appliances. CLEARWATER COMPREHENSIVE PLAN 157 Objective SS 6.4 Research the feasibility of entering renewable energy markets. Policies SS 6.4.1Determine if providing renewable energy products and services would be profitable as a stand-alone business unit for Clearwater Gas System to operate on behalf of the city. SS 6.4.2Consider implementing a pilot project for renewable energy products and services to test the market. Gas torchiers at Coachman Park SUPPORT SERVICES 158 CLEARWATER 2045 SS 7. PoliceGoal SS 7 Continue to provide effective, professional, and dependable law enforcement services to every resident, visitor, and business. Objective SS 7.1 Continue to maintain and replace law enforcement building infrastructure and vehicles as needed. Policies SS 7.1.1Continue to anticipate and schedule maintenance for District Stations II and III, including significant structural components such as new roofs or other mechanical components such as HVAC systems. SS 7.1.2Determine if District Station I should be rebuilt or refurbished. SS 7.1.3Continue to evaluate the best uses and partnerships for the substations located in the North Greenwood, Lake Belleview, and Wood Valley neighborhoods. SS 7.1.4Monitor the demand and evaluate the necessity for neighborhood policing substations in the North Greenwood, Lake Belleview, Wood Valley, and other neighborhoods. SS 7.1.5Determine appropriate locations for and construct a K9 kennel and storage facility for large vehicles. SS 7.1.6Continue to ensure that appropriate number of law enforcement vehicles, generally 10% above daily needs, are available to account for law enforcement vehicles that are crashed, damaged, or undergoing maintenance. SS 7.1.7Continue to work towards upgrading to hybrid law enforcement vehicles and consider upgrading certain vehicles to electric vehicles when electric vehicle charging stations become available and as electric vehicles evolve to safe and efficient rapid charging. Objective SS 7.2 Continue to monitor crime and activity metrics and compare against other local agencies through Uniform Crime Reporting (UCR). Policies SS 7.2.1Upgrade monitoring systems to state and national incident-based reporting system to continue to actively monitor crime and activity metrics. SS 7.2.2Procure, configure, implement, and provide governance for a regional Computer Aided Dispatch (CAD) and Records Management System (RMS) that promotes the efficient sharing of resources and information. CLEARWATER COMPREHENSIVE PLAN 159 City of Clearwater Police Officers at Coachman Park Objective SS 7.3 Continue to build expertise, staffing, and capacity to adequately address cybercrime, synthetic drugs, process digital evidence, and other quality of life issues. Policies SS 7.3.1Identify and implement progressive staffing models that are cost effective and advance the efficient and effective prevention, detection, and prosecution of crime. SS 7.3.2Seek opportunities for the deployment of bicycle teams, liaisons, and specialty teams to address crime and quality of life issues. SUPPORT SERVICES 160 CLEARWATER 2045 SS 8. Fire & RescueGoal SS 8 Continue to provide emergency services with a focus on quality, cost effectiveness, and all-hazard mitigation for all residents, visitors, and businesses. Objective SS 8.1 Continue to ensure adequate staffing levels, equipment, and apparatus are maintained. Policies SS 8.1.1Continue to achieve the baseline response time of 7 ½ minutes for first unit arrival to a response call. SS 8.1.2Evaluate the purchase of vehicles that better serves and supports compact urban development. SS 8.1.3Continue the testing process for future employee advancement. SS 8.1.4Research methods to account for low employment pools while maintaining appropriate staffing levels. Objective SS 8.2 Maintain and replace infrastructure, equipment, and apparatus on a regular schedule. Policies SS 8.2.1Complete the Fire Station 46 reconstruction project by the end of 2023. SS 8.2.2Finalize design plans for Fire Station 47 by the end of 2023 and complete construction by the end of 2025. SS 8.2.3Continue the process of replacing the training tower and lifeguard towers. SS 8.2.4Continue replacement of rescues, engines, and ladders after scheduled frontline and reserve service times. Objective SS 8.3 Research methods and best practices to account for increases in future demand, construction, populations, and tourism. Policies SS 8.3.1Research and determine means to maintain service times through increases in traffic. SS 8.3.2Determine strategies to account for increases in high-rise and multifamily developments. SS 8.3.3Research strategies to fund the construction of station repairs or replacements as well as maintenance and replacement of equipment and apparatus. CLEARWATER COMPREHENSIVE PLAN 161 City of Clearwater Fire and Rescue staff on a fire engine SUPPORT SERVICES 162 CLEARWATER 2045 SS 9. Emergency ManagementGoal SS 9 Support emergency management initiatives to increase hazard mitigation and preparation to protect the city’s residents, visitors, businesses, and structures. Objective SS 9.1 Continually review and update plans, programs, and contracts. Policies SS 9.1.1Update the Continuity of Operations Plan (COOP) and Comprehensive Emergency Management Plan (CEMP) by 2025. SS 9.1.2Provide annual annex updates to the COOP and CEMP. SS 9.1.3Continue to achieve annual recertification in the Florida Recovery Obligation Calculation (FROC) program. SS 9.1.4Update the Post Disaster Redevelopment Plan (PDRP) by 2027. SS 9.1.5Renegotiate the Debris Management and Program Delivery Manager contracts by 2027. SS 9.1.6Receive accreditation through the Emergency Management Accreditation Program, based on the Emergency Management Standard of 16 elements, by 2029. Objective SS 9.2 Provide adequate and appropriate educational or training opportunities for both city staff and residents. Policies SS 9.2.1Increase emergency management training opportunities for city staff and residents by 2025. SS 9.2.2Continue outreach efforts to support a culture of preparedness. Objective SS 9.3 Work to consolidate storage of emergency management equipment and related supplies to one centralized location. Policy SS 9.3.1Construct a stormproof central disaster warehouse to store necessary supplies and equipment by 2029. CLEARWATER COMPREHENSIVE PLAN 163 Objective SS 9.4 Research and implement strategies or methods to increase emergency awareness and responses throughout the city. Policies SS 9.4.1Create a City of Clearwater Emergency Alert System to alert residents and visitors of impending storms or other emergencies by 2025. Emergency Operations Center (EOC) SS 9.4.2Implement a City of Clearwater Community Emergency Response Team (CERT) by 2025. SS 9.4.3Increase staffing levels to include review of vulnerabilities for certain uses during site plan review or through individual requests by 2027. SUPPORT SERVICES 164 CLEARWATER 2045 SS 10. Library SystemGoal SS 10 Continue to provide quality information, continuous learning, and innovative services at city libraries that anticipate and support the needs of residents, visitors, and businesses. Objective SS 10.1 Continue to provide sound fiscal management for the operation of facilities and library services. Policy SS 10.1.1Ensure library funding is expended on materials collection and programming that are relevant, appropriate, and meet the needs of the community. Objective SS 10.2 Continue to maintain and replace library building infrastructure as needed. Policies SS 10.2.1Continue to schedule maintenance repairs and upgrades for all five library locations. SS 10.2.2Continue to replenish furniture, fixtures, and equipment as needed. SS 10.2.3Determine if the North Greenwood Branch Library should be renovated or refurbished. SS 10.2.4Continue the planning process for renovating the Main Library. Objective SS 10.3 Ensure libraries evolve to meet the changing needs of library users. Policies SS 10.3.1Study the feasibility of increasing meeting space in libraries to allow for more community meetings, group collaborations, or individual or group studies. SS 10.3.2Evaluate equipment and technological needs to allow users to discover and explore a number of interests such as music or video production, coding or web design, or photography. SS 10.3.3Continue to provide numerous programs and services for users of all ages. SS 10.3.4Continue to review hours of operation to ensure community needs are evaluated and met. SS 10.3.5Develop strategies to educate the public of the many programs offered through the Library System. CLEARWATER COMPREHENSIVE PLAN 165 SS 11. General Support ServicesGoal SS 11 Continue to provide building and maintenance services that produce timely, quality, and cost-effective solutions. Objective SS 11.1 Continue providing radio solutions that are technologically advanced, reliable, and capable of operating through disasters. Policies SS 11.1.1Ensure that all departments are equipped with appropriate types and amounts of communications equipment. SS 11.1.2Maintain adequate supplies of backup communications equipment for use during emergencies. Objective SS 11.2 Ensure city facilities and their related building systems are maintained at desired levels of reliability, availability, cleanliness, and occupant safety. Policies SS 11.2.1Continue providing maintenance, project, and capital improvement services for all city-owned and leased properties. SS 11.2.2Promote the use of equipment that is cost effective, is maintenance friendly, and retains it value over time. SS 11.2.3Maintain a regular schedule of inspection, maintenance, and replacement of equipment, software, hardware, and infrastructure. SUPPORT SERVICES 166 CLEARWATER 2045 SS 2. Public Services Facilities 1 4 5 2 3 45 48 47 4944 50 51 46 2 1 3 S Highland AveUnion St Belleair Rd Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalayAveCleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd SS 2. Public Services Facilities Source(s): City of Clearwater Planning and Development DepartmentPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale Police Stations 1 Beach Substation 2 Police Headquarters 3 McMullen Booth Station Fire Stations 44 Station 44 45 Station 45 46 Station 46 47 Station 47 48 Station 48 49 Station 49 50 Station 50 51 Station 51 Libraries 1 Clearwater Beach Library 2 Countryside Library 3 East Community Library 4 Main Library 5 North Greenwood Library Planning Area CLEARWATER COMPREHENSIVE PLAN 167 PLAN IMPLEMENTATION 168 CLEARWATER 2045 CLEARWATER COMPREHENSIVE PLAN 169 Plan Implementation Intergovernmental Coordination, Capital Improvements, and Property Rights Elements A bright and beautiful future. PLAN IMPLEMENTATION 170 CLEARWATER 2045 Introduction The Plan Implementation Chapter offers guidance for city leaders and staff related to the Capital Improvement Program (CIP); intergovernmental coordination of natural resources, housing, transportation, public utilities, and emergency management; dispute resolution; annexations; and private property rights. The city must coordinate and communicate with other jurisdictions, entities, and agencies on numerous topics including transportation, utilities, emergency management, and conservation. This includes reviewing applicable plans to ensure no major conflicts and working together to complete capital improvement projects. Chapter policies focus on: • Continuing coordination of plans, programs, and projects with applicable agencies and other jurisdictions; • Protecting natural resources and improving air quality; • Expanding housing and reducing homelessness; • Maintaining and improving the transportation system; • Planning regionally for disasters and preparedness; • Protecting private property rights; • Reducing the unincorporated enclaves within the city’s planning area; and • Providing public utilities and facilities to residents and visitors. Planning Context Collaborative Planning & Service DeliveryThe city currently coordinates with numerous jurisdictions and entities for nearly all the city’s operations. Coordination efforts occur for utilities, roadways, conservation, land planning, schools, and public transit. Though not an all-inclusive list, other jurisdictions, entities, and agencies include Southwest Florida Water Management District (SWFWMD), Pinellas County, Forward Pinellas, Pinellas Suncoast Transit Authority (PSTA), Pinellas County School District, Florida Department of Transportation (FDOT), Florida Department of Commerce (DOC), and Florida Department of Environmental Protection (FDEP). Emergency management and response is coordinated with Pinellas County through the Local Mitigation Strategy Work Group. This allows for a holistic approach to not only post-disaster recovery, but also mitigation strategies that can be implemented before a disaster occurs. Annexing Unincorporated EnclavesAnnexations of unincorporated properties within enclaves occur on a voluntary basis for those properties within the Clearwater Planning Area. Most requests are so the property can receive city services such as connection to the city’s sewer system or receipt of solid waste service, but some also annex specifically to receive reduced rates for using the city’s recreation centers and leagues. For those properties that are not eligible for immediate annexation, the city offers property owners the option to enter into an agreement to annex, whereby services can be provided in the near term, but the city maintains the right to later annex the property when it is contiguous to city limits. Properties that enter into an agreement to annex will be charged a 25% municipal service taxing unit (MSTU), or surcharge, for receiving city services while within unincorporated Pinellas County. CLEARWATER COMPREHENSIVE PLAN 171 $730.8m $365.4m 35.7%15.6%9.6%9.3%8.6%7.8%5.0%8.4%Water/Sewer Services Other General Government Other Physical Environment Road and Street Facilities Special Recreation Facilities Gas Utility Services Flood Protection/Stormwater Management All Other Expenditures* *Police Protection, Fire Protection, Fire Rescue Services, Gas Utility Services, Solid Waste Control Services, Airports, Water Transportation Systems, Parking Facilities, Other Transportation, Libraries, Parks & Recreation, Cultural Services Figure 11. CIP Cumulative Total ExpendituresCapital Improvement PlanningThe CIP is a yearly budgetary exercise that lays out capital improvement projects for city departments on a 5-year schedule. This schedule is updated every year based on prioritization of projects and cost of projects. Funds for the CIP come from numerous sources such as the city’s General Fund, the voter-approved Penny for Pinellas, or reimbursement funds. Figure 11. CIP Cumulative Total Expenditures shows the percentage of the total amount budgeted by funding type for the current fiscal year plus the next five fiscal years. A detailed list of the 5-year schedule of improvements and list of expenditures is shown on Table PI 2. Capital Improvement Program Expenditure Summary. Into the Future Expanding CollaborationThe city will need to continue coordination with all its other jurisdictions and entities and will likely need to increase coordination efforts into the future. As the city and the region continue to grow in population, some coordination efforts will likely need to occur on a regional scale. Planning for InvestmentThe CIP will remain the centerpiece of the city’s planning for major capital investments. The CIP plays a critical role in ensuring that adequate public facilities are available to serve future development or redevelopment. As recognized in this chapter, the annual CIP evaluation and update process is a critical tool in plan implementation. Efficiencies through AnnexationPlan objectives and policies recognize the benefits of annexation. Although annexations will continue on a voluntary basis, the city will work with Pinellas County to reduce or eliminate remaining enclaves within the city, thus allowing for greater efficiency in service delivery, including delivery of services such as police and solid waste collection. Protecting Property RightsAs called for by state statutes, this chapter also recognizes the importance of protecting the rights of property owners and ensuring fairness and transparency in planning and decision-making processes. PLAN IMPLEMENTATION 172 CLEARWATER 2045 Map GoalsTables Chapter Goals This chapter has ten goals: Goal PI 1. Intergovernmental CoordinationInitiate and/or participate in the intergovernmental coordination mechanisms necessary to ensure consistency among local, county, and regional government plans and policies. Goal PI 2. Natural ResourcesRecognize the importance of protecting the environment through regional partnerships. Goal PI 3. HousingExpand opportunities to increase housing within the city while working to reduce homelessness. Goal PI 4. TransportationContinue to work with other jurisdictions and agencies to ensure the transportation system is maintained and improved. Goal PI 5. Public UtilitiesEnsure that public utilities are provided in a safe, sound, and efficient manner through coordination with other jurisdictions and agencies. Goal PI 6. Emergency ManagementRecognize disaster planning is a regional effort and continue working with other jurisdictions and agencies. Goal PI 7. Conflict ResolutionMaintain regular means of communication for addressing and resolving issues of mutual interest. Goal PI 8. Property RightsConsider all relevant information including that of the property owner and the public health, safety, and welfare in all land use decisions. Goal PI 9. AnnexationCoordinate the delivery of urban services and annexation of property in the Clearwater Planning Area to provide for coordination of land use and utility service demands and encourage an orderly pattern of urban growth and services. Goal PI 10. Capital Improvement ProgramContinue to provide essential public facilities in a timely, efficient, and fiscally sound manner through applicable codes, plans, or ordinances. Harn Boulevard pedestrian overpass being installed CLEARWATER COMPREHENSIVE PLAN 173 PI 1. Intergovernmental CoordinationGoal PI 1 Initiate and/or participate in the intergovernmental coordination mechanisms necessary to ensure consistency among local, county, and regional government plans, projects, and policies. Objective PI 1.1 Participate with Forward Pinellas on committees and to ensure the city's Comprehensive Plan is consistent with the Countywide Rules and other programs or plans. Policies PI 1.1.1Support the efforts of Forward Pinellas, in its capacity as the Pinellas Planning Council (PPC), to coordinate land use categories that achieve a consistent system countywide. PI 1.1.2Continue collaborating with Forward Pinellas on consistency in the city through participation on the Planners Advisory Committee (PAC). PI 1.1.3Review and use population and employment projections provided by Forward Pinellas in the Comprehensive Plan to account for future growth. Objective PI 1.2 Continue to coordinate the Comprehensive Plan with plans of the Pinellas County School District. Policies PI 1.2.1Implement the Public Schools Interlocal Agreement, which covers items such as site selection, work program, conflict resolution, and enrollment and population projections, in coordination with the School District and the other local government jurisdictions that are signatories to the agreement. PI 1.2.2Continue to expand, as necessary, joint use agreements for recreational facilities with the School District and other recreation facility providers. Objective PI 1.3 Continue coordination with Pinellas County and other partners on economic development opportunities. Policies PI 1.3.1Work with Pinellas County or other partners to expand economic opportunities within the city and in unincorporated areas of the Clearwater Planning Area. PI 1.3.2Work with Pinellas County to establish an economic development plan through interlocal agreement or resolution. PLAN IMPLEMENTATION 174 CLEARWATER 2045 Objective PI 1.4 Continue coordination with appropriate agencies to facilitate use agreements, review plans and activities, and manage open space acreage. Policies PI 1.4.1Continue existing and facilitate new joint use agreements between the city and other private and public organizations including the Pinellas County School District, St. Petersburg College, Pinellas County, and other jurisdictions. PI 1.4.2Coordinate the city’s parks and recreation plans and activities with all other appropriate city departments, other jurisdictions, and local community groups when appropriate. Baycare Ballpark PI 1.4.3 Coordinate with the state or other jurisdictions, and/or non-profit organizations to manage natural areas and open space when appropriate. CLEARWATER COMPREHENSIVE PLAN 175 PI 2. Natural ResourcesGoal PI 2 Recognize the importance of protecting the environment through regional partnerships. Objective PI 2.1 Collaborate with other jurisdictions and agencies on the protection of Clearwater Beach as a natural asset. Policies PI 2.1.1Coordinate and cooperate with all applicable local, regional, state, and federal jurisdictions and agencies relating to the protection of Gulf of Mexico coastal waters and beach renourishment projects. PI 2.1.2Provide support to Pinellas County for the use of state funds for beach renourishment projects. Objective PI 2.2 Ensure protection of natural resources through participation and coordination with other jurisdictions and agencies. Policies PI 2.2.1Continue to participate with the Agency on Bay Management and the Tampa Bay National Estuary Program in its partnership approach to the protection and restoration of Tampa Bay. PI 2.2.2Continue implementation of the Tampa Bay Estuary Comprehensive Conservation and Management Plan (CCMP), and related plans, as a means of achieving mutual local and regional resource management and restoration goals for Tampa Bay. PI 2.2.3Coordinate and cooperate with other jurisdictions and agencies through such methods as interlocal agreements to ensure adequate sites for water-dependent uses, prevent estuarine pollution, control surface water runoff, protect living marine resources, reduce exposure to natural hazards, and ensure public access. PI 2.2.4Support the efforts of Pinellas County and neighboring municipalities to maintain and upgrade the condition of Clearwater Harbor. Objective PI 2.3 Work with Pinellas County and other agencies to monitor, maintain, and improve air quality. Policies PI 2.3.1Cooperate with the Tampa Bay Regional Planning Council (TBRPC) and Pinellas County to develop plans for monitoring and improving air quality. PI 2.3.2Continue to work with regional agencies to reduce air pollution levels below Environmental Protection Agency (EPA) benchmarks to decrease health risks to the public. PLAN IMPLEMENTATION 176 CLEARWATER 2045 PI 3. HousingGoal PI 3 Expand opportunities to increase housing within the city while working to reduce homelessness. Objective PI 3.1 Cooperate with Pinellas County and other jurisdictions and organizations to provide additional housing opportunities. Policies PI 3.1.1Continue to work with Pinellas County and other jurisdictions that are signatories to implement the Advantage Pinellas Housing Compact Housing Action Plan to facilitate the development of affordable housing. PI 3.1.2Continue to work with the Clearwater Housing Authority in providing a public housing supply that is consistent with the existing and future needs of the residents of the city. PI 3.1.3Continue to work with the U.S. Department of Housing and Urban Development (HUD), the Florida Housing Finance Corporation, and other jurisdictions to protect dedicated affordable housing revenues. PI 3.1.4Continue collaboration with Pinellas County to provide transitional housing for qualifying households with special needs, and promote equal opportunity for all persons, regardless of race, sex, age, or marital status in obtaining adequate housing. PI 3.1.5Implement all existing and future city or county housing programs without regard to race, sex, age, marital status, national origin, or disability. Objective PI 3.2 Support Pinellas County, the Homeless Leadership Alliance of Pinellas County serving as the Continuum of Care Agency, and other organizations to seek an end to homelessness. Policies PI 3.2.1Continue to participate in the Pinellas Continuum of Care and Homeless Leadership Alliance, including the Funder’s Council. PI 3.2.2Continue to work with area homeless service providers to make shelters and transitional housing and/or programs available to the homeless. PI 3.2.3Continue collaboration with Pinellas Continuum of Care and homeless service providers to provide short-term emergency housing for the homeless. CLEARWATER COMPREHENSIVE PLAN 177 PI 4. TransportationGoal PI 4 Continue to work with other jurisdictions and agencies to ensure the transportation system is maintained and improved. Objective PI 4.1 Actively participate with other jurisdictions and agencies in planning for and implementing transportation improvement projects and initiatives. Policies PI 4.1.1Actively participate in technical committees and agency boards in the preparation, adoption, update, and implementation of Forward Pinellas, PSTA, Pinellas County, and FDOT plans, studies, and programs. PI 4.1.2Work with Forward Pinellas to evaluate and propose changes to the roadway functional classifications and Map M 1. Functional Classifications. PI 4.1.3Coordinate with state and county governments to ensure multimodal access and connectivity issues are addressed in public facility planning and design. PI 4.1.4Continue working with Pinellas County on operating and upgrading the countywide Advanced Traffic Management System/Intelligent Transportation System (ATMS/ITS). PI 4.1.5Provide Forward Pinellas with available up-to-date traffic data, such as signal timings and traffic counts, to assist with level of service monitoring and development of the Advantage Pinellas, Long Range Transportation Plan. PI 4.1.6Work with Pinellas County to increase operational hours and improve connectivity to and the function of the Pinellas Trail through the city. Objective PI 4.2 Coordinate with other jurisdictions and agencies on design, safety, and operation of county and state roadways. Policies PI 4.2.1Strengthen coordination efforts with Forward Pinellas, Pinellas County, FDOT, and other jurisdictions to establish, measure, and maintain the level of service standards for roadways in the Strategic Intermodal System and other state and county roads. PI 4.2.2Continue to cooperate with FDOT on traffic signal access requests that impact the state highway system. PI 4.2.3Collaborate with Pinellas County and FDOT to ensure context classifications established for roadways controlled by the county and FDOT are consistent with the city’s multimodal mobility, land use, and economic development vision. PI 4.2.4Coordinate efforts with FDOT to incorporate bicycle and pedestrian-friendly provisions in the design and construction of expansion and resurfacing projects on state roads, where feasible. PLAN IMPLEMENTATION 178 CLEARWATER 2045 PI 4.2.5Coordinate with FDOT on implementation of Vision Zero and Target Zero initiatives on state roads. Objective PI 4.3 Actively participate with PSTA in planning for and implementing transit improvement projects and initiatives. Policies PI 4.3.1Continue to coordinate with PSTA to support plans, projects, or initiatives for transit. PI 4.3.2Actively participate in PSTA transit system development planning efforts to ensure integration of planning for land use and development and transportation improvements. PI 4.3.3Continue collaboration with PSTA on the development of the new transit center in Downtown Clearwater. PI 4.3.4Continue working with PSTA to increase Jolley Trolley route frequency that serves to reduce vehicular day trips to Clearwater Beach. PI 4.3.5Continue to work with PSTA to maintain and increase a viable and reliable waterborne transit service between Downtown Clearwater, Clearwater Beach, and Downtown Dunedin. PI 4.3.6Work with PSTA to increase transit service to underserved populations. Rendering of the new transit center in Downtown Clearwater. Photo credit: PSTA CLEARWATER COMPREHENSIVE PLAN 179 PI 5. Public UtilitiesGoal PI 5 Ensure that public utilities are provided in a safe, sound, and efficient manner through coordination with other jurisdictions and agencies. Objective PI 5.1 Participate on a technical and policy level in the preparation, planning, funding, coordination, and implementation of stormwater management plans with other jurisdictions, SWFWMD, FDEP, and other affected parties. Policies PI 5.1.1Coordinate and cooperate with appropriate local, state, regional, and federal jurisdictions and agencies in implementation of Pinellas County and City of Clearwater stormwater management plans. PI 5.1.2Participate in interlocal agreements to study and evaluate stormwater quality and stormwater runoff management issues consistent with the National Pollutant Discharge Elimination System (NPDES). PI 5.1.3Participate in interlocal agreements to implement and fund stormwater management plan improvements. PI 5.1.4Coordinate and cooperate with SWFWMD on stormwater management plans. PI 5.1.5Continue to coordinate with and supplement the surface water monitoring program and planning of Pinellas County. Objective PI 5.2 Continue to coordinate the availability, compliance, and improvement of the sanitary sewer system with other jurisdictions and agencies. Policies PI 5.2.1Continue coordination with FDEP to ensure wastewater facilities maintain compliance and protect public health. PI 5.2.2Monitor and update the interlocal agreement with Safety Harbor to provide for continued availability of capacity for sewage treatment. PI 5.2.3Coordinate and cooperate with appropriate local, state, regional, and federal jurisdictions and agencies in implementing the sanitary sewer system plan. PLAN IMPLEMENTATION 180 CLEARWATER 2045 Objective PI 5.3 Continue to coordinate the availability, supply, compliance, and improvement of the potable water system with other jurisdictions and agencies. Policies PI 5.3.1Continue coordinating with SWFWMD in matters pertaining to consumptive use, wellfield mapping, the wellfield Environmental Monitoring Program (EMP), and water conservation as identified in the SWFWMD Regional Water Supply Plan. PI 5.3.2Ensure continued potable water delivery to all users through interlocal agreements and participation with Pinellas County. PI 5.3.3Coordinate, develop, and implement innovative techniques to augment existing water supplies to provide for future needs through participation with SWFWMD, Tampa Bay Water, Pinellas County, Pinellas County Health Department, FDEP, and the EPA. PI 5.3.4Continue to cooperate with SWFWMD and Tampa Bay Water in developing environmental and hydrologic data that will identify safe and reliable potable water yields in existing and future wellfields. East Water Reclamation Facility CLEARWATER COMPREHENSIVE PLAN 181 Objective PI 5.4 Continue to coordinate availability, programs, and improvement of solid waste disposal and recycling with other jurisdictions. Policies PI 5.4.1Coordinate and cooperate with Pinellas County and other jurisdictions in recycling and resource recovery programs to reduce the solid waste stream and dispose of solid waste in an efficient and environmentally sound manner. Clearwater recycling truck PI 5.4.2Require interlocal or other agreements to provide solid waste and/or recycling service to properties or areas outside of the city limits. PI 5.4.3Continue to support the Household Chemical Collection Program in conjunction with Pinellas County. PI 5.4.4Continue to coordinate with Pinellas County for the provision of countywide facilities for solid waste disposal. PLAN IMPLEMENTATION 182 CLEARWATER 2045 PI 6. Emergency ManagementGoal PI 6 Recognize disaster planning is a regional effort and continue working with other jurisdictions and agencies. Objective PI 6.1 Continue to coordinate hurricane and disaster preparedness with Pinellas County, Pinellas County School District, TBRPC, the State of Florida, and other jurisdictions and agencies. Policies PI 6.1.1Forward notice of proposed Comprehensive Plan policies related to hurricane shelters and evacuation routes, as well as Future Land Use Map Amendments resulting in an increase in population within the Coastal Storm Area, to the TBRPC and the Pinellas County Emergency Management Department (EMD) to determine hurricane shelter space and the effect of increased evacuation clearance times and routes. PI 6.1.2Cooperate with Pinellas County to evaluate critical links and major evacuation routes to determine where operational improvements, such as allowing for one-way direction of traffic, rerouting of traffic, or preempting signals, can be made to reduce delays during evacuation. PI 6.1.3Cooperate with Pinellas County Emergency Management toward reducing the out-of-county hurricane evacuation clearance time of 50 hours, as determined in the Statewide Regional Evacuation Study, for a category 5 storm event (Evacuation Zone E) as measured on the Saffir-Simpson scale. PI 6.1.4Work with local jurisdictions and other appropriate agencies to address the public shelter deficit. PI 6.1.5Partner with AMPLIFY Clearwater to develop informational programs about hurricane preparedness for local businesses. Hurricane evacuation route traffic sign. Photo credit: Pinellas County CLEARWATER COMPREHENSIVE PLAN 183 Satellite radar image of a hurricane. Photo credit: Pinellas County Objective PI 6.2 Continue to collaborate with other jurisdictions and agencies on hazard mitigation and response opportunities. Policies PI 6.2.1Continue to coordinate with and participate on the Pinellas County Local Mitigation Strategy (LMS) Work Group to develop operating policies that address post-disaster redevelopment needs to facilitate permissible reconstruction in a timely manner. PI 6.2.2Evaluate the feasibility of incorporating recommendations from the LMS Work Group and other intergovernmental hazard planning initiatives into the Comprehensive Plan and CDC. PI 6.2.3Work with local, state, and federal jurisdictions and agencies in the continued assessment of vulnerabilities and the development of mitigation and adaptation strategies to address the impacts of sea level rise. PI 6.2.4Work with local, state, and regional jurisdictions and agencies to identify funding sources to support adaptation projects located within Adaptation Action Areas, when established. PLAN IMPLEMENTATION 184 CLEARWATER 2045 PI 7. Conflict ResolutionGoal PI 7 Maintain regular means of communication for addressing and resolving issues of mutual interest. Objective PI 7.1 Continue to achieve effective coordination with other jurisdictions and agencies to solve problems of a regional nature. Policies PI 7.1.1Pursue a coordinated approach to inter-jurisdictional problems, by providing support of both staff and officials to participate in conservation efforts with Pinellas County and the TBRPC. PI 7.1.2Continue to participate in regional and countywide studies to seek solutions for problems of a regional nature. Objective PI 7.2 Continue to review the mandated plans of neighboring municipalities for major substantial conflicts with the city’s Comprehensive Plan and pass formal resolutions as needed to establish a framework to address inconsistencies. Policies PI 7.2.1Submit any major substantive conflicts to TBRPC’s dispute resolution process. PI 7.2.2Consider other minor or non-substantive conflicts and transmit comments to the appropriate jurisdiction. PI 7.2.3Participate in and support regional conflict resolution mechanisms as appropriate. Objective PI 7.3 Bring intergovernmental disputes to closure in a timely manner through the use of voluntary dispute resolution processes. Policies PI 7.3.1Utilize the existing countywide planning process, as appropriate, to resolve local jurisdiction future land use plan disputes, as well as other planning related intergovernmental disputes. PI 7.3.2Utilize the TBRPC’s role as a mediator and conciliator as outlined in the Florida Administrative Code, to reconcile differences on planning and growth management issues. CLEARWATER COMPREHENSIVE PLAN 185 PI 8. Property RightsGoal PI 8 Consider all relevant information including that of the property owner and the public health, safety, and welfare in all land use decisions. Objective PI 8.1 Ensure private property rights are considered in local decision making. Policies PI 8.1.1Consider the following property rights: a. The right of a property owner to physically possess and control his or her interests in the property, including easements, leases, or mineral rights. b. The right of a property owner to use, maintain, develop, and improve his or her property for personal use or the use of any other person, subject to state law and local ordinances. c. The right of the property owner to privacy and to exclude others from the property to protect the owner’s possessions and property. d. The right of a property owner to dispose of his or her property through sale or gift. PI 8.1.2Recognize the overriding Constitutional principle that private property shall not be taken without due process of law and the payment of just compensation, which principle is restated in Section 163.3194(4)(a), F.S. Old Pinellas County Courthouse PLAN IMPLEMENTATION 186 CLEARWATER 2045 PI 9. AnnexationGoal PI 9 Coordinate the delivery of urban services and annexation of property in the Clearwater Planning Area to provide for coordination of land use and utility service demands and encourage an orderly pattern of urban growth and services. Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policies PI 9.1.1Continue to implement the existing interlocal agreement with Pinellas County for the exercise of planning authority relating to county enclaves and other adjacent areas for possible future voluntary annexation. PI 9.1.2Continue to process voluntary annexations for single-family residential properties upon request. PI 9.1.3Allow voluntary annexations for noncontiguous properties that are within an enclave as defined by Section 171.031(13)(a), F.S. and as authorized by the 2014 Interlocal Service Boundary Agreement (ISBA) between Pinellas County and municipalities, including the City of Clearwater. PI 9.1.4Promote voluntary annexation through the implementation of a strategic annexation program focused on eliminating enclaves and other unincorporated areas within the Clearwater Planning Area. PI 9.1.5Explore with Pinellas County the annexation of select enclaves of 10 acres or less by interlocal agreement pursuant to Chapter 171, F.S. PI 9.1.6Consider the following when evaluating and prioritizing areas to annex: a. Whether sanitary sewer service is currently available; b. Whether the property could be efficiently served with solid waste service even though sanitary sewer service is not readily available; c. Whether the property is located in an enclave; d. Whether the annexation would alleviate conflicts for public safety services; e. Whether property already receives sanitary sewer service; f. Size of unincorporated area; and g. Extent of neighborhood currently located within city boundaries. PI 9.1.7Support annexation of properties in the Clearwater Planning Area needing city services prior to development when the existing and/or proposed use and development are consistent with CDC. PI 9.1.8Consider using agreements to annex where annexation is not possible for properties to receive applicable city services. PI 9.1.9Invoke agreements to annex where properties located within enclaves meet the contiguity requirements of Chapter 171, F.S. CLEARWATER COMPREHENSIVE PLAN 187 PI 1. Unincorporated Enclaves S Highland AveUnion St Druid Rd S Hercules AveS Fort Harrison AveGulf BlvdNursery RdS Missouri AveS Belcher RdN Highland AveSunset Point Rd N Fort Harrison AveN Hercules AveGulf-To-Bay BlvdN Myrtle AveMandalay AveBelleair Rd Cleveland St S Keene RdSR 590 Drew St Countryside Blvd Union St S Myrtle AveNE Coachman RdBelleair Rd N McMullen Booth RdN MissouriAveClevelandStN Keene RdCourt St N Belcher RdBaysideBrgN McMullenBooth RdSR 580 US Hwy 19 NMe m o r i a l C s w y Curlew Rd PI 1. Unincorporated Enclaves Outside Service Area Planning Area Source(s): City of ClearwaterPrepared by: City of Clearwater Planning & Development Department, 8/7/2023 Map not to scale PLAN IMPLEMENTATION 188 CLEARWATER 2045 PI 10. Capital Improvement ProgramGoal PI 10 Continue to provide essential public facilities in a timely, efficient, and fiscally sound manner through applicable codes, plans, or ordinances. Objective PI 10.1 Continue to review and fund the Capital Improvements Program (CIP) of the city. Policies PI 10.1.1Review and update the CIP in accordance with Section 163.3177, F.S. in order to maintain a (minimum) 5-year schedule of capital improvements, shown on Table PI 2, Capital Improvement Program Expenditure Summary. PI 10.1.2Maintain the Local Government Infrastructure Surtax, better known as Penny for Pinellas, to supplement current revenue sources to fund capital improvements called for in the city's Comprehensive Plan. PI 10.1.3Review and comment on the proposed Capital Improvement Programs and provide input to other jurisdictions relative to consistency with Clearwater’s Comprehensive Plan. Objective PI 10.2 Coordinate policies of the Comprehensive Plan and CDC to address necessary public facilities needed to support development or redevelopment prior to issuance of development orders. Policies PI 10.2.1Determine, prior to the issuance of development orders, whether sufficient capacity of essential public facilities to meet the minimum standards for levels of service for the existing population and a proposed development will be available concurrent with the impacts of the proposed development. PI 10.2.2Require a developer to consult with the applicable water supplier prior to the issuance of a building permit to ensure potable water will be available prior to the issuance of a certificate of occupancy. PI 10.2.3Utilize those standards established in the Support Services Chapter and outlined in Table PI 3. Level of Service Summary Table standards for the minimum level of service for essential public facilities within the jurisdiction of the City of Clearwater. PI 10.2.4Allow developers to propose developments in stages or phases so that facilities needed for each phase will be available. CLEARWATER COMPREHENSIVE PLAN 189 Objective PI 10.3 Maintain adopted levels of service by assessing impact fees that are proportionate to the cost of facility improvements to future development. Policies PI 10.3.1Continue to implement impact fee ordinances to finance public facility improvements necessitated by development and to adequately maintain adopted level of service standards. PI 10.3.2Continue to require development or redevelopment that generates new trips to pay an impact fee in accordance with the Countywide Multimodal Impact Fee Ordinance. PI 10.3.3Work cooperatively with Pinellas County and other jurisdictions to update the Multimodal Impact Fee Ordinance. Objective PI 10.4 Continue to administer the City of Clearwater Mobility Management System and concurrency management for all other utilities and services. Policies PI 10.4.1Continue to coordinate with Pinellas County on the collection and use of multimodal impact fees. PI 10.4.2Require development to be consistent with the provisions of the Mobility Management System established in Policy M 1.1.5. PI 10.4.3Ensure proposed development is in conformance with existing and planned support facilities for parkland, potable water, sanitary sewer, solid waste, and stormwater and that such facilities and services are available at the adopted level of service standards, concurrent with the impacts of development. PI 10.4.4Include a reference to backlogged roads as identified through the annual Forward Pinellas Level of Service Report, including facilities operating at peak hour level of service (LOS) E and F and/or volume-to-capacity ratio 0.9 or greater without a mitigating improvement scheduled for construction within three years, in the CIP. PI 10.4.5Review the plans and independent special district facility reports of the PSTA and SWFWMD and identify and resolve conflicts with the city’s Comprehensive Plan, including concurrency related items. Construction of a stormwater system PLAN IMPLEMENTATION 190 CLEARWATER 2045 General Sources 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total General Fund Revenue $14,819,980 $16,255,420 $13,279,340 $11,598,820 $13,607,780 $12,500,930 $82,062,270 Road Millage $4,050,410 $4,181,520 $4,264,250 $4,348,630 $4,434,700 $4,522,490 $25,802,000 Penny for Pinellas $22,948,630 $24,994,030 $13,292,610 $3,400,000 $6,460,000 $3,127,220 $74,222,490 Multimodal Impact Fee $140,000 $140,000 $140,000 $140,000 $140,000 $140,000 $840,000 Local Option Fuel Tax $1,327,150 $1,327,150 $1,327,150 $1,327,150 $1,327,150 $1,327,150 $7,962,900 Special Program Fund $50,000 $55,000 $55,000 $55,000 $55,000 $55,000 $325,000 Grants - Other Agencies $200,000 $2,429,280 $10,430,000 $10,130,000 $12,830,000 $9,610,000 $45,629,280 Over Governmental Revenue $0 $0 $0 $6,358,000 $10,000,000 $0 $16,358,000 County Fire Reimbursements $340,170 $365,780 $191,590 $0 $505,780 $102,180 $1,505,500 Donations $0 $150,000 $0 $0 $0 $0 $150,000 Subtotal General Sources $43,876,340 $49,898,180 $42,979,940 $37,357,600 $49,360,410 $31,384,970 $254,857,440 Self-Supporting Funds 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Marina Revenue $1,400,000 $1,150,000 $150,000 $150,000 $150,000 $150,000 $3,150,000 Clearwater Harbor Marina Revenue $175,000 $175,000 $175,000 $175,000 $175,000 $175,000 $1,050,000 Airpark Revenue $75,000 $632,320 $325,000 $25,000 $1,965,000 $25,000 $3,047,320 Parking Revenue $11,295,000 $11,025,000 $1,236,980 $1,044,000 $1,146,000 $1,028,300 $26,775,280 Water Revenue $10,606,750 $10,158,140 $17,281,370 $26,703,120 $14,090,420 $11,901,000 $90,740,800 Sewer Revenue $11,691,790 $11,709,360 $16,804,320 $12,312,540 $14,601,270 $4,888,770 $72,008,050 Water Impact Fees $160,000 $160,000 $160,000 $160,000 $160,000 $160,000 $960,000 Sewer Impact Fees $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Utility R&R $12,225,590 $17,917,190 $21,717,140 $21,971,680 $22,226,450 $8,990,000 $105,048,050 Stormwater Utility Revenue $6,958,010 $7,444,280 $9,546,950 $8,719,200 $8,977,500 $9,201,840 $50,847,780 Gas Revenue $13,625,000 $12,225,000 $9,225,000 $7,375,000 $7,125,000 $7,125,000 $56,700,000 Solid Waste Revenue $450,000 $7,200,000 $7,200,000 $450,000 $450,000 $450,000 $16,200,000 Subtotal Self-Supporting Funds $68,712,140 $79,846,290 $83,871,760 $79,135,540 $71,116,640 $44,144,910 $426,827,280 Table PI 1. Capital Improvement Program Revenue Summary PI 1. CIP Revenue Summary CLEARWATER COMPREHENSIVE PLAN 191 Internal Service Funds 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total General Services Fund Revenue $100,000 $100,000 $100,000 $100,000 $100,000 $110,000 $610,000 Garage Fund Revenue $260,000 $310,500 $331,530 $368,110 $630,270 $318,030 $2.218.440 Administrative Services Revenue $1,900,000 $1,525,000 $1,325,000 $1,275,000 $1,275,000 $1,175,000 $8,475,000 Central Insurance Fund Revenue $172,000 $175,000 $176,520 $177,320 $128,920 $129,780 $959,540 Subtotal Internal Service Funds $2,432,000 $2,110,500 $1,933,050 $1,920,430 $2,134,190 $1,732,810 $12,262,980 Borrowing Internal Service Funds 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Lease Purchase - Garage $9,791,700 $9,231,290 $9,692,860 $10,177,500 $10,686,380 $11,220,700 $60,800,430 Lease Purchase - Administrative Services $450,000 $450,000 $400,000 $400,000 $350,000 $350,000 $2,400,000 Subtotal Borrowing Internal Service Funds $10,241,700 $9,681,290 $10,092,860 $10,577,500 $11,036,380 $11,570,700 $63,200,430 Total All Funding Sources $125,262,180 $141,536,260 $138,877,610 $128,991,070 $133,647,620 $88,833,390 $757,148,130 Table PI 1. Capital Improvement Program Revenue Summary (con’t) Sunset from Memorial Causeway bike trail. Photo credit: Edspaceman PLAN IMPLEMENTATION 192 CLEARWATER 2045 PI 2. CIP Expenditure Summary Table PI 2. Capital Improvement Program Expenditure Summary Other General Government Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Lift Stations General Fund $80,000 $80,000 $80,000 $0 $80,000 $55,000 $375,000 ADA Transition Plan General Fund $300,000 $300,000 $300,000 $300,000 $300,000 $300,000 $1,800,000 Greenprint Implementation General Fund $20,000 $20,000 $20,000 $20,000 $20,000 $20,000 $120,000 Studio/Production Equipment R&R General Fund $25,000 $30,000 $30,000 $30,000 $30,000 $30,000 $175,000 New City Hall Infrastructure Sales Tax/Penny $7,000,000 $7,000,000 $6,300,000 $0 $0 $0 $20,300,000 Air Conditioners-City Wide Replacement General Fund $300,000 $325,000 $325,000 $350,000 $350,000 $350,000 $2,000,000 Flooring for Facilities General Fund $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $1,200,000 Roof Repair and Replacements General Fund $550,000 $500,000 $300,000 $300,000 $300,000 $300,000 $2,250,000 Painting of Facilities General Fund $250,000 $300,000 $300,000 $250,000 $250,000 $200,000 $1,550,000 Fencing of Facilities General Fund $10,000 $10,000 $10,000 $15,000 $15,000 $15,000 $75,000 Light Replacement & Repair General Fund $25,000 $25,000 $25,000 $50,000 $50,000 $50,000 $225,000 Elevator Refurbish & Modernization General Fund $100,000 $100,000 $200,000 $200,000 $200,000 $200,000 $1,000,000 Building Systems General Fund $500,000 $550,000 $600,000 $700,000 $800,000 $900,000 $4,050,000 New A/C System Chiller General Fund $400,000 $400,000 $400,000 $300,000 $300,000 $300,000 $2,100,000 General Services R&R General Services Fund $100,000 $100,000 $100,000 $100,000 $100,000 $110,000 $610,000 Generator Maintenance General Fund $20,000 $20,000 $25,000 $25,000 $50,000 $50,000 $190,000 General Facility Building Renovation General Fund $700,000 $700,000 $700,000 $50,000 $50,000 $50,000 $2,250,000 Motorized Equip Replacement - Cash Garage Fund $210,000 $220,500 $231,530 $243,110 $255,270 $268,030 $1,428,440 Motorized Equip Replace - L/P Lease Purchase Proceeds $7,011,700 $7,362,290 $7,730,410 $8,116,930 $8,522,780 $8,948,920 $47,693,030 Motorized Equip Purchase - L/P Lease Purchase Proceeds $1,780,000 $1,869,000 $1,962,450 $2,060,570 $2,163,600 $2,271,780 $12,107,400 Fleet Facility Repair & Replacement Garage Fund $50,000 $40,000 $50,000 $75,000 $325,000 $50,000 $590,000 CLEARWATER COMPREHENSIVE PLAN 193 Other General Government Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total P25 Radio Equipment & Infrastructure Garage Fund $0 $50,000 $50,000 $50,000 $50,000 $0 $200,000 Lease Purchase Proceeds $1,000,000 $0 $0 $0 $0 $0 $1,000,000 Citywide Connectivity Infrastructure Administrative Services Fund $200,000 $100,000 $150,000 $150,000 $150,000 $150,000 $900,000 Geographic Information System Administrative Services Fund $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Financial System Upgrades Administrative Services Fund $100,000 $100,000 $100,000 $100,000 $100,000 $100,000 $600,000 CIS Upgrades Administrative Services Fund $75,000 $75,000 $50,000 $50,000 $50,000 $50,000 $350,000 MS/Licensing Upgrades Administrative Services Fund $150,000 $150,000 $100,000 $100,000 $100,000 $100,000 $700,000 Accela Permitting & Code Enforcement Upgrade Administrative Services Fund $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Citywide Cameras System Administrative Services Fund $100,000 $100,000 $100,000 $50,000 $100,000 $50,000 $500,000 City Enterprise Time Keeping System Administrative Services Fund $50,000 $50,000 $50,000 $25,000 $25,000 $25,000 $225,000 Granicus Agenda Management System Administrative Services Fund $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Business Process Review & Implementation Administrative Services Fund $150,000 $150,000 $150,000 $150,000 $100,000 $150,000 $850,000 Citywide Audio/Video Solutions Administrative Services Fund $200,000 $200,000 $100,000 $100,000 $100,000 $100,000 $800,000 Telecommunications Upgrade Administrative Services Fund $500,000 $200,000 $100,000 $100,000 $100,000 $50,000 $1,050,000 IT Disaster Recovery Lease Purchase Proceeds $100,000 $100,000 $100,000 $100,000 $100,000 $100,000 $600,000 Administrative Services Fund $125,000 $150,000 $150,000 $150,000 $150,000 $100,000 $825,000 Network Infrastructure & Server R&R Lease Purchase Proceeds $350,000 $350,000 $300,000 $300,000 $250,000 $250,000 $1,800,000 Administrative Services Fund $75,000 $75,000 $100,000 $100,000 $100,000 $100,000 $550,000 City EOC Maintenance Administrative Services Fund $25,000 $25,000 $25,000 $50,000 $50,000 $50,000 $225,000 Total Other General Government $22,981,700 $22,176,790 $21,664,390 $15,110,610 $16,036,650 $16,193,730 $114,163,870 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) PLAN IMPLEMENTATION 194 CLEARWATER 2045 Police Protection Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Police Vehicles Infrastructure Sales Tax/Penny $150,000 $200,000 $200,000 $200,000 $200,000 $200,000 $1,150,000 Police Equipment General Fund $130,000 $120,000 $120,000 $110,000 $110,000 $110,000 $700,000 Police Information Systems General Fund $25,000 $25,000 $25,000 $25,000 $25,000 $25,000 $150,000 Total Police Protection $305,000 $345,000 $345,000 $335,000 $335,000 $335,000 $2,000,000 Fire Protection Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Fire Engine Replacement Infrastructure Sales Tax/Penny $648,630 $694,030 $742,610 $0 $0 $827,220 $2,912,490 County Fire Reimbursements $80,170 $85,780 $91,730 $0 $0 $102,180 $359,860 Thermal Imaging Cameras (TIC)General Fund $25,000 $25,750 $26,500 $27,300 $28,150 $29,000 $161,700 Personal Protection Equipment General Fund $100,000 $140,000 $150,000 $200,000 $250,000 $250,000 $1,090,000 Fire Hose Replacement General Fund $15,450 $20,000 $20,600 $21,220 $21,860 $0 $99,130 Fire Command Bus Replacement General Fund $0 $0 $808,240 $0 $0 $0 $808,240 County Fire Reimbursements $0 $0 $99,860 $0 $0 $0 $99,860 Fire Squad Unit Replacement General Fund $0 $0 $0 $0 $1,644,970 $0 $1,644,970 County Fire Reimbursements $0 $0 $0 $0 $205,780 $0 $205,780 Fire Training Tower General Fund $175,000 $25,000 $25,000 $25,000 $30,000 $30,000 $310,000 Total Fire Protection $1,044,250 $990,560 $1,964,540 $273,520 $2,180,760 $1,238,400 $7,692,030 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) CLEARWATER COMPREHENSIVE PLAN 195 Fire Rescue Services Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Replace & Upgrade Air Packs General Fund $140,000 $150,000 $150,000 $150,000 $150,000 $100,000 $840,000 Rescue Vehicle County Fire Reimbursement $260,000 $280,000 $0 $0 $300,000 $0 $840,000 Auto External Defibrillator (AED) Program Central Insurance Fund $22,000 $25,000 $26,520 $27,320 $28,920 $29,780 $159,540 Extrication Tools General Fund $0 $0 $0 $0 $80,000 $0 $80,000 Beach Guard Towers Parking Fund $66,000 $66,000 $67,980 $70,000 $72,000 $74,300 $416,280 Beach Guard Administrative Building Parking Fund $50,000 $50,000 $60,000 $50,000 $50,000 $30,000 $290,000 Total Fire Rescue Services $538,000 $571,000 $304,500 $297,320 $680,920 $234,080 $2,625,820 Gas Utility Services Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Line Relocation Pinellas - Maintenance Gas Fund $25,000 $25,000 $25,000 $25,000 $25,000 $25,000 $150,000 Gas Meter Change Out - Pinellas Capitalized Gas Fund $300,000 $300,000 $300,000 $300,000 $300,000 $300,000 $1,800,000 Line Relocation Pinellas - Capitalized Gas Fund $300,000 $300,000 $300,000 $300,000 $300,000 $300,000 $1,800,000 Line Relocation Pasco - Maintenance Gas Fund $25,000 $25,000 $25,000 $25,000 $25,000 $25,000 $150,000 Pinellas New Mains & Service Lines Gas Fund $5,800,000 $5,900,000 $3,100,000 $2,000,000 $2,000,000 $2,000,000 $20,800,000 Pasco New mains & Service Lines Gas Fund $2,500,000 $2,500,000 $2,500,000 $2,500,000 $2,500,000 $2,500,000 $15,000,000 Gas Meter Change Out - Pasco Capitalized Gas Fund $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $1,200,000 Line Relocation Pasco - Capitalized Gas Fund $300,000 $300,000 $300,000 $300,000 $300,000 $300,000 $1,800,000 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) PLAN IMPLEMENTATION 196 CLEARWATER 2045 Gas Utility Services Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Gas Inventory - Work Management System Gas Fund $750,000 $750,000 $750,000 $0 $0 $0 $2,250,000 Expanded Energy Conservation Gas Fund $1,250,000 $1,250,000 $1,250,000 $1,250,000 $1,250,000 $1,250,000 $7,500,000 Natural Gas Vehicle Gas Fund $200,000 $200,000 $0 $0 $0 $0 $400,000 Future IMS Software & Hardware Gas Fund $25,000 $25,000 $25,000 $25,000 $25,000 $25,000 $150,000 Gas System - Pasco Building Gas Fund $250,000 $250,000 $250,000 $250,000 $0 $0 $1,000,000 Pasco Gate Station Gas Fund $1,500,000 $0 $0 $0 $0 $0 $1,500,000 Pinellas Building - Equipment Replacement and Repair Gas Fund $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $1,200,000 Total Gas Utility Services $13,625,000 $12,225,000 $9,225,000 $7,375,000 $7,125,000 $7,125,000 $56,700,000 Solid Waste Control Services Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Underground Refuse System Solid Waste Fund $250,000 $250,000 $250,000 $250,000 $250,000 $250,000 $1,500,000 Rebuild Solid Waste Admin Complex Solid Waste Fund $0 $6,750,000 $6,750,000 $0 $0 $0 $13,500,000 Solid Waste Facility R&R Solid Waste Fund $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $1,200,000 Total Solid Waste Control Services $450,000 $7,200,000 $7,200,000 $450,000 $450,000 $450,000 $16,200,000 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) CLEARWATER COMPREHENSIVE PLAN 197 Water-Sewer Combination Services Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Sanitary Sewer Upgrade/Improvements Sewer Revenue $0 $1,250,000 $1,250,000 $1,360,000 $3,416,230 $3,416,230 $10,692,460 Marshall Street Upgrade/Improvements Sewer Revenue $4,300,000 $4,250,000 $3,134,000 $450,000 $1,000,000 $0 $13,134,000 East Plant Upgrades/Improvements Sewer Revenue $1,000,000 $700,000 $2,567,000 $500,000 $0 $0 $4,767,000 North East Plan Upgrades/Improvements Sewer Revenue $3,000,000 $526,820 $711,690 $3,200,000 $2,445,000 $0 $9,883,510 Pump Station R&R Utility R&R $0 $0 $0 $550,000 $2,296,800 $0 $2,846,800 Utilities Admin Building Upgrades/Improvements Water Revenue $50,000 $50,000 $50,000 $50,000 $50,000 $0 $250,000 Sewer Revenue $50,000 $50,000 $50,000 $50,000 $50,000 $0 $250,000 Sanitary Sewer Extensions Sewer Impact Fees $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Sewer Revenue $87,540 $187,540 $187,540 $187,540 $187,540 $187,540 $1,025,240 Sanitary Sewer Relocation Accommodation Utility Revenue $0 $60,000 $60,000 $60,000 $60,000 $60,000 $300,000 Facilities Upgrade & Improvement Sewer Revenue $0 $270,000 $320,000 $300,000 $250,000 $0 $1,140,000 Water Pollution Control R&R Utility R&R $3,000,000 $2,895,000 $1,775,000 $1,115,000 $1,800,000 $0 $10,585,000 Sewer Revenue $0 $375,000 $2,000,000 $2,000,000 $2,000,000 $220,000 $6,595,000 Sanitary Sewer R&R Utility R&R $6,000,000 $5,256,400 $7,233,670 $6,640,450 $5,000,000 $5,000,000 $35,130,520 Sewer Revenue $0 $2,100,000 $2,900,000 $2,900,000 $2,000,000 $0 $9,900,000 Pump Station Upgrade & Improvement Sewer Revenue $2,000,000 $2,000,000 $2,000,000 $1,365,000 $3,252,500 $1,065,000 $11,682,500 System R&R - Maintenance Water Revenue $6,500,000 $625,000 $250,000 $250,000 $250,000 $250,000 $8,125,000 Utility R&R $0 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $5,000,000 Line Relocation Maintenance Water Revenue $426,500 $850,000 $750,000 $750,000 $1,500,000 $0 $4,276,500 Utility Revenue $200,000 $1,600,000 $1,005,000 $600,000 $1,000,000 $0 $4,405,000 Reclaimed Water Distribution System Water Revenue $300,000 $950,000 $450,000 $650,000 $500,000 $0 $2,850,000 Line Relocation - Improvements Water Revenue $0 $200,000 $200,000 $200,000 $200,000 $0 $800,000 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) PLAN IMPLEMENTATION 198 CLEARWATER 2045 Water-Sewer Combination Services Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total System Expansion Water Impact Fee $160,000 $160,000 $160,000 $160,000 $160,000 $160,000 $960,000 Water Revenue $76,000 $76,000 $76,000 $76,000 $76,000 $76,000 $456,000 R.O. Plan Reservoir #1 Upgrades & Improvements Water Revenue $0 $630,000 $0 $150,000 $1,350,000 $0 $2,130,000 R.O. Plant at Reservoir #1 Upgrades & Improvements Water Revenue $1,000,000 $1,000,000 $3,200,000 $3,200,000 $500,000 $75,000 $8,975,000 Groundwater Replenishment Facility Governmental Revenue $0 $0 $0 $6,358,000 $10,000,000 $0 $16,358,000 Water Revenue $0 $0 $0 $17,900,000 $0 $0 $17,900,000 R.O. Plant at WTP #3 Water Revenue $1,000,000 $4,000,000 $4,000,000 $500,000 $1,267,500 $8,000,000 $18,767,500 Water System Upgrades/Improvement Water Revenue $0 $1,350,000 $2,070,000 $2,275,000 $3,000,000 $3,200,000 $11,895,000 Reclaimed Water Distribution System R&R Utility R&R $1,000,000 $1,670,450 $1,547,450 $3,651,680 $3,366,650 $200,000 $11,436,230 Feasibility Studies/Evaluations - Water System Utility R&R $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Devices & Equipment - Water System Water Revenue $0 $225,000 $675,000 $200,000 $200,000 $300,000 $1,600,000 Marshall Street Plan R&R Utility R&R $0 $1,855,000 $3,155,000 $2,100,000 $1,100,000 $590,000 $8,800,000 Northeast Plant R&R Utility R&R $250,000 $1,040,000 $535,000 $525,000 $4,865,000 $125,000 $7,340,000 East Plant R&R Utility R&R $0 $1,000,000 $1,785,000 $1,100,000 $688,000 $250,000 $4,823,000 Reverse Osmosis #1 R&R Utility R&R $0 $100,000 $100,000 $300,000 $300,000 $1,015,000 $1,815,000 Reverse Osmosis #2 R&R Utility R&R $0 $200,000 $200,000 $200,000 $200,000 $200,000 $1,000,000 Water Treatment Plant #3 R&R Utility R&R $0 $500,000 $500,000 $500,000 $500,000 $500,000 $2,500,000 Total Water-Sewer Combination Services $30,500,040 $39,102,210 $45,997,350 $63,473,670 $55,931,220 $25,989,770 $260,994,260 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) CLEARWATER COMPREHENSIVE PLAN 199 Flood Protection/Stormwater Management Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Stormwater Vehicles & Equip Stormwater Fund $1,307,550 $1,358,200 $1,500,000 $1,500,010 $1,500,000 $1,500,000 $8,665,760 Stormwater Pipe System Improvement Stormwater Fund $3,033,440 $652,670 $3,609,120 $467,140 $1,412,140 $1,969,680 $11,144,190 Allen's Creek Stormwater Fund $497,360 $405,460 $979,100 $489,510 $1,111,890 $424,360 $3,907,680 Stormwater System Expansion Stormwater Fund $244,160 $119,270 $0 $0 $83,810 $398,330 $845,570 Stevenson Creek Stormwater Fund $565,220 $231,030 $696,590 $500,000 $0 $1,035,410 $3,028,250 Coastal Basin Stormwater Fund $615,570 $477,440 $1,058,200 $591,920 $561,690 $668,470 $3,973,290 Alligator Creek Watershed Stormwater Fund $694,710 $231,030 $1,068,280 $500,000 $474,760 $1,728,600 $4,697,380 Total Flood Protection/SW Management $6,958,010 $3,475,100 $8,911,290 $4,048,580 $5,144,290 $7,724,850 $36,262,120 Other Physical Environment Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Dredging of City Waterways General Fund $100,000 $100,000 $100,000 $100,000 $100,000 $100,000 $600,000 Coopers Point TBD - Grant $0 $0 $10,130,000 $10,130,000 $10,130,000 $9,610,000 $40,000,000 Citywide Docks & Seawall General Fund $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Environ Assessment & Cleanup General Fund $70,000 $70,000 $70,000 $70,000 $70,000 $70,000 $420,000 Public Works Complex General Fund $0 $55,140 $1,271,000 $1,133,000 $1,211,000 $577,130 $4,247,270 Infrastructure Sales Tax/Penny $0 $0 $4,600,000 $0 $2,600,000 $0 $7,200,000 Stormwater Fund $0 $1,909,180 $3,610 $29,480 $555,930 $0 $2,498,200 Water Revenue $0 $202,140 $5,560,370 $502,120 $5,196,920 $0 $11,461,550 Environ Park Remediation & Protection Infrastructure Sales Tax/Penny $0 $750,000 $750,000 $0 $0 $0 $1,500,000 General Fund $50,000 $50,000 $50,000 $50,000 $50,000 $0 $250,000 Right of Way Tree Management Program General Fund $150,000 $150,000 $150,000 $150,000 $100,000 $100,000 $800,000 Central Ins Fund $150,000 $150,000 $150,000 $150,000 $100,000 $100,000 $800,000 Total Other Physical Environment $570,000 $3,486,460 $22,884,980 $12,364,600 $20,163,850 $10,607,130 $70,077,020 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) PLAN IMPLEMENTATION 200 CLEARWATER 2045 Road and Street Facilities Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Fort Harrison Reconstruction General Fund $0 $732,000 $732,000 $997,800 $997,800 $997,800 $4,457,400 Stormwater Fund $0 $2,060,000 $632,050 $4,641,140 $3,277,280 $1,441,990 $12,052,460 Water Revenue $1,254,250 $0 $0 $0 $0 $0 $1,254,250 Sewer Revenue $1,254,250 $0 $1,684,090 $0 $0 $0 $2,938,340 Utility R&R $1,725,590 $690,340 $2,771,020 $3,579,550 $0 $0 $8,766,500 Bridge Maintenance & Improvements Fuel Tax $1,046,750 $1,046,750 $1,046,750 $1,046,750 $1,046,750 $1,046,750 $6,280,500 Streets & Sidewalks Road Millage $4,005,420 $4,136,530 $4,219,260 $4,303,640 $4,389,710 $4,477,500 $25,532,060 General Fund $700,000 $700,000 $700,000 $700,000 $700,000 $700,000 $4,200,000 City-Wide Intersections Improvement Multi-Modal Impact $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Fuel Tax $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Traffic Signals Multi-Modal Impact $40,000 $40,000 $40,000 $40,000 $40,000 $40,000 $240,000 Fuel Tax $200,000 $200,000 $200,000 $200,000 $200,000 $200,000 $1,200,000 Traffic Safety Infrastructure Road Millage $44,990 $44,990 $44,990 $44,990 $44,990 $44,990 $269,940 Multi-Modal Impact $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Fuel Tax $30,400 $30,400 $30,400 $30,400 $30,400 $30,400 $182,400 Total Road and Streets Facilities $10,451,650 $9,831,010 $12,250,560 $15,734,270 $10,876,930 $9,129,430 $68,273,850 Airports Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Airpark Maintenance & Repair Airpark Fund $25,000 $25,000 $25,000 $25,000 $25,000 $25,000 $150,000 Apron Replacement Airpark Fund $0 $0 $0 $0 $0 $0 $0 FDOT Grant $0 $0 $0 $0 $0 $0 $0 Aviation Oper Center Airpark Fund $0 $0 $300,000 $0 $1,940,000 $0 $2,240,000 FDOT Grant $0 $0 $300,000 $0 $2,700,000 $0 $3,000,000 Infrastructure Sale Tax/Penny $0 $0 $0 $0 $760,000 $0 $760,000 Total Airports $25,000 $25,000 $625,000 $25,000 $5,425,000 $25,000 $6,150,000 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) CLEARWATER COMPREHENSIVE PLAN 201 Water Transportation Systems Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Waterway Maintenance General Fund $150,000 $150,000 $150,000 $150,000 $150,000 $150,000 $900,000 Total Water Transportation Systems $150,000 $150,000 $150,000 $150,000 $150,000 $150,000 $900,000 Parking Facilities Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Parking Lot Resurfacing Parking Fund $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Parking Lot Improvements Parking Fund $150,000 $150,000 $150,000 $150,000 $150,000 $150,000 $900,000 Parking Garages Parking Fund $459,000 $184,000 $379,000 $184,000 $284,000 $184,000 $1,674,000 Downtown Parking Garage Parking Fund $0 $0 $0 $0 $0 $0 $0 Seminole Boat Launch Maintenance Parking Fund $20,000 $25,000 $30,000 $40,000 $40,000 $40,000 $195,000 Total Parking Facilities $679,000 $409,000 $609,000 $424,000 $524,000 $424,000 $3,069,000 Other Transportation Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Miscellaneous Engineering General Fund $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Survey Equipment Replacement General Fund $6,500 $6,500 $6,500 $6,500 $6,500 $6,500 $39,000 Stormwater Fund $0 $0 $0 $0 $0 $35,000 $35,000 Total Other Transportation $56,500 $56,500 $56,500 $56,500 $56,500 $91,500 $374,000 Libraries Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Library FF&E Repair and Replacement Project General Fund $135,000 $85,000 $85,000 $85,000 $85,000 $85,000 $560,000 Library Technology General Fund $25,000 $25,000 $25,000 $25,000 $25,000 $25,000 $150,000 Main Library Renovation General Fund $575,000 $0 $0 $0 $0 $0 $575,000 Total Libraries $735,000 $110,000 $110,000 $110,000 $110,000 $110,000 $1,285,000 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) PLAN IMPLEMENTATION 202 CLEARWATER 2045 Parks & Recreation Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Bicycle Paths-Bridges Infrastructure Sales Tax/Penny $1,250,000 $1,250,000 $0 $0 $0 $0 $2,500,000 Special Events Equipment R&R Special Program Fund $50,000 $55,000 $55,000 $55,000 $55,000 $55,000 $325,000 Misc Parks & Rec Contract Services General Fund $250,000 $55,000 $55,000 $55,000 $55,000 $55,000 $525,000 Neighborhood Park Renovations Infrastructure Sales Tax/Penny $400,000 $100,000 $100,000 $100,000 $100,000 $400,000 $1,200,000 Woodgate Park Renovation Infrastructure Sales Tax/Penny $0 $0 $0 $0 $1,800,000 $0 $1,800,000 McMullen Tennis Renovation Infrastructure Sales Tax/Penny $0 $0 $0 $0 $0 $700,000 $700,000 Parks & Beautification R&R General Fund $1,200,000 $1,265,000 $1,293,750 $1,350,000 $1,437,500 $1,625,000 $8,171,250 Athletic Fields R&R General Fund $915,000 $1,006,500 $1,052,250 $960,000 $875,000 $942,500 $5,751,250 Total Parks & Recreation $4,065,000 $3,731,500 $2,556,000 $2,520,000 $4,322,500 $3,777,500 $20,972,500 Cultural Services Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Miscellaneous Public Art Fund General Fund $25,000 $25,000 $25,000 $25,000 $25,000 $25,000 $150,000 Cultural Arts Strategic Plan Implementation General Fund $15,000 $15,000 $15,000 $15,000 $15,000 $15,000 $90,000 Total Cultural Services $40,000 $40,000 $40,000 $40,000 $40,000 $40,000 $240,000 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) CLEARWATER COMPREHENSIVE PLAN 203 Special Recreation Facilities Name Funding Source 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28 Total Clearwater Harbor Marina Facility Maintenance R&R Clearwater Harbor Marina Fund $75,000 $75,000 $75,000 $75,000 $75,000 $75,000 $450,000 Fuel System R&R Marina Fund $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $300,000 Pier 60/Sailing Center Maintenance General Fund $100,000 $500,000 $500,000 $100,000 $100,000 $100,000 $1,400,000 Beach Marina Upgrade Infrastructure Sales Tax/Penny $11,500,000 $11,500,000 $0 $0 $0 $0 $23,000,000 Marina Fund $1,250,000 $1,000,000 $0 $0 $0 $0 $2,250,000 General Fund $250,000 $0 $0 $0 $0 $0 $250,000 Clearwater Harbor Marina Replace & Upgrade Clearwater Harbor Marina Fund $100,000 $100,000 $100,000 $100,000 $100,000 $100,000 $600,000 Infrastructure Sales Tax/Penny $0 $0 $0 $1,000,000 $1,000,000 $1,000,000 $3,000,000 Athletic Fields & Facility Renovation/Improvements Infrastructure Sales Tax/Penny $0 $250,000 $300,000 $2,100,000 $0 $0 $2,650,000 Long Center Major Renovations Infrastructure Sales Tax/Penny $2,000,000 $3,000,000 $0 $0 $0 $0 $5,000,000 General Fund $3,000,000 $2,000,000 $0 $0 $0 $0 $5,000,000 Soccer Field Reno EC Moore General Fund $60,000 $1,000,000 $0 $0 $0 $0 $1,060,000 McKay Play Field Improvements Donation Revenue $0 $150,000 $0 $0 $0 $0 $150,000 General Fund $0 $275,000 $0 $0 $0 $0 $275,000 Frank Tack Improvements Infrastructure Sales Tax/Penny $0 $250,000 $300,000 $0 $0 $0 $550,000 Marine Facility Maint & Dock R&R Marina Fund $100,000 $100,000 $100,000 $100,000 $100,000 $100,000 $600,000 Carpenter & Baycare R&R General Fund $1,703,030 $2,477,030 $1,046,500 $972,000 $1,012,500 $1,625,000 $8,836,060 Recreation Center R&R General Fund $600,000 $1,017,500 $667,000 $846,000 $762,500 $1,248,000 $5,141,000 Beach Walk/Pier 60 Park R&R General Fund $550,000 $330,000 $345,000 $360,000 $375,000 $390,000 $2,350,000 Total Special Recreation Facilities $21,338,030 $24,074,530 $3,483,500 $5,703,000 $3,575,000 $4,688,000 $62,862,060 Table PI 2. Capital Improvement Program Expenditure Summary (con’t) PLAN IMPLEMENTATION 204 CLEARWATER 2045 Table PI 3. Level of Service Summary Facilities Chapter Level of Service (LOS) Standard Potable Water Support Services 100 gallons per day per capita (GPCD) at a minimum pressure between 40-45 Pounds per Square Inch (PSI) Sanitary Sewer Support Services 100 GPCD Stormwater Support Services Design storm:• 10-year storm frequency for all new street development using the rational design method.• 25-year storm frequency with positive outfall for major storm systems with basin time of intensities controlling the duration.*• 50-year storm frequency when no outfall and discharge is to street right-of-way.*• 100-year storm frequency when no outfall and discharge is across private property.* Parks Parks & Public Places 4 acres of parkland per 1,000 persons Hurricane Evacuation Conservation & Coastal Management 16 hours (out of county for a category 5 storm event as measured on the Saffir-Simpson scale) * Design standards for stormwater quality treatment/storage quantity shall conform to the current SWFWMD requirement [Presently being the SCS Unit Hydrograph design method, using the design storm frequency and a twenty-four (24) hour duration for sites ten (10) acres or more, and the rational design method for sites under ten (10) acres]. PI 3. Level of Service Summary Courtney Campbell Causeway looking west. Photo credit: Pinellas County CLEARWATER COMPREHENSIVE PLAN 205 PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: October 3, 2023 AGENDA ITEM: F.4. CASE: CPA2023-06001, Full Comprehensive Plan: Clearwater 2045 ORDINANCE NO.: 9721-24 REQUEST: Review and make a recommendation to the City Council to repeal the current Clearwater Comprehensive Plan and replace it with Clearwater 2045. INITIATED BY: City of Clearwater, Planning and Development Department BACKGROUND: Florida law requires all local governments to prepare, adopt, and enforce long-range comprehensive plans through the “Local Government Comprehensive Plan and Land Development Regulation Act”. Chapter 163, Florida Statutes (F.S.), is part of the State’s growth management laws that govern comprehensive plans requiring jurisdictions to include elements on future land use; housing; transportation; recreation and open space; conservation; coastal management; general sanitary sewer, solid waste, drainage, potable water, and natural groundwater (public utilities); intergovernmental coordination; private property rights; and capital improvements. A comprehensive plan is an official policy document designed to guide decisions on the city’s future growth and development. As a statement of municipal policy, a comprehensive plan is adopted by ordinance of the City Council and implemented through the city’s land development regulations, various public programs and initiatives, and local and regional capital improvement projects. The last extensive update of the Comprehensive Plan (Plan) occurred in 2008, followed by several small technical updates with the latest being adopted in July 2023. Clearwater 2045 is an extensive rewrite of the 2008 Comprehensive Plan and includes significant restructuring. Contrasting from prior plans, Clearwater 2045 will move away from the use of elements and will instead divide the plan into six chapters: Quality Places, Mobility, Parks & Public Places, Conservation & Coastal Management, Support Services, and Plan Implementation. Although Clearwater 2045 is organized into individual chapters, elements are identified within each chapter and are interrelated and consistent with the requirements of Chapter 163, F.S. Community Development Board – October 3, 2023 Page 2 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT This Plan will aid City Council in their decision making and support city staff in their efforts to develop projects, programs, and code amendments to guide the city through the next 20 years. The Plan is meant to be a living document that is updated over time to respond to changing conditions and the evolving needs of the community. All parts of the Plan work together towards the realization of the city’s vision for the future. Staff began work on this project in late 2020 and provided numerous public engagement opportunities between April and July 2021. The engagement included in-person, youth, and virtual opportunities, as well as a questionnaire on the project website, clearwater2045.com. Staff worked with consultant HDR, Inc. to complete background data analysis and early public engagement. This background data provided a look at where the city was at, and along with the public engagement feedback, allowed staff to have a starting point for rewriting the Comprehensive Plan. During the public engagement, numerous themes arose which included transportation concerns, cultural vibrancy, bringing new life to downtown, and balancing policy emphasis throughout the entire city. Public engagement activities also created the updated vision statement for Clearwater 2045: “From the beach to the bay, Clearwater is a city of diverse, unique and special places; livable neighborhoods; economic resiliency; friendly people; and amazing opportunities.” With this feedback and the background data, staff was able to rewrite the goals, objectives, and policies which set out to address these findings and set a course towards the future. Draft chapters as well as the full Plan were presented to the public at six community meeting events from April through June of 2023. These meetings allowed staff to present drafted goals and general objective and policy direction and allowed the public to ask questions and to reaffirm the vision statement. Additional presentations were made to the Environmental Advisory Board, Hispanic Leadership Council, Community Development Board (CDB), and City Council, with the latter two being work sessions allowing the CDB and City Council to ask questions of staff. As part of the approval process, the city is required to send the draft Comprehensive Plan to Forward Pinellas to review for consistency with the Countywide Rules. The Countywide Rules contains requirements for what the city must include in the Plan, including a table that shows each local future land use category and the consistent Countywide future land use category. Staff forwarded the proposed Comprehensive Plan to Forward Pinellas on June 28, 2023, and received minor recommendations for edits to the Plan, which have been made. The CDB will review Clearwater 2045 and make a recommendation to the City Council. City Council is scheduled to review Clearwater 2045 at their October 18, 2023 meeting, and vote to approve, approve with modifications, or deny the Plan. After the first City Council public hearing, staff will submit Clearwater 2045 to the Florida Department of Commerce (DOC) and other agencies for review against the statutes and other plans or studies to ensure the city’s Comprehensive Plan does not violate or conflict with the statutes or other regional plans. The DOC and other agencies will have 30 days to review the Plan and provide any comments. Should there be no comments from the DOC and reviewing agencies, the city will be notified and can then schedule and hold the second City Council hearing. If the DOC or other agencies provide comments, staff will need to address those before holding a second and final City Council hearing. Community Development Board – October 3, 2023 Page 3 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT ANALYSIS: Proposed Ordinance 9721-24 repeals the Clearwater Comprehensive Plan in its entirety and replaces it with Clearwater 2045, the city’s new Comprehensive Plan. Clearwater 2045 includes an Executive Summary to give a brief snapshot of the contents of the plan and an Introduction to explain what a Comprehensive Plan is as well as history and data about the City of Clearwater. The Plan has six chapters containing goals, objectives, and policies to guide the future growth and development of the city. Quality Places The Quality Places (QP) Chapter serves as the Future Land Use and Housing Elements and provides guidance related to land use, development, and redevelopment; housing affordability; neighborhoods; and economic development. The Quality Places Chapter also establishes a Framework Map that delineates the city’s neighborhoods; corridors; activity, mixed-use, and neighborhood centers; and employment districts. Goals QP 1 through QP 4 cover the components of the Framework Map with the remaining goals covering citywide topics. The Quality Places Chapter introduces expanded goals with new objectives and policies to create a bonus density for a graywater system in development, equity in access to all city-owned properties and buildings, support for tree protection and a long-live tree canopy, opportunities for increased housing options through accessory dwelling units (ADUs) or missing middle housing bonus, and additional arts and culture opportunities. Mobility The Mobility (M) Chapter serves as the Transportation Element and provides guidance for the creation of a safe, efficient, equitable, and sustainable transportation system serving the needs of residents, businesses, and visitors. The Mobility Chapter introduces guidance to cover the safe delivery of goods in the city and expanded goals with new objectives and policies to create equity in the city’s transportation system, support Vision Zero, address new and emerging technologies and modes of transportation, and implement Greenprint 2.0. Parks & Public Places The Parks & Public Places (PPP) Chapter serves as the Recreation and Open Space Element and provides guidance to ensure the city’s parks system provides opportunities for all residents and visitors; that parks are located and designed equitably to meet the evolving needs of the community; that natural features are conserved and protected; and that parks and recreation impact fees are collected and expended to improve the parks system. The city maintains a 10-year Parks and Recreation System Master Plan that was last updated in 2013. The city is in the process of updating this master plan and once that project concludes, it is anticipated that this chapter will be completely updated to account for new data and findings. Community Development Board – October 3, 2023 Page 4 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT Conservation & Coastal Management The Conservation & Coastal Management (CCM) Chapter serves as the Conservation and Coastal Management Elements and provides guidance on natural and built environment protection; improving air quality; sustainability and resiliency; post disaster redevelopment; and educational opportunities. The Conservation & Coastal Management Chapter introduces additional guidance for sustainable and resilient uses, furthers implementation of Greenprint 2.0, and adds policies to expand educational efforts for the natural environment, storm hazard-related risks, flood insurance, and sustainability initiatives. Support Services The Support Services (SS) Chapter serves as the Public Utilities Element and provides guidance for the provision and maintenance of the city’s operational functions including public utilities, solid waste and recycling, stormwater management, Clearwater Gas System, police, fire and emergency medical services (EMS), emergency management, library services, and other general support services. Many of these services are provided by the city but are not required to be included in the Plan and have not been included in previous plans. The Support Services Chapter introduces guidance for the Clearwater Gas System, law enforcement, emergency services, emergency management, general services, and the library system and provides additional guidance for reclaimed water and solid waste collection and disposal services. Plan Implementation The Plan Implementation (PI) Chapter serves as the Intergovernmental Coordination, Property Rights, and Capital Improvements Elements and provides guidance for city leaders and staff related to the Capital Improvement Program (CIP); intergovernmental coordination of natural resources, housing, transportation, public utilities, and emergency management; dispute resolution; annexations; and private property rights. The Plan Implementation Chapter introduces additional guidance to increase collaboration between jurisdictions and agencies and provides an updated 5-year Capital Improvement Program table. CONSISTENCY WITH FLORIDA STATUTES Municipalities within the State of Florida are required to have comprehensive plans per Chapter 163, F.S. The proposed goals, objectives, and policies were compared against the statutory requirements and staff did not find any inconsistencies between the proposed Comprehensive Plan and the requirements of Chapter 163, F.S. Any changes in state legislation since the last plan amendment has been addressed in Clearwater 2045. Community Development Board – October 3, 2023 Page 5 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT STANDARDS FOR REVIEW: While Clearwater 2045 is a complete rewrite to repeal and replace the current Comprehensive Plan, it is still considered an amendment to the Plan; therefore, the below standards must be addressed. Although there are many goals, objectives, and policies within Clearwater 2045, it will be considered one amendment for the purpose of addressing the required standards. Pursuant to Community Development Code (CDC) Section 4-603.F. no amendment to the Comprehensive Plan shall be approved unless it complies with the following standards: 1. The amendment will further implementation of the Comprehensive Plan consistent with the goals, policies, and objectives contained in the Plan. The proposed amendment completely rewrites the Comprehensive Plan and incorporates updated background data, which will allow the Comprehensive Plan to be implemented consistent with the goals, objectives, and policies within the Plan. 2. The amendment is not inconsistent with other provisions of the Comprehensive Plan. The proposed amendment is not in conflict with other provisions of the Comprehensive Plan and brings further consistency between the goals, objectives, and policies. The Plan was written with input from various city departments and reviewed by Planning and Development staff to ensure that there are no inconsistencies within or between chapters. 3. The available uses, if applicable, to which the property may be put are appropriate to the property in question and compatible with existing and planned uses in the area. This is not applicable to the proposed amendment as the proposed changes do not relate to a specific property or properties; however, the Quality Places Chapter includes goals, objectives, and policies to ensure that available uses on a property are compatible with the existing and planned uses of the area though the future land use categories and map as well as ensuring there are appropriate transitions or buffers between incompatible uses. 4. Sufficient public facilities are available to serve the property. This is not applicable to the proposed amendment as the proposed changes do not relate to a specific property or properties; however, the Support Services Chapter includes goals, objectives, and policies to establish a level of service for certain facilities which will be used to determine capacity for existing and future development and plans for the future expansion of services as the city’s population and development potential grows. The Plan Implementation Chapter also includes provisions to ensure that public facilities are available to serve a property prior to development. Community Development Board – October 3, 2023 Page 6 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT 5. The amendment will not adversely affect the natural environment. This is not applicable to the proposed amendment as the proposed changes do not relate to a specific property or properties; however, the Conservation & Coastal Management Chapter includes goals, objectives, and policies to ensure protection for the natural environment and resources through protection of natural shorelines, beaches, dunes, wetlands, conservation areas, wildlife habitats, and the like. The Quality Places Chapter also includes provisions to ensure the natural environment is not adversely affected by including objectives and policies for the protection for trees and a long-lived tree canopy as well as landscaping and scenic views along the city’s causeways, gateways, and view corridors. 6. The amendment will not adversely impact the use of property in the immediate area. This is not applicable to the proposed amendment as the proposed changes do not relate to a specific property or properties; however, the Quality Places Chapter includes provisions to ensure that any proposed development or redevelopment is consistent with properties in the immediate area. SUMMARY AND RECOMMENDATION: The purpose of this amendment is to repeal and replace the city’s current Comprehensive Plan with the new Plan, Clearwater 2045. The proposed amendment is consistent with all the requirements outlined in Chapter 163, Florida Statutes (F.S.), will further the goals, objectives, and policies of the Comprehensive Plan, will not result in inappropriate or incompatible uses, will not adversely affect the natural environment or impact the use of the property in the immediate area, and sufficient public facilities exist to implement the proposed amendment. Based upon the above, the Planning and Development Department recommends APPROVAL of Ordinance No. 9721-24 that adopts the Clearwater 2045, the city’s new Comprehensive Plan. Prepared by Planning and Development Department Staff: _______________________________ Jayme Lopko, AICP Long Range Planning Manager ATTACHMENTS: Ordinance No. 9721-24 Clearwater 2045 (Exhibit A) Resume City Council Monday, October 16, 2023 Wednesday, October 18, 2023 1 •What is a Comprehensive Plan? •Clearwater 2045 Chapters •Next Steps •Questions AGENDA 2 Details Long-Term Vision & Future Direction Provides Guidance for Policy Decisions Required by State of Florida Major Updates Every 7-10 Years WHAT IS A COMPREHENSIVE PLAN? 3 CLEARWATER 2045 Quality Places | Mobility | Parks & Public Places | Conservation & Coastal Management | Support Services | Plan Implementation 4 INTRODUCTION 5 •Comprehensive Plan Purpose •State Requirements •Organization and Use •History and Development Patterns •Background Data •Community Engagement QUALITY PLACES This chapter provides guidance for city leaders, staff, and the public related to land use, development, and redevelopment; place character and preservation; neighborhood stability and housing affordability; and economic development. 6 Chapter Goals •Future Land Use & Development •Housing •Arts, History, & Culture •Causeways & View Corridors 7 QUALITY PLACES Chapter Goals •Neighborhoods •Centers & Corridors •Activity Centers •Employment Districts QUALITY PLACES 8 MOBILITY This chapter offers guidance for improving the performance of the roadway network; increasing travel safety and destination accessibility; promoting walking; biking, and transit use as safe and convenient alternatives to driving; and improving connections to local and regional employment centers. 9 Chapter Goals •Transportation System •Multimodal Travel •Airport •Logistics MOBILITY 10 PARKS & PUBLIC PLACES This chapter provides guidance for parks, recreation facilities, and open spaces throughout the city. 11 Chapter Goals •Equitable Design •Parks Facilities •Natural Features Preservation •Impact Fees PARKS & PUBLIC PLACES 12 CONSERVATION & COASTAL MANAGEMENT This chapter offers guidance for conserving natural resources; managing development and redevelopment in coastal areas; stormwater discharges; post disaster redevelopment; and sustainability and resiliency. 13 Chapter Goals •Natural Resource Conservation •Built Environment Protection •Sustainability & Resiliency •Air Quality •Post-Disaster Redevelopment •Education 14 CONSERVATION & COASTAL MANAGEMENT SUPPORT SERVICES This chapter offers guidance for public services – potable water, sanitary sewer, reclaimed water, stormwater, solid waste, natural gas, police, fire & rescue, emergency management, and the library system. 15 SUPPORT SERVICES Chapter Goals •Public Utilities •Clearwater Gas •Stormwater •Police, Fire & EMS, Emergency Management •Library System 16 PLAN IMPLEMENTATION This chapter offers guidance to implement the comprehensive plan through the capital improvements program (CIP), intergovernmental coordination, and annexations of enclaves. 17 PLAN IMPLEMENTATION Chapter Goals •Intergovernmental Coordination •Conflict Resolution •Property Rights •Annexation •Capital Improvement Program (CIP) 18 City Council Public Hearings •First Hearing October 18, 2023 •Second Hearing (Adoption) – January 2024 NEXT STEPS 19 QUESTIONS? Kyle Brotherton, Senior Planner Jayme Lopko, AICP, Long Range Planning Manager clearwater2045@myclearwater.com CLEARWATER2045.COM 20 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2023-06007 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.5 SUBJECT/RECOMMENDATION: Approve the annexation for 210 Meadow Lark Lane, together with an unaddressed parcel on Meadow Lark Lane, together with all unincorporated right-of-way of Kentucky Avenue and an unnamed alley and pass Ordinance 9706-23 on first reading. (ANX2023-06007) SUMMARY: This voluntary annexation petition involves 0.540-acres of property consisting of two parcels of vacant land. The properties are located on the west side of Meadow Lark Lane approximately 820 feet north of Gulf to Bay Boulevard. The applicant is requesting annexation in order to receive water, sanitary sewer, and solid waste service from the city. The Development Review Committee is proposing that the 0.240-acres of Kentucky Avenue right-of-way and an unnamed alley not currently within the city limits also be annexed. The properties are contiguous to existing city boundaries to the north, west, and east. The applicant has also submitted applications to change the properties Future Land Use Map designations of Residential Urban (RU) (Pinellas County) to Institutional (I) (LUP2023-06002) and to rezone the properties from R-3 Single Family Residential (Pinellas County) to Institutional (I) (REZ2023-06001) upon annexation into the City of Clearwater. 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: ·Water, sanitary sewer, and solid waste service will be provided to these properties by the city. The properties are 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 these properties by Station #49 located at 565 Sky Harbor Drive. The city has adequate capacity to serve these properties with water, 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 of the Clearwater Comprehensive Plan: Objective A.2.2 Future land use in the City of Clearwater shall be guided by the Page 1 City of Clearwater Printed on 10/10/2023 File Number: ANX2023-06007 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 properties proposed for annexation are contiguous to existing city boundaries to the north, west, and east; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/10/2023 Ordinance No. 9706-23 ORDINANCE NO. 9706-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE WEST SIDE OF MEADOW LARK LANE APPROXIMATELY 875 FEET NORTH OF GULF TO BAY BOULEVARD, WHOSE POST OFFICE ADDRESS IS 210 MEADOW LARK LANE, CLEARWATER, FLORIDA 33759, TOGETHER WITH AN UNADDRESSED PARCEL LOCATED ON THE WEST SIDE OF MEADOW LARK LANE APPROXIMATELY 760 FEET NORTH OF GULF TO BAY BOULEVARD, TOGETHER WITH ALL UNINCORPORATED RIGHT-OF-WAY OF KENTUCKY AVENUE AND AN UNNAMED ALLEY, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITIONS; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real properties described herein and depicted on the map attached hereto as Exhibit “B” has petitioned the City of Clearwater to annex the properties 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 properties are hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit “A” for legal description. (ANX2023-06007) 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. 9706-23 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Mark Bunker Vice Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” LEGAL DESCRIPTIONS ANX2023-06007 ========================================================================================= North 1/2 of Lots 7 and 8, less the west one (1) foot of the south Fifty (50) feet of the North 63.50 feet of Lot 8, Block, 4, Bay View City Subdivision, according to the map or plat thereof, as recorded in Plat Book 9, Page 43, public records of Pinellas County, Florida. Lot 5 and 6, and the East 36.00 feet of Lot 4, Block 4, Bay View City Subdivision, according to the map or plat thereof, as recorded in Plat Book 9, Page 43, public records of Pinellas County. Together with: All unincorporated Right-of-Way (136 LF, more or less) of Kentucky Ave Right-of-Way, West from the West Right-of-Way line of Meadow Lark Ln, and all unincorporated Right-of-Way (136 LF, more or less) of unnamed alley, West from the West Right-of-Way line of Meadow Lark Ln. Parcel ID Number: 16-29-16-05292-004-0050 Parcel ID Number: 16-29-16-05292-004-0070 Exhibit “B” PROPOSED ANNEXATION Owner(s): First Baptist Church of Clearwater, Inc Case: ANX2023-06007 Site: 210 Meadow Lark Lane and Unaddressed Lot Property Size(Acres): ROW (Acres): 0.540 0.240 Land Use Zoning PIN: 16-29-16-05292-004-0050 16-29-16-05292-004-0070 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Institutional (I) Institutional (I) LOCATION MAP Owner(s): First Baptist Church of Clearwater, Inc Case: ANX2023-06007 Site: 210 Meadow Lark Lane and Unaddressed Lot Property Size(Acres): ROW (Acres): 0.540 0.240 Land Use Zoning PIN: 16-29-16-05292-004-0050 16-29-16-05292-004-0070 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Institutional (I) Institutional (I) AERIAL PHOTOGRAPH Owner(s): First Baptist Church of Clearwater, Inc Case: ANX2023-06007 Site: 210 Meadow Lark Lane and Unaddressed Lot Property Size(Acres): ROW (Acres): 0.540 0.240 Land Use Zoning PIN: 16-29-16-05292-004-0050 16-29-16-05292-004-0070 From: Residential Urban (RU) R-3 Single Family Residential Atlas Page: 292A To: Institutional (I) Institutional (I) EXISTING SURROUNDING USES MAP Owner(s): First Baptist Church of Clearwater, Inc Case: ANX2023-06007 Site: 210 Meadow Lark Lane and Unaddressed Lot Property Size(Acres): ROW (Acres): 0.540 0.240 Land Use Zoning PIN: 16-29-16-05292-004-005016-29-16-05292-004-0070 From: Residential Urban (RU) R-3 Single FamilyResidential Atlas Page: 292A To: Institutional (I) Institutional (I) RV Park Detached Dwellings Hotel Community Center Offices Batting Cages/Storage Retail Vacant Recreational Field Restaurant ANX2023-06007 First Baptist Church of Clearwater, Inc. 210 Meadow Lark Lane View looking northwest at subject property on Meadow Lark Lane Across the street, to the north of the subject property View looking south at subject property on Kentucky Avenue Across the street, to the east of the subject property View looking westerly along Kentucky Avenue View looking easterly along Kentucky Avenue ANX2023-06007 First Baptist Church of Clearwater, Inc. Unaddressed Parcel on Meadow Lark Lane View looking west at subject property on Meadow Lark Lane South of the subject property North of the subject property Across the street, to the east of the subject property View looking northerly along Meadow Lark Lane View looking southerly along Meadow Lark Lane Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: LUP2023-06002 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.6 SUBJECT/RECOMMENDATION: Approve a Future Land Use Map Amendment from the Residential Urban (RU) (Pinellas County) category to the Institutional (I) category for 210 Meadow Lark Lane and an unaddressed parcel on Meadow Lark Lane and pass Ordinance 9707-23 on first reading. (LUP2023-06002) SUMMARY: This Future Land Use Map Amendment involves two parcels of land totaling 0.540-acres located on the west side of Meadow Lark Lane approximately 820 feet north of Gulf to Bay Boulevard. The applicant, First Baptist Church of Clearwater, Inc., is requesting to amend the future land use category of the properties from Residential Urban (RU) (Pinellas County) to Institutional (I). The applicant has indicated that the properties will be used for a softball field, but no site plans have been submitted at this time. The parcels are within Pinellas County’s jurisdiction, and the applicant has submitted a Petition for Annexation (see ANX2023-06007), and a Zoning Atlas Amendment application (REZ2023-06001) which are being processed concurrently with this case. The subject parcels are currently vacant as the prior existing structures were demolished in mid-2023, according to demolition permits filed with Pinellas County. Prior to demolition, the northern parcel was developed with two detached dwellings, while the southern parcel has historically been vacant. The church has continued to purchase residential properties in the areas adjacent to and in vicinity of its 41.016-acre main parcel which includes Calvary Baptist Church, Calvary Christian High School, athletic facilities, and other institutional uses that support the church. As this expansion has occurred over time, properties have been annexed and assembled into the main parcel, future land use and zoning amendments have been approved to ensure the overall property would have a consistent institutional designation. The Residential Urban (RU) category has a maximum density of 7.5 dwelling units per acre and a maximum floor area ration (FAR) of 0.40. The Institutional (I) category has a maximum density of 12.5 dwelling units per acre and a maximum floor area ratio (FAR) of 0.65. The proposed amendment would allow the properties to have a consistent future land use category of Institutional (I) with the surrounding area and allow for the development of the properties with an institutional use. The Planning and Development Department has determined that the proposed future land use amendment is consistent with the provisions of the Clearwater Community Development Code Page 1 City of Clearwater Printed on 10/10/2023 File Number: LUP2023-06002 as specified below: ·The proposed amendment is consistent with the Comprehensive Plan and the Countywide Plan Rules. ·The proposed amendment is compatible with the surrounding properties and character of the neighborhood. ·Sufficient public facilities are available to serve the property. ·The proposed amendment will not have an adverse impact on the natural environment. ·The proposed amendment will not have an adverse impact on the use of property in the immediate area. The proposed City of Clearwater future land use category of Institutional (I) will necessitate an amendment of the Countywide Plan Map from the Residential Low Medium (RLM) category to the Public/Semi-Public (P/SP) category. In accordance with the Countywide Plan Rules, the land use plan amendment is subject to the approval of Forward Pinellas, in its role as the Pinellas Planning Council, and the Board of County Commissioners acting as the Countywide Planning Authority. The application is a small-scale amendment so review and approval by the Florida Department of Commerce (DOC) formerly known as the Florida DEO is not required. The Community Development Board will review this application at a special meeting on October 3, 2023. Staff will report its recommendation at the city council meeting. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/10/2023 Ordinance No. 9707-23 ORDINANCE NO. 9707-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO CHANGE THE LAND USE DESIGNATION FOR CERTAIN REAL PROPERTY LOCATED ON THE WEST SIDE OF MEADOW LARK LANE APPROXIMATELY 875 FEET NORTH OF GULF TO BAY BOULEVARD, WHOSE POST OFFICE ADDRESS IS 210 MEADOW LARK LANE, CLEARWATER, FLORIDA 33759, TOGETHER WITH AN UNADDRESSED PARCEL LOCATED ON THE WEST SIDE OF MEADOW LARK LANE APPROXIMATELY 760 FEET NORTH OF GULF TO BAY BOULEVARD, FROM RESIDENTIAL URBAN (RU) (IN PINELLAS COUNTY), TO INSTITUTIONAL (I) UPON ANNEXATION INTO THE CITY OF CLEARWATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described properties, as follows: Properties Land Use Category See attached Exhibit “A” for legal description; From: Residential Urban (RU) (Pinellas County) To: Institutional (I) (LUP2023-06002) 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. Ordinance No. 9707-23 Section 3. This ordinance shall take effect contingent upon and subject to the adoption of Ordinance No. 9706-23, approval of the countywide plan land use designation by the Pinellas County Board of Commissioners, where applicable, and thirty-one (31) days post- adoption. If this ordinance is appealed within thirty (30) days after adoption, then this ordinance will take effect only after approval of the land use designation by the Pinellas County Board of Commissioners and upon issuance of a final order determining this amendment to be in compliance either by the Department of Commerce (DOC) or the Administration Commission, where applicable, pursuant to Section 163.3187, Florida Statutes. The Community Development Coordinator is authorized to transmit to Forward Pinellas, in its role as the Pinellas Planning Council, an application to amend the Countywide Plan in order to achieve consistency with the Future Land Use Element of the City’s Comprehensive Plan as amended by this ordinance. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Mark Bunker Vice Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” LEGAL DESCRIPTIONS ANX2023-06007 ========================================================================================= North 1/2 of Lots 7 and 8, less the west one (1) foot of the south Fifty (50) feet of the North 63.50 feet of Lot 8, Block, 4, Bay View City Subdivision, according to the map or plat thereof, as recorded in Plat Book 9, Page 43, public records of Pinellas County, Florida. Lot 5 and 6, and the East 36.00 feet of Lot 4, Block 4, Bay View City Subdivision, according to the map or plat thereof, as recorded in Plat Book 9, Page 43, public records of Pinellas County. Together with: All unincorporated Right-of-Way (136 LF, more or less) of Kentucky Ave Right-of-Way, West from the West Right-of-Way line of Meadow Lark Ln, and all unincorporated Right-of-Way (136 LF, more or less) of unnamed alley, West from the West Right-of-Way line of Meadow Lark Ln. Parcel ID Number: 16-29-16-05292-004-0050 Parcel ID Number: 16-29-16-05292-004-0070 Exhibit “B” PROPOSED FUTURE LAND USE MAP Owner(s): First Baptist Church of Clearwater, Inc Case: LUP2023-06002 REZ2023-06001 Site: 210 Meadow Lark Lane and Unaddressed Lot Property Size(Acres): 0.540 Land Use Zoning PIN: 16-29-16-05292-004-0050 16-29-16-05292-004-0070 From: Residential Urban (RU) R-3 Single Family Residential To: Institutional (I) Institutional (I) Atlas Page: 292A Background: This case involves two parcels totaling 0.540-acres located on the west side of Meadow Lark Lane approximately 820 feet north of Gulf to Bay Boulevard. The properties are owned by First Baptist Church of Clearwater, Inc. and are currently vacant. The parcels are within Pinellas County’s jurisdiction, and the applicant has submitted a Petition for Annexation (ANX2023-06007) that is being processed concurrently with this case. The request is to change the Future Land Use Map category of these properties from Residential Urban (RU) (Pinellas County) to Institutional (I). A Zoning Atlas Amendment application (REZ2023-06001) is also being processed concurrently with this case. The church has continued to purchase residential properties in the areas adjacent to and in vicinity of its 41.016-acre main parcel which includes Calvary Baptist Church, Calvary Christian High School, athletic facilities, and other institutional uses that support the church. As this expansion has occurred over time, properties have been annexed and assembled into the main parcel, future land use and zoning amendments have been approved to ensure the overall property would have a consistent institutional designation. The subject parcels border the church’s main parcel to the north and west. Additionally, the church owns the properties to the east of the subject parcels which includes batting cages and storage serving as accessory uses to the school, as well as a residential property. Refer to Map 2 for an aerial view of the subject parcels and property owned by the church in the surrounding area. The subject parcels are currently vacant as the prior existing structures were demolished in mid-2023, according to demolition permits filed with Pinellas County. Prior to demolition, the northern parcel was developed with two detached dwellings, while the southern parcel has historically been vacant. The applicant has indicated that the properties will be used for a softball field, but no site plans have been submitted at this PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: October 3, 2023 AGENDA ITEM: F.2. CASE: LUP2023-06002 REQUEST: To amend the Future Land Use Map designation from Residential Urban (RU) (Pinellas County) to Institutional (I) GENERAL DATA: Agent............................... Owner............................. Brian J. Aungst, Jr. Esq.; Macfarlane Ferguson & McMullen First Baptist Church of Clearwater, Inc. Location .......................... 210 Meadow Lark Lane and an unaddressed parcel, both located on the west side of Meadow Lark Lane approximately 820 feet north of Gulf to Bay Boulevard. Property Size ................... 0.540 acres Community Development Board – October 3, 2023 LUP2023-06002 - Page 2 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION time. However, in response to staff comments requesting more information on potential mitigation to limit impacts on the remaining residential properties in the area, the applicant submitted a preliminary design as a part of their application. The submittal of the preliminary design is not required nor reviewed as a part of this application, and the site plan is not one of the factors to consider when rendering a decision on a land use plan amendment pursuant to Community Development Code Section 4-603. Any potential future development and site plans would be reviewed during the development review process. The requested amendment to the Institutional (I) category is consistent with the surrounding parcels and would allow for continuity with the church’s main parcel that would allow for uniform redevelopment in the future. An amendment to the Countywide Plan Map will also be required to bring consistency between the City’s Future Land Use Map and the Countywide Plan Map. The applicant understands all necessary approvals and permits must be obtained before development of the subject site occurs. Vicinity Characteristics: Maps 1 and 2 show the general location of the properties and an aerial view of the amendment area and its surroundings. Map 1 Community Development Board – October 3, 2023 LUP2023-06002 - Page 3 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 2 Community Development Board – October 3, 2023 LUP2023-06002 - Page 4 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 3 shows the existing surrounding uses. The proposed amendment area is abutting to the main Calvary Baptist Church parcel and campus, which consists of a church, high school, athletic facilities, parking, and additional institutional uses supporting the main church. To the east of the amendment area along Meadow Lark Lane there is a parcel being used for batting cages and storage, and two detached dwellings. Detached dwellings also exist to the south between Tennessee Avenue and Carolina Avenue. To the west across Bayview Avenue there is an RV Park and further south along Gulf to Bay Boulevard there is a mix of uses including restaurants, a hotel, offices, and retail. Map 3 Community Development Board – October 3, 2023 LUP2023-06002 - Page 5 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION As shown on Map 4, the future land use categories abutting the amendment area are Institutional (I) to the north, west and east recognizing the church owned property, and Residential Urban (RU) to the east. Institutional also exists further north along Bayview Avenue and further east of the amendment area across Bay Street. The unincorporated property to the south of the amendment area is designated Residential Urban (RU) under Pinellas County’s jurisdiction. Residential Urban (RU) also exists to the south between Tennessee Avenue and Carolina Avenue. The US 19 – Regional Center (US 19-RC) future land use category exists to the west across Bayview Avenue, to the southeast along Carolina Avenue, and further south along Gulf to Bay Boulevard. Map 4 Community Development Board – October 3, 2023 LUP2023-06002 - Page 6 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION A comparison between the uses, densities, and intensities allowed by the existing and proposed Future Land Use Map (FLUM) designations appears in Table 1, along with the consistent zoning districts. Table 1. Uses, Densities and Intensities Allowed by Existing and Proposed Future Land Use Map Designations Existing FLUM Designation Residential Urban (RU) Proposed FLUM Designation Institutional (I) Primary Uses: Urban Low Density Residential; Residential Equivalent Public/Private Schools; Churches; Public Offices; Hospitals; Residential Equivalent Maximum Density: 7.5 Dwelling Units per Acre 12.5 Dwelling Units per Acre Maximum Intensity: FAR 0.40; ISR 0.65 FAR 0.65; ISR 0.85 Consistent Zoning Districts: Low Medium Density Residential (LMDR); Medium Density Residential (MDR) Institutional (I) REVIEW CRITERIA: Consistency with the Clearwater Comprehensive Plan [Sections 4-603.F.1 and 4-603.F.2] Recommended Findings of Fact: Applicable goal, objective, and policies of the Clearwater Comprehensive Plan that support the proposed amendment include: Objective A.2.2 Future Land Use in the City of Clearwater shall be guided by the City’s Future Land Use Map, which shall be consistent with the Countywide Plan for Pinellas County (The Countywide Plan) including the Countywide Plan Map and shall be implemented through the City’s Community Development Code. Policy A.2.2.13 All land use categories on the Future Land Use Map shall be consistent with the density and intensity standards and other standards contained in the Pinellas Planning Council Countywide Plan Rules, including criteria and standards for nomenclature, continuum of plan classifications and categories, use and locational characteristics, map delineation, other standards, and special rules. Goal A.4. The City shall work toward a land use pattern that can be supported by the available community and public facilities that would be required to serve the development. Policy A.5.5.1 Development shall be designed to maintain and support the existing or envisioned character of the neighborhood. Policy B.1.4.1 The City will continue to review potential trips generated by requests for amendment to the Future Land Use Map. Community Development Board – October 3, 2023 LUP2023-06002 - Page 7 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION The proposed Institutional (I) future land use category is compatible with the Institutional (I) future land use category that exists on the abutting 41.016-acre Calvary Baptist Church parcel which borders the amendment area to the north and west. Historically, as the church has acquired additional properties the future land use designations of those properties were also amended to the Institutional (I) future land use category. Although the proposed amendment involves parcels currently outside of the church’s main parcel, it would follow historical precedence and would allow for the subject parcels to be amended to the Institutional (I) future land use category. Although Residential Urban (RU) exists to the south of the amendment area, the character of this area is largely institutional because of the church’s past expansion and ownership in the area. Any future trips generated would be reviewed at the time of site plan review in accordance with the Mobility Management System. In addition, the proposal does not degrade the level of service for public facilities below the adopted standards (a detailed public facilities analysis follows in this report). Recommended Conclusions of Law: The request is consistent with the goals, objectives, and policies of the Clearwater Comprehensive Plan and furthers said plan as indicated above. Consistency with the Countywide Rules Recommended Findings of Fact: The underlying Countywide Plan Map category on the proposed amendment area is Residential Low Medium (RLM). This Residential Low Medium (RLM) category is also to the east and south of the subject parcels. Properties to the west, east, and north are designated with the Public/Semi-Public (P/SP) category. Section 2.3.3.2 of the Countywide Rules states that the current Residential Low Medium (RLM) category is intended to depict areas that are now developed, or appropriate to be developed, in a suburban, low density or moderately dense residential manner; and to recognize such areas as primarily well-suited for residential uses that are consistent with the suburban qualities, transportation facilities, including transit, and natural resources of such areas. The Residential Low Medium (RLM) category also contains maximum acreage thresholds for certain uses. Any use that exceeds the acreage threshold is required to undergo an amendment to a category where the use does not have an acreage maximum. Institutional uses in the Residential Low Medium (RLM) category are permitted up to five acres. Although the subject parcels are under five acres, since the larger church parcel is just over 41 acres, this provision would apply, requiring an amendment to the Public/Semi-Public (P/SP) category. The proposed City of Clearwater future land use designation of Institutional (I) will necessitate a Countywide Plan Map amendment from the Residential Low Medium (RLM) category to the Public/Semi-Public (P/SP) category in order to maintain consistency between the City’s Future Land Use Map and the Countywide Plan Map. Section 2.3.3.10 of the Countywide Rules states that the Public/Semi-Public (P/SP) category is intended to recognize institutional, and transportation/utility uses that serve the community or region, especially larger facilities having acreage exceeding the threshold established in other plan categories, and which are consistent with the need, character, and scale of such uses relative to the surrounding uses, transportation facilities, and natural resource features. Community Development Board – October 3, 2023 LUP2023-06002 - Page 8 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Recommended Conclusions of Law: The proposed Future Land Use Map Amendment will require an amendment to the Countywide Plan Map category from Residential Low Medium (RLM) to Public/Semi Public (P/SP). The proposed amendment is consistent with the purpose of the proposed Public/Semi-Public (P/SP) category in the Countywide Rules. Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4-603.F.3 and Section 4-603.F.6] Recommended Findings of Fact: The proposed amendment area is currently vacant and abuts the church’s main parcel to the north and west which has a future land use category of Institutional (I). The church’s main parcel consists of a church, high school, athletic facilities, parking, and additional institutional uses supporting the main church. To the east of the amendment area along Meadow Lark Lane there is a parcel being used for batting cages and storage, and two detached dwellings. Detached dwellings also exist to the south between Tennessee Avenue and Carolina Avenue. To the west across Bayview Avenue there is an RV Park, and further south along Gulf to Bay Boulevard there is a mix of uses including restaurants, a hotel, offices, and retail. The proposed Institutional (I) future land use category primarily permits residential equivalent uses at a density of 12.5 dwelling units per acre and 3 beds per dwelling unit, or nonresidential development at a floor area ratio (FAR) of 0.65. The future land use designations of surrounding properties include Residential Urban (RU), Institutional (I), and US 19 – Regional Center (US 19-RC). The proposed Institutional (I) future land use category, which primarily allows for public/private schools, churches, public offices, or residential equivalent, is consistent with the surrounding areas, including the 41.016-acre parcel owned by the applicant that borders the subject parcels to the north and west, and to the institutionally zoned parcel to the east which is also owned by the church. The Institutional (I) future land use category has existed in the area for numerous years, and the proposed use of a softball field is potentially compatible with the surrounding properties and neighborhood. Recommended Conclusions of Law: The proposed Institutional (I) future land use category would allow development that is in character with the Future Land Use Map designations in the area. Further, the proposal is compatible with surrounding uses and consistent with the character of the surrounding properties and neighborhood. Sufficiency of Public Facilities [Section 4-603.F.4] Recommended Findings of Fact: To assess the sufficiency of public facilities needed to support potential development on the proposed amendment area, the maximum development potential of the property under the existing and proposed city Future Land Use Map designations were analyzed. Community Development Board – October 3, 2023 LUP2023-06002 - Page 9 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Table 2. Development Potential for Existing & Proposed FLUM Designations Existing FLUM Designation “RU” Proposed FLUM Designation “I” Net Change Site Area 0.540 AC (23,522 SF) 0.540 AC (23,522 SF) Maximum Development Potential 4 DUs / 0 Beds1 9,408 SF 0.40 FAR 0 DUs2 / 18 Beds 15,289 SF 0.65 FAR -4 DUs / +18 Beds +5,881SF +0.25 FAR Notes: 1. Residential equivalent uses are not permitted in the consistent Low Medium Density Residential (LMDR) District; therefore, the development potential is zero. 2. Residential uses are not permitted through the consistent Institutional (I) District; however, residential equivalent uses are permitted (3 beds per unit per acre). Abbreviations: FLUM – Future Land Use Map DUs – Dwelling Units AC – Acres FAR – Floor Area Ratio SF – Square feet As shown in the table, there is an increase in development potential of over 5,000 square feet. The following analysis compares the maximum potential development of the proposed Institutional (I) future land use developed with a 15,289 square foot non-residential use to the maximum development potential of the existing Residential Urban (RU) future land use category developed with a maximum of 4 dwelling units. Since the amendment area is vacant, any development would increase the demand for public facilities, which is further detailed below. Potable Water The change in development potential from this amendment would result in an increase in potable water use of up to 487.9 gallons per day. This increase is determined by taking the potential potable water utilization of the proposed land use developed with the maximum square footage permitted (1,528.9 gallons per day) and subtracting it from the potential usage of a residential use built out at the maximum density permitted by the current land use designation (1,041 gallons per day). Since the amendment area is currently vacant, the potable water utilization could increase up to 1,528.9 gallons per day if the amendment area were to be developed with a non-residential use at the maximum development potential of 15,289 square feet. However, due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in potable water would be less than the maximum potential of 1,528.9 gallons per day as shown in the analysis. The city’s current potable water demand is 11.26 million gallons per day (MGD). The city’s adopted level of service (LOS) standard for potable water service is 120 gallons per capita per day, while the actual usage is estimated at 78 gallons per capita per day (2021 Annual Water Report). The city’s 10-year Water Supply Facilities Work Plan (2022-2023 Planning Period), completed July 2022, indicates that based on the updated water demand projections and other factors, the city has adequate water supply and potable water capacity for the 10-year planning horizon. Community Development Board – October 3, 2023 LUP2023-06002 - Page 10 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Wastewater The change in development potential from this amendment would result in an increase in wastewater use of up to 286 gallons per day. This increase is determined by taking the potential potable water utilization of the proposed land use developed with the maximum square footage permitted (1,223 gallons per day) and subtracting it from the potential usage of a residential use built out at the maximum density permitted by the current land use designation (937 gallons per day). Since the amendment area is currently vacant, the wastewater utilization could increase up to 1,223 gallons per day if the amendment area were to be developed with a non-residential use at the maximum development potential of 15,289 square feet. However, due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in wastewater would be less than the maximum potential of 1,223 gallons per day as shown in the analysis. The amendment area is served by the East Water Reclamation Facility, which presently operates around 1.91 million gallons per day, which is well within its permitted capacity of 5 million gallons per day. Therefore, there is excess wastewater capacity to serve the amendment area. Solid Waste The change in development potential from this amendment would result in an increase of up to 16.7 tons per year of solid waste generated. This increase is determined by taking the utilization of the proposed land use developed with the maximum square footage permitted (26.8 tons per year) and subtracting it from the potential utilization of a residential use built out at the maximum density permitted by the current land use designation (10.1 tons per year). Since the amendment area is currently vacant, the solid waste created could increase up to 16.7 tons if the amendment area were to be developed with a non-residential use at the maximum development potential of 15,289 square feet. However, due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in solid waste would be less than the maximum potential of 26.8 tons per year as shown in the analysis. Pinellas County handles all solid waste disposal at the Pinellas County Waste-to-Energy Plant and the Bridgeway Acres Sanitary Landfill, which has significant capacity. Additionally, the city provides a full- service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of Bridgeway Acres. There is excess solid waste capacity to serve the amendment area. Parkland Under both the existing and proposed future land use, the LOS citywide will continue to exceed the adopted LOS of 4 acres per 1,000 residents. The city is currently providing 7.95 acres of parkland per 1,000 residents. This is calculated using the total acreage of parks within the city, dividing it by the 2022 Florida Bureau of Economic and Business Research (BEBR) population estimates, and then multiplying by 1,000. Based on this impact analysis, the current provision of 7.95 acres of parkland per 1,000 would remain unchanged [Source: Parks and Recreation Facilities Impact Fee Study, prepared by Benesch (formerly Tindale Oliver) May 23, 2022]. Community Development Board – October 3, 2023 LUP2023-06002 - Page 11 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Amending a property’s future land use or zoning designation does not have an immediate impact on the city’s parks and recreation system and parkland requirements. Impacts are felt when development occurs. This Future Land Use Map Amendment will have no additional impact on parkland. Stormwater Site plan approval will be required before the amendment area can be redeveloped. At that time, the stormwater management system for the site will be required to meet all city and Southwest Florida Water Management District stormwater management criteria. Streets The amendment area is generally located at the corner of Meadow Lark Lane and Kentucky Avenue. To evaluate potential impacts to streets, the typical traffic impacts figure (trips per day per acre) in the Countywide Rules for the corresponding Countywide Plan Map categories (current and proposed) are compared. The current number of trips per day (36 trips) is calculated based on the traffic generation numbers for the Residential Low Medium (RLM) category (67 trips per day per acre), and the proposed number of trips under the Public/Semi-Public (P/SP) category would be 103 trips (192 trips per day per acre). This could be an increase of 67 trips from the amendment area. Since the amendment area is currently vacant, any development would increase the number of trips to and from the site. The amendment area can be accessed from Gulf to Bay Boulevard via Meadow Lark Lane and from Drew Street via Bayview Avenue and Kentucky Avenue. Gulf to Bay Boulevard is a six-lane, divided principal arterial roadway and Drew Street is a four-lane, divided collector roadway. Meadow Lark Lane and Kentucky Avenue are both two-lane undivided roadways, and Bayview Avenue is a two-lane, divided roadway. There have been preliminary discussions for a traffic signal to be added at the intersection of Bayview Avenue and Gulf to Bay Boulevard, but funding has not been secured at this time. The Public Works Department’s Traffic Engineering Division would likely provide traffic-related comments at the time of site plan review to address code requirements. Recommended Conclusions of Law: Based upon the findings of fact, the proposed amendment would increase the demand on several of the public facilities since the amendment area is currently vacant; however, it is determined that the proposed change will not result in the degradation of the existing levels of service for potable water, sanitary sewer, solid waste, parkland, stormwater management, and streets. Impact on Natural Resources [Section 4-603.F.5] Recommended Findings of Fact: No wetlands appear to be located on the amendment area. The city’s codes require that development is compliant with the city’s tree preservation, landscaping, and stormwater management requirements. Recommended Conclusions of Law: Based on the findings of fact, it is determined that the proposed Future Land Use Map Amendment will not negatively impact natural resources on the amendment area. Community Development Board – October 3, 2023 LUP2023-06002 - Page 12 of 12 Level III Comprehensive Plan Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION SUMMARY AND RECOMMENDATION: No amendment to the Comprehensive Plan or Future Land Use Map shall be recommended for approval or receive a final action of support unless it complies with the standards contained in Section 4-603.F, Community Development Code. Table 3 below depicts the consistency of the proposed amendment with the standards under to Section 4-603.F: Table 3. Consistency with Community Development Code Standards for Review CDC Section 4-603 Standard Consistent Inconsistent F.1 The amendment will further implementation of the Comprehensive Plan consistent with the goals, policies and objectives contained in the Plan. X F.2 The amendment is not inconsistent with other provisions of the Comprehensive Plan. X F.3 The available uses, if applicable, to which the properties may be put are appropriate to the properties in question and compatible with existing and planned uses in the area. X F.4 Sufficient public facilities are available to serve the properties. X F.5 The amendment will not adversely affect the natural environment. X F.6 The amendment will not adversely impact the use of properties in the immediate area. X Based on the foregoing, the Planning and Development Department recommends the following action: Recommend APPROVAL of the Future Land Use Map Amendment from Residential Urban (RU) (Pinellas County) to Institutional (I). Prepared by Planning and Development Department Staff: Dylan Prins Planner ATTACHMENTS: Ordinance No. 9707-23 Photographs of Site and Vicinity Resume LUP2023-06002 and REZ2023-06001 First Baptist Church of Clearwater, Inc. 210 Meadow Lark Lane View looking northwest at subject property on Meadow Lark Lane Across the street, to the north of the subject property View looking south at subject property on Kentucky Avenue Across the street, to the east of the subject property View looking westerly along Kentucky Avenue View looking easterly along Kentucky Avenue LUP2023-06002 and REZ2023-06001 First Baptist Church of Clearwater, Inc. Unaddressed Parcel on Meadow Lark Lane View looking west at subject property on Meadow Lark Lane South of the subject property North of the subject property Across the street, to the east of the subject property View looking northerly along Meadow Lark Lane View looking southerly along Meadow Lark Lane Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: REZ2023-06001 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 7.7 SUBJECT/RECOMMENDATION: Approve a Zoning Atlas Amendment from the R-3, Single Family Residential (Pinellas County) District to the Institutional (I) District for 210 Meadow Lark Lane and an unaddressed parcel on Meadow Lark Lane and pass Ordinance 9708-23 on first reading. (REZ2023-06001). SUMMARY: This Zoning Atlas Amendment involves two parcels of land totaling 0.540-acres located on the west side of Meadow Lark Lane approximately 820 feet north of Gulf to Bay Boulevard. The applicant, First Baptist Church of Clearwater, Inc., is requesting to rezone the properties from R-3, Single Family Residential (Pinellas County) to Institutional (I). The applicant has indicated that the properties will be used for a softball field, but no site plans have been submitted at this time. The parcels are within Pinellas County’s jurisdiction, and the applicant has submitted a Petition for Annexation (ANX2023-06007), and a Future Land Use Map Amendment application (see LUP2023-06002) which are being processed concurrently with this case. The subject parcels are currently vacant as the prior existing structures were demolished in mid-2023, according to demolition permits filed with Pinellas County. Prior to demolition, the northern parcel was developed with two detached dwellings, while the southern parcel has historically been vacant. The proposed Institutional (I) District is compatible with the surrounding zoning districts and the surrounding uses consisting of detached dwellings, an RV park, and athletic fields. The proposed amendment would allow the properties to have a consistent zoning district of Institutional (I) with the surrounding area and allow for the development of the properties with an institutional use. The Planning and Development Department has determined that the proposed Zoning Atlas Amendment is consistent with the provisions of the Community Development Code as specified below: ·The proposed amendment is consistent with the Comprehensive Plan and the Community Development Code. ·The proposed amendment is compatible with the surrounding properties and character of the neighborhood. ·The available uses in the Institutional (I) District are compatible with the surrounding area. ·The proposed amendment will not adversely impact or unreasonably affect the use of Page 1 City of Clearwater Printed on 10/10/2023 File Number: REZ2023-06001 other property in the area. ·The proposed amendment will not adversely burden public facilities, including traffic carrying capabilities of streets in an unreasonably or disproportionate manner, and ·The proposed Institutional (I) District boundaries are appropriately drawn in regard to location and classification of street, ownership lines, existing improvements and the natural environment. The Community Development Board will review this application at a special meeting on October 3, 2023. Staff will report its recommendation at the city council meeting. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 10/10/2023 Ordinance No. 9708-23 ORDINANCE NO. 9708-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY REZONING CERTAIN REAL PROPERTY LOCATED ON THE WEST SIDE OF MEADOW LARK LANE APPROXIMATELY 875 FEET NORTH OF GULF TO BAY BOULEVARD, WHOSE POST OFFICE ADDRESS IS 210 MEADOW LARK LANE, CLEARWATER, FLORIDA 33759, TOGETHER WITH AN UNADDRESSED PARCEL LOCATED ON THE WEST SIDE OF MEADOW LARK LANE APPROXIMATELY 760 FEET NORTH OF GULF TO BAY BOULEVARD, FROM R-3 SINGLE FAMILY RESIDENTIAL (IN PINELLAS COUNTY) TO INSTITUTIONAL (I) UPON ANNEXATION INTO THE CITY OF CLEARWATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in the City of Clearwater, Florida, is hereby rezoned as indicated, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the city in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9706-23 (annexation ordinance), and subject to the approval of the land use designation set forth in Ordinance 9707-23 by the Pinellas County Board of Commissioners, where applicable. Properties Zoning District See attached Exhibit “A” for legal description; From: R-3 Single Family Residential (Pinellas County) To: Institutional (I) (REZ2023-06001) Ordinance No. 9708-23 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Mark Bunker Vice Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” LEGAL DESCRIPTIONS ANX2023-06007 ========================================================================================= North 1/2 of Lots 7 and 8, less the west one (1) foot of the south Fifty (50) feet of the North 63.50 feet of Lot 8, Block, 4, Bay View City Subdivision, according to the map or plat thereof, as recorded in Plat Book 9, Page 43, public records of Pinellas County, Florida. Lot 5 and 6, and the East 36.00 feet of Lot 4, Block 4, Bay View City Subdivision, according to the map or plat thereof, as recorded in Plat Book 9, Page 43, public records of Pinellas County. Together with: All unincorporated Right-of-Way (136 LF, more or less) of Kentucky Ave Right-of-Way, West from the West Right-of-Way line of Meadow Lark Ln, and all unincorporated Right-of-Way (136 LF, more or less) of unnamed alley, West from the West Right-of-Way line of Meadow Lark Ln. Parcel ID Number: 16-29-16-05292-004-0050 Parcel ID Number: 16-29-16-05292-004-0070 Exhibit “B” PROPOSED ZONING MAP Owner(s): First Baptist Church of Clearwater, Inc Case: LUP2023-06002 REZ2023-06001 Site: 210 Meadow Lark Lane and Unaddressed Lot Property Size(Acres): 0.540 Land Use Zoning PIN: 16-29-16-05292-004-0050 16-29-16-05292-004-0070 From: Residential Urban (RU) R-3 Single Family Residential To: Institutional (I) Institutional (I) Atlas Page: 292A PLANNING & DEVELOPMENT DEPARTMENT COMMUNITY DEVELOPMENT BOARD STAFF REPORT MEETING DATE: October 3, 2023 AGENDA ITEM: F.3. CASE: REZ2023-06001 REQUEST: To amend the Zoning Atlas designation from R-3, Single Family Residential (Pinellas County) to Institutional (I) GENERAL DATA: Agent................................ Owner ............................. Brian J. Aungst, Jr. Esq.; Macfarlane Ferguson & McMullen First Baptist Church of Clearwater, Inc. Location ......................... 210 Meadow Lark Lane and an unaddressed parcel, both located on the west side of Meadow Lark Lane approximately 820 feet north of Gulf to Bay Boulevard. Property Size................... 0.540 acres Background: This case involves two parcels totaling 0.540-acres located on the west side of Meadow Lark Lane approximately 820 feet north of Gulf to Bay Boulevard. The properties are owned by First Baptist Church of Clearwater, Inc. and are currently vacant. The parcels are within Pinellas County’s jurisdiction, and the applicant has submitted a Petition for Annexation (ANX2023-06007) that is being processed concurrently with this case. The request is to change the Zoning Atlas designation of these properties from R-3, Single Family Residential (Pinellas County) to Institutional (I). A Future Land Use Plan Amendment application (LUP2023-06002) is also being processed concurrently with this case. The church has continued to purchase residential properties in the areas adjacent to and in vicinity of its 41.016-acre main parcel which includes Calvary Baptist Church, Calvary Christian High School, athletic facilities, and other institutional uses that support the church. As this expansion has occurred over time, properties have been annexed and assembled into the main parcel, future land use and zoning amendments have been approved to ensure the overall property would have a consistent institutional designation. The subject parcels border the church’s main parcel to the north and west. Additionally, the church owns the properties to the east of the subject parcels which includes batting cages and storage serving as accessory uses to the school, as well as a residential property. Refer to Map 2 for an aerial view of the subject parcels and property owned by the church in the surrounding area. The subject parcels are currently vacant as the prior existing structures were demolished in mid-2023, according to demolition permits filed with Pinellas County. Prior to demolition, the northern parcel was developed with two detached dwellings, while the southern parcel has historically been vacant. The applicant has indicated that the properties will be used for a softball field, but no site plans have been submitted at this time. However, in response to staff comments requesting more information on potential mitigation to limit Community Development Board – October 3, 2023 REZ2023-06001- Page 2 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION impacts on the remaining residential properties in the area, the applicant submitted a preliminary design as a part of their application. The submittal of the preliminary design is not required nor reviewed as a part of this application, and the site plan is not one of the factors to consider when rendering a decision on a zoning atlas amendment pursuant to Community Development Code Section 4-602. Any potential future development and site plans would be reviewed during the development review process. Vicinity Characteristics: Maps 1 and 2 show the general location of the property and an aerial view of the amendment area and its surroundings. Map 1 Community Development Board – October 3, 2023 REZ2023-06001- Page 3 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 2 Community Development Board – October 3, 2023 REZ2023-06001- Page 4 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Map 3 shows the existing surrounding uses. The proposed amendment area is abutting to the main Calvary Baptist Church parcel and campus, which consists of a church, high school, athletic facilities, parking, and additional institutional uses supporting the main church. To the east of the amendment area along Meadow Lark Lane there is a parcel being used for batting cages and storage, and two detached dwellings Detached dwellings also exist to the south between Tennessee Avenue and Carolina Avenue. To the west across Bayview Avenue there is an RV Park and further south along Gulf to Bay Boulevard there is a mix of uses including restaurants, a hotel, offices, and retail. Map 3 Community Development Board – October 3, 2023 REZ2023-06001- Page 5 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION As shown on Map 4, the Zoning Atlas designations abutting the amendment area are Institutional (I) to the north, west and east recognizing the church owned property, and Low Medium Density Residential (LMDR) to the east. Institutional (I) also exists further north along Bayview Avenue and further east of the amendment area across Bay Street. The unincorporated property to the south of the amendment area is designated R-3, Single Family Residential under Pinellas County’s jurisdiction. Low Medium Density Residential (LMDR) also exists to the south between Tennessee Avenue and Carolina Avenue. The US 19 (US 19) Zoning District exists to the west across Bayview Avenue, to the southeast along Carolina Avenue, and further south along Gulf to Bay Boulevard. Map 4 Community Development Board – October 3, 2023 REZ2023-06001- Page 6 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION REVIEW CRITERIA: Consistency with the Clearwater Comprehensive Plan and Community Development Code and Regulations [Section 4-602.F.1] Recommended Findings of Fact: Applicable goal, objective, and policies of the Clearwater Comprehensive Plan that support the proposed amendment include: Objective A.2.2 Future Land Use in the City of Clearwater shall be guided by the City’s Future Land Use Map, which shall be consistent with the Countywide Plan for Pinellas County (The Countywide Plan) including the Countywide Plan Map and shall be implemented through the City’s Community Development Code. Policy A.2.2.13 All land use categories on the Future Land Use Map shall be consistent with the density and intensity standards and other standards contained in the Pinellas Planning Council Countywide Plan Rules, including criteria and standards for nomenclature, continuum of plan classifications and categories, use and locational characteristics, map delineation, other standards, and special rules. Goal A.4. The City shall work toward a land use pattern that can be supported by the available community and public facilities that would be required to serve the development. Policy A.5.5.1 Development shall be designed to maintain and support the existing or envisioned character of the neighborhood. Policy B.1.4.1 The City will continue to review potential trips generated by requests for amendment to the Future Land Use Map. Applicable section of the Community Development Code which is applicable to the proposed amendment: Division 12. Institutional District, Section 2-1201. Intent and Purpose. The intent and purpose of the Institutional "I" District is to establish areas where public and private organizations can establish and operate institutions with a public interest in support of the quality of life of the citizens of the City of Clearwater without adversely impacting the integrity of adjacent residential neighborhoods, diminishing the scenic quality of the City of Clearwater or negatively impacting the safe and efficient movement of people and things within the City of Clearwater. The proposed Institutional (I) Zoning District is compatible with the existing Institutional (I) Zoning District that exists on the abutting 41.016-acre Calvary Baptist Church parcel which borders the amendment area to the north and west. Historically, as the church has acquired additional properties and expanded its main parcel the zoning designations of those properties were also amended to Institutional so that one designation encompassed the parcel. Although the proposed amendment involves parcels currently outside of the church’s main parcel, it would follow historical precedence and would allow for the subject parcels to be amended to the Institutional (I) Zoning District. Although Low Medium Density Residential (LMDR) and R- 3 Single Family Residential (Pinellas County) exists to the south of the amendment area, the character of this area is largely institutional because of the church’s past expansion and ownership in the area. Community Development Board – October 3, 2023 REZ2023-06001- Page 7 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Any future trips generated would be reviewed at the time of site plan review in accordance with the Mobility Management System. In addition, the proposal does not degrade the level of service for public facilities below the adopted standards (a detailed public facilities analysis follows in this report). Recommended Conclusions of Law: The request is consistent with the goals, objectives, and policies of the Clearwater Comprehensive Plan and furthers said plan and the Community Development Code as indicated above. Compatibility with Surrounding Properties/Character of the City & Neighborhood [Section 4-602.F.2, 4-602.F.3 and Section 4-602.F.4] Recommended Findings of Fact: The proposed amendment area is currently vacant and abuts the church’s main parcel to the north and west which has a zoning designation of Institutional (I). The church’s main parcel consists of a church, high school, athletic facilities, parking, and additional institutional uses supporting the main church. To the east of the amendment area along Meadow Lark Lane there is an institutionally designated parcel and two detached dwellings. Detached dwellings also exist to the south between Tennessee Avenue and Carolina Avenue. To the west across Bayview Avenue there is a RV Park, and further south along Gulf to Bay Boulevard there is a mix of uses including restaurants, a hotel, offices, and retail. The proposed Institutional (I) Zoning District, which primarily allows for public/private schools, churches, public offices, or residential equivalent, is consistent with the surrounding areas, including the 41.016-acre parcel owned by the applicant that borders the subject parcels to the north and west, and to the institutionally zoned parcel to the east which is also owned by the church. The abutting zoning districts are residential (both city and Pinellas County) to the south and east, but the area is largely institutional in nature. The proposed Institutional (I) Zoning District would allow the properties to have a consistent zoning district with the surrounding area, and this district has existed in the area for numerous years. The proposed use of a softball field is potentially compatible with the surrounding properties and neighborhood. Recommended Conclusions of Law: The proposed Institutional (I) District is in character with the zoning districts in the area. Further, the proposal is compatible with surrounding uses and consistent with the character of the surrounding properties and neighborhoods. Sufficiency of Public Facilities [Section 4-602.F.5] Recommended Findings of Fact: Even though this is a Zoning Atlas Amendment application, maximum development potential is based on the underlying future land use, so to assess the sufficiency of public facilities needed to support potential development on the amendment area, the maximum development potential under the existing and proposed city Future Land Use Map designations were as analyzed. Community Development Board – October 3, 2023 REZ2023-06001- Page 8 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Table 1. Development Potential for Existing & Proposed FLUM Designations Existing FLUM Designation “RU” Proposed FLUM Designation “I” Net Change Site Area 0.540 AC (23,522 SF) 0.540 AC (23,522 SF) Maximum Development Potential 4 DUs / 0 Beds1 9,408 SF 0.40 FAR 0 DUs2 / 18 Beds 15,289 SF 0.65 FAR -4 DUs / +18 Beds +5,881SF +0.25 FAR Notes: 1. Residential equivalent uses are not permitted in the consistent Low Medium Density Residential (LMDR) District; therefore, the development potential is zero. 2. Residential uses are not permitted through the consistent Institutional (I) District; however, residential equivalent uses are permitted (3 beds per unit per acre). Abbreviations: FLUM – Future Land Use Map DUs – Dwelling Units AC – Acres FAR – Floor Area Ratio SF – Square feet As shown in the table, there is an increase in development potential of over 5,000 square feet. The following analysis compares the maximum potential development of the proposed Institutional (I) future land use developed with a 15,289 square foot non-residential use to the maximum development potential of the existing Residential Urban (RU) future land use category developed with a maximum of 4 dwelling units. Since the amendment area is vacant, any development would increase the demand for public facilities, which is further detailed below. Potable Water The change in development potential from this amendment would result in an increase in potable water use of up to 487.9 gallons per day. This increase is determined by taking the potential potable water utilization of the proposed land use developed with the maximum square footage permitted (1,528.9 gallons per day) and subtracting it from the potential usage of a residential use built out at the maximum density permitted by the current land use designations (1,041 gallons per day). Since the amendment area is currently vacant, the potable water utilization could increase up to 1,528.9 gallons per day if the amendment area were to be developed with a non-residential use at the maximum development potential of 15,289 square feet. However, due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in potable water would be less than the maximum potential of 1,528.9 gallons per day as shown in the analysis. The city’s current potable water demand is 11.26 million gallons per day (MGD). The city’s adopted level of service (LOS) standard for potable water service is 120 gallons per capita per day, while the actual usage is estimated at 78 gallons per capita per day (2021 Annual Water Report). The city’s 10-year Water Supply Facilities Work Plan (2022-2023 Planning Period), completed July 2022, indicates that based on the updated water demand projections and other factors, the city has adequate water supply and potable water capacity for the 10-year planning horizon. Community Development Board – October 3, 2023 REZ2023-06001- Page 9 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Wastewater The change in development potential from this amendment would result in an increase in wastewater use of up to 286 gallons per day. This increase is determined by taking the potential potable water utilization of the proposed land use developed with the maximum square footage permitted (1,223 gallons per day) and subtracting it from the potential usage of a residential use built out at the maximum density permitted by the current land use designation (937 gallons per day). Since the amendment area is currently vacant, the wastewater utilization could increase up to 1,223 gallons per day if the amendment area were to be developed with a non-residential use at the maximum development potential of 15,289 square feet. However, due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in wastewater would be less than the maximum potential of 1,223 gallons per day as shown in the analysis. The amendment area is served by the East Water Reclamation Facility, which presently operates around 1.91 million gallons per day, which is well within its permitted capacity of 5 million gallons per day. Therefore, there is excess wastewater capacity to serve the amendment area. Solid Waste The change in development potential from this amendment would increase up to 16.7 tons per year of solid waste generated. This increase is determined by taking the utilization of the proposed land use developed with the maximum square footage permitted (26.8 tons per year) and subtracting it from the potential utilization of a residential use built out at the maximum density permitted by the current land use designation (10.1 tons per year). Since the amendment area is currently vacant, the solid waste created could increase up to 16.7 tons if the amendment area were to be developed with a non-residential use at the maximum development potential of 15,289 square feet. However, due to future development having to meet zoning code requirements, it’s likely that the actual development would be less than the maximum development potential, meaning the increase in solid waste would be less than the maximum potential of 26.8 tons per year as shown in the analysis. Pinellas County handles all solid waste disposal at the Pinellas County Waste-to-Energy Plant and the Bridgeway Acres Sanitary Landfill, which has significant capacity. Additionally, the city provides a full- service citywide recycling program which diverts waste from the landfill, helping to extend the lifespan of Bridgeway Acres. There is excess solid waste capacity to serve the amendment area. Parkland Under both the existing and proposed future land use, the LOS citywide will continue to exceed the adopted LOS of 4 acres per 1,000 residents. The city is currently providing 7.95 acres of parkland per 1,000 residents. This is calculated using the total acreage of parks within the city, dividing it by the 2022 Florida Bureau of Economic and Business Research (BEBR) population estimates, and then multiplying by 1,000. Based on this impact analysis, the current provision of 7.95 acres of parkland per 1,000 would remain unchanged [Source: Parks and Recreation Facilities Impact Fee Study, prepared by Benesch (formerly Tindale Oliver) May 23, 2022]. Community Development Board – October 3, 2023 REZ2023-06001- Page 10 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION Amending a property’s future land use or zoning designation does not have an immediate impact on the city’s parks and recreation system and parkland requirements. Impacts are felt when development occurs. This Future Land Use Map Amendment will have no additional impact on parkland. Stormwater Site plan approval will be required before the amendment area can be redeveloped. At that time, the stormwater management system for the site will be required to meet all city and Southwest Florida Water Management District stormwater management criteria. Streets The amendment area is generally located at the corner of Meadow Lark Lane and Kentucky Avenue. To evaluate potential impacts to streets, the typical traffic impacts figure (trips per day per acre) in the Countywide Rules for the corresponding Countywide Plan Map categories (current and proposed) are compared. The current number of trips per day (36 trips) is calculated based on the traffic generation numbers for the Residential Low Medium (RLM) category (67 trips per day per acre), and the proposed number of trips under the Public/Semi-Public (P/SP) category would be 103 trips (192 trips per day per acre). This could be an increase of 67 trips from the amendment area. Since the amendment area is currently vacant, any development would increase the number of trips to and from the site. The amendment area can be accessed from Gulf to Bay Boulevard via Meadow Lark Lane and from Drew Street via Bayview Avenue and Kentucky Avenue. Gulf to Bay Boulevard is a six-lane, divided principal arterial roadway and Drew Street is a four-lane, divided collector roadway. Meadow Lark Lane and Kentucky Avenue are both two-lane undivided roadways, and Bayview Avenue is a two-lane, divided roadway. There have been preliminary discussions for a traffic signal to be added at the intersection of Bayview Avenue and Gulf to Bay Boulevard, but funding has not been secured at this time. The Public Works Department’s Traffic Engineering Division would likely provide traffic-related comments at the time of site plan review to address code requirements. Recommended Conclusions of Law: Based upon the findings of fact, the proposed amendment would increase the demand on several of the public facilities since the amendment area is currently vacant; however, it is determined that the proposed change will not result in the degradation of the existing levels of service for potable water, sanitary sewer, solid waste, parkland, stormwater management, and streets. Location of District Boundaries [Section 4-602.F.6] Recommended Findings of Fact: The location of the proposed Institutional (I) District boundaries is consistent with the legal descriptions provided and with the boundaries on the amendment area. Recommended Conclusions of Law: The District boundaries are appropriately drawn in regard to location and classifications of streets, ownership lines, existing improvements, and the natural environment. Community Development Board – October 3, 2023 REZ2023-06001- Page 11 of 11 Level III Zoning Atlas Amendment Review PLANNING & DEVELOPMENT LONG RANGE PLANNING DIVISION SUMMARY AND RECOMMENDATION: No amendment to the Zoning Atlas shall be recommended for approval or receive a final action of approval unless it complies with the standards contained in Section 4-602.F, Community Development Code. Table 2 below depicts the consistency of the proposed amendment with the standards under Section 4-602.F: Table 2. Consistency with Community Development Code Standards for Review CDC Section 4-602 Standard Consistent Inconsistent F.1 The proposed amendment is consistent with and features the goals, policies and objectives of the Comprehensive Plan and furthers the purposes of this Development Code and other city ordinances and actions designed to implement the plan. X F.2 The available uses to which the property may be put are appropriate to the property which is subject to the proposed amendment and compatible with existing and planned uses in the area. X F.3 The amendment does not conflict with the needs and character of the neighborhood and the city. X F.4 The amendment will not adversely or unreasonably affect the use of other property in the area. X F.5 The amendment will not adversely burden public facilities, including the traffic-carrying capacities of streets, in a unreasonably or disproportionate manner. X F.6 The district boundaries are appropriately drawn with due regard to locations and classifications of streets, ownership lanes, existing improvements and the natural environment. X Based on the foregoing, the Planning and Development Department recommends the following action: Recommend APPROVAL of the Zoning Atlas Amendment from the R-3, Single Family Residential (Pinellas County) to the Institutional (I) District. Prepared by Planning and Development Department Staff: Dylan Prins Planner ATTACHMENTS: Ordinance No. 9708-23 Photographs of Site and Vicinity Resume LUP2023-06002 and REZ2023-06001 First Baptist Church of Clearwater, Inc. 210 Meadow Lark Lane View looking northwest at subject property on Meadow Lark Lane Across the street, to the north of the subject property View looking south at subject property on Kentucky Avenue Across the street, to the east of the subject property View looking westerly along Kentucky Avenue View looking easterly along Kentucky Avenue LUP2023-06002 and REZ2023-06001 First Baptist Church of Clearwater, Inc. Unaddressed Parcel on Meadow Lark Lane View looking west at subject property on Meadow Lark Lane South of the subject property North of the subject property Across the street, to the east of the subject property View looking northerly along Meadow Lark Lane View looking southerly along Meadow Lark Lane Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1236 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve a Purchase Order to Americas Generators, Inc. of Miami, Florida, for portable and mobile generators in a not-to-exceed amount of $675,990.00 pursuant to ITB 56-23 Portable and Mobile Generators and authorize the appropriate officials to execute the same. (consent) SUMMARY: On July 28, 2023, Procurement issued Invitation to Bid (ITB) #56-23, Portable and Mobile Generators for the purchase of seven 85-kilowatt (kW) trailer mounted portable generators, as well as two 200 kW trailer mounted mobile generators. These generators will be used to provide backup power to 20 lift stations and the City’s three Wastewater reclamation facilities (WRFs) in case of an emergency. The solicitation closed on August 28, 2023, and the City received one responsive bid for the 85kW generators and four responsive bids for the 200kW generators. Americas Generators of Miami, FL represented the lowest responsive and responsible vendor for both. Grant funding is available for these generators through FEMA’s Hazard Mitigation Grant Program. This program provides funding to state, local, tribal, and territorial governments so they can develop hazard mitigation plans and rebuild in a way that reduces, or mitigates, future disaster losses in their communities. The funding awarded to the City of Clearwater from the HMGP grants up to a total of $560,755.50 and have been designated as follows: grant #4337-398-R: $350,007 for seven 85kW generators to provide emergency power to 20 lift stations; grant #4337-505-R: $210,748.50 for two 200kW generators to provide backup power to three wastewater reclamation facilities. Funds will be reimbursed by FEMA/FDEM after the purchase is complete. APPROPRIATION CODE AND AMOUNT: 3217321-591000-96686 Funds are available in capital improvement project 96686, Pump Station Replacement. Page 1 City of Clearwater Printed on 10/10/2023 September 19, 2023 NOTICE OF INTENT TO AWARD The Public Utilities Department and the Procurement Division recommend award of ITB No. 56- 23, Portable and Mobile Generators, to Americas Generators, Inc. of Miami, Florida, the lowest most responsible bidder, in accordance with the bid specifications, in the amount of $675,990.00. This Award recommendation will be considered by the City Council at the Work Session held on October 16, 2023 (1:30 p.m.) and voted on at the Council Meeting held on October 18, 2023, (6:00 p.m.). These meetings are held on the first floor of the Main Library located at 100 N Osceola Ave, Clearwater, Fl 33756. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to Milisa Harris, Procurement Analyst at milisa.harris@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst CITY OF CLEARWATER ITB # 56-23, Portable and Mobile Generators DUE DATE: August 28, 2023; 10:00 AM BID TABULATION Vendor Description for Item 1 Unit Price Unit Quantity Total for Item 1 Description for Item 2 Unit Price Unit Quantity Total for Item 2 Americas Generators 85-Kilowatt (kW) trailer mounted portable generator $ 66,230.00 7 463,610.00$ 200-Kilowatt (kW) trailer mounted mobile generator $ 106,190.00 2 212,380.00$ Mid Florida Diesel, Inc.85-Kilowatt (kW) trailer mounted portable generator 7 -$ 200-Kilowatt (kW) trailer mounted mobile generator $158,470.00 2 316,940.00$ Ring Power Corporation 85-Kilowatt (kW) trailer mounted portable generator 7 -$ 200-Kilowatt (kW) trailer mounted mobile generator $182,071.00 2 364,142.00$ TAW Power Systems, Inc.85-Kilowatt (kW) trailer mounted portable generator 7 -$ 200-Kilowatt (kW) trailer mounted mobile generator $150,734.00 2 301,468.00$ REMARKS: Price(s) with star ( ) indicates apparent low bidder, intent to award. 1) America's Generators, Inc. 2) Mid Florida Diesel, Inc. 8511 NW 61st Street 2215 Highway 60 East Miami, FL 33166 Bartow, FL33830 305-592-5900 863-519-0107 Certified: VBC 3) Ring Power Corporation 4) TAW Power Systems, Inc. 500 World Commerce Parkway 6312 78th Street St Augustine, FL 32092 Riverview, FL 33578 904-737-7730 813-840-3500 ADVERTISED: TAMPA BAY TIMES 8/2/2023 POSTED:myclearwater.com 07/28/2023-08/28/2023 FOR THE CITY OF CLEARWATER Due/Opening: August 28, 2023; 10:00 a.m. INVITATION TO BID No. 56-23 Portable & Mobile Generators Solicitation Response Listing STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Ron DeSantisGovernor Kevin GuthrieDirector DIVISION HEADQUARTERS Telephone: 850-815-4000 STATE LOGISTICS RESPONSE CENTER 2555 Shumard Oak Boulevard www.FloridaDisaster.org 2702 Directors RowTallahassee, FL 32399-2100 Orlando, FL 32809-5631 June 16, 2021 Ms. Sarah KesslerEnvironmental Specialist/CRS CoordinatorCity of Clearwater100 South Myrtle Avenue Clearwater, Florida 33756 Re: Project #4337-3985, City of Clearwater, 20 Lift Stations, & Portable Generators Dear Ms. Kessler: Enclosed is the executed Hazard Mitigation Grant Program (HMGP) contract number H0487 between the City of Clearwater and the Division of Emergency Management. Please email all Requests for Reimbursement (Attachment D) to the project manager at Barbara.Holeda@em.myflorida.com. The Project Manager for this contract is: Ms. Barbara Holeda, Project ManagerFlorida Division of Emergency Management2555 Shumard Oak BoulevardTallahassee, Florida 32399 If you have any specific questions regarding the contract or the Request for Reimbursement form, please contact Ms. Barbara Holeda at 850 815-4538. Respectfully, Miles E. Anderson Bureau Chief, MitigationState Hazard Mitigation Officer MEA/mya Enclosure Miles E. Anderson Digitally signed by Miles E. Anderson DN: cn=Miles E. Anderson, o=DEM, ou=Mitigation, email=Miles.anderson@em.myflorida.com, c=US Date: 2021.06.18 09:09:43 -04'00'  $JUHHPHQW1XPEHU + 3URMHFW1XPEHU 5 )('(5$//<)81'('68%$:$5'$1'*5$17$*5((0(17 &)5†VWDWHVWKDWD³VXEDZDUGPD\EHSURYLGHGWKURXJKDQ\IRUPRIOHJDODJUHHPHQW LQFOXGLQJDQDJUHHPHQWWKDWWKHSDVVWKURXJKHQWLW\FRQVLGHUVDFRQWUDFW´ $VGHILQHGE\&)5†³SDVVWKURXJKHQWLW\´PHDQV³DQRQ)HGHUDOHQWLW\WKDWSURYLGHVD VXEDZDUGWRD6XE5HFLSLHQWWRFDUU\RXWSDUWRID)HGHUDOSURJUDP´ $VGHILQHGE\&)5†³6XE5HFLSLHQW´PHDQV³DQRQ)HGHUDOHQWLW\WKDWUHFHLYHVD VXEDZDUGIURPDSDVVWKURXJKHQWLW\WRFDUU\RXWSDUWRID)HGHUDOSURJUDP´ $VGHILQHGE\&)5†³)HGHUDODZDUG´PHDQV³)HGHUDOILQDQFLDODVVLVWDQFHWKDWDQRQ )HGHUDOHQWLW\UHFHLYHVGLUHFWO\IURPD)HGHUDODZDUGLQJDJHQF\RULQGLUHFWO\IURPDSDVVWKURXJKHQWLW\´ $VGHILQHGE\&)5†³VXEDZDUG´PHDQV³DQDZDUGSURYLGHG E\DSDVVWKURXJKHQWLW\WRD 6XE5HFLSLHQWIRUWKH6XE5HFLSLHQWWRFDUU\RXWSDUWRID)HGHUDODZDUGUHFHLYHGE\WKHSDVVWKURXJK HQWLW\´ 7KHIROORZLQJLQIRUPDWLRQLVSURYLGHGSXUVXDQWWR&)5† D   6XE5HFLSLHQW¶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†SURYLGHV³(DFKVWDWHPXVWH[SHQGDQGDFFRXQWIRUWKH)HGHUDODZDUG LQDFFRUGDQFHZLWKVWDWHODZVDQGSURFHGXUHVIRUH[SHQGLQJDQGDFFRXQWLQJIRUWKHVWDWH VRZQIXQGV´ 7KHUHIRUHVHFWLRQ)ORULGD6WDWXWHVHQWLWOHG³$JUHHPHQWVIXQGHGZLWKIHGHUDORUVWDWH DVVLVWDQFH´DSSOLHV WRWKLV$JUHHPHQW  /$:658/(65(*8/$7,216$1'32/,&,(6 D 7KH6XE5HFLSLHQW VSHUIRUPDQFHXQGHUWKLV$JUHHPHQWLV VXEMHFWWR&)53DUW HQWLWOHG³8QLIRUP$GPLQLVWUDWLYH5HTXLUHPHQWV&RVW3ULQFLSOHVDQG$XGLW5HTXLUHPHQWVIRU)HGHUDO $ZDUGV´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¶V*UDQW 0DQDJHUVKDOOEHUHVSRQVLEOHIRUHQIRUFLQJSHUIRUPDQFHRIWKLV$JUHHPHQW¶VWHUPVDQGFRQGLWLRQVDQG VKDOOVHUYHDVWKH'LYLVLRQ¶VOLDLVRQZLWKWKH6XE5HFLSLHQW$VSDUWRIKLVKHUGXWLHVWKH*UDQW0DQDJHU IRUWKH'LYLVLRQVKDOO L 0RQLWRUDQGGRFXPHQW6XE5HFLSLHQWSHUIRUPDQFHDQG LL 5HYLHZDQGGRFXPHQWDOOGHOLYHUDEOHVIRUZKLFKWKH6XE5HFLSLHQWUHTXHVWV SD\PHQW E 7KH'LYLVLRQ V*UDQW0DQDJHUIRUWKLV$JUHHPHQWLV 0V%DUEDUD+ROHGD 3URMHFW0DQDJHU %XUHDXRI0LWLJDWLRQ )ORULGD'LYLVLRQRI(PHUJHQF\0DQDJHPHQW 6KXPDUG2DN%RXOHYDUG 7DOODKDVVHH)ORULGD 7HOHSKRQH  (PDLO%DUEDUD+ROHGD#HPP\IORULGDFRP 7KH'LYLVLRQ V$OWHUQDWH*UDQW0DQDJHUIRUWKLV$JUHHPHQWLV .DWKOHHQ0DUVKDOO &RPPXQLW\3URJUDP 0DQDJHU %XUHDXRI0LWLJDWLRQ )ORULGD'LYLVLRQRI(PHUJHQF\0DQDJHPHQW 6KXPDUG2DN%RXOHYDUG 7DOODKDVVHH)/ 7HOHSKRQH  (PDLO .DWKOHHQ0DUVKDOO#HPP\IORULGDFRP   7KHQDPHDQGDGGUHVVRIWKH5HSUHVHQWDWLYHRIWKH6XE5HFLSLHQWUHVSRQVLEOHIRUWKH DGPLQLVWUDWLRQRIWKLV$JUHHPHQWLV 0V6DUDK.HVVOHU (QYLURQPHQWDO6SHFLDOLVW&56&RRUGLQDWRU &LW\RI&OHDUZDWHU 6RXWK0\UWOH$YHQXH &OHDUZDWHU)ORULGD 7HOHSKRQH  (PDLOVDUDKNHVVOHU#P\FOHDUZDWHUFRP  ,QWKHHYHQWWKDWGLIIHUHQWUHSUHVHQWDWLYHVRUDGGUHVVHVDUHGHVLJQDWHGE\HLWKHUSDUW\DIWHU H[HFXWLRQRIWKLV$JUHHPHQWQRWLFHRIWKHQDPHWLWOHDQGDGGUHVVRIWKHQHZUHSUHVHQWDWLYHZLOO EHSURYLGHG WRWKHRWKHUSDUW\  7(506$1'&21',7,216 7KLV$JUHHPHQWFRQWDLQVDOOWKHWHUPVDQGFRQGLWLRQVDJUHHGXSRQE\WKHSDUWLHV  (;(&87,21 7KLV$JUHHPHQWPD\EHH[HFXWHGLQDQ\QXPEHURIFRXQWHUSDUWVDQ\RQHRIZKLFKPD\ EHWDNHQDVDQRULJLQDO  02',),&$7,21 (LWKHUSDUW\PD\UHTXHVWPRGLILFDWLRQRIWKHSURYLVLRQVRIWKLV$JUHHPHQW&KDQJHV ZKLFKDUHDJUHHGXSRQVKDOOEHYDOLGRQO\ZKHQLQZULWLQJVLJQHGE\HDFKRIWKHSDUWLHVDQGDWWDFKHGWR WKHRULJLQDORIWKLV$JUHHPHQW  6&23(2):25. 7KH6XE5HFLSLHQW VKDOOSHUIRUPWKHZRUNLQDFFRUGDQFHZLWKWKH%XGJHWDQG6FRSHRI :RUN$WWDFKPHQW$RIWKLV$JUHHPHQW  3(5,2'2)$*5((0(17 7KLV$JUHHPHQWVKDOOEHJLQXSRQH[HFXWLRQE\ERWKSDUWLHVDQGVKDOOHQGRQ 2FWREHU XQOHVVWHUPLQDWHGHDUOLHULQDFFRUGDQFHZLWK WKHSURYLVLRQVRI3DUDJUDSK  RIWKLV$JUHHPHQW &RQVLVWHQWZLWKWKHGHILQLWLRQRI³SHULRGRISHUIRUPDQFH´FRQWDLQHGLQ&)5†WKHWHUP³SHULRG RIDJUHHPHQW´UHIHUVWRWKHWLPHGXULQJZKLFKWKH6XE5HFLSLHQW³PD\LQFXUQHZREOLJDWLRQVWRFDUU\RXW WKHZRUNDXWKRUL]HGXQGHU´WKLV$JUHHPHQW,QDFFRUGDQFHZLWK&)5†WKH6XE5HFLSLHQW PD\UHFHLYHUHLPEXUVHPHQWXQGHUWKLV$JUHHPHQWRQO\IRU³DOORZDEOHFRVWVLQFXUUHGGXULQJWKHSHULRGRI SHUIRUPDQFH´,QDFFRUGDQFHZLWKVHFWLRQ  G )ORULGD6WDWXWHVWKH6XE5HFLSLHQWPD\H[SHQG IXQGVDXWKRUL]HGE\WKLV$JUHHPHQW³RQO\IRUDOORZDEOHFRVWVUHVXOWLQJIURPREOLJDWLRQVLQFXUUHGGXULQJ´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³%XGJHWDQG6FRSHRI:RUN´ 7KH PD[LPXPUHLPEXUVHPHQWDPRXQWIRUWKHHQWLUHW\RIWKLV$JUHHPHQWLV G $VUHTXLUHGE\&)5† D DQ\UHTXHVWIRUSD\PHQWXQGHUWKLV$JUHHPHQW PXVWLQFOXGHDFHUWLILFDWLRQVLJQHGE\DQRIILFLDOZKRLVDXWKRUL]HGWROHJDOO\ELQGWKH6XE5HFLSLHQW ZKLFKUHDGVDVIROORZV³%\VLJQLQJWKLVUHSRUW,FHUWLI\WRWKHEHVWRIP\NQRZOHGJHDQGEHOLHIWKDWWKH UHSRUWLVWUXHFRPSOHWHDQGDFFXUDWHDQGWKHH[SHQGLWXUHVGLVEXUVHPHQWVDQGFDVKUHFHLSWVDUHIRUWKH SXUSRVHVDQGREMHFWLYHVVHWIRUWKLQWKHWHUPVDQGFRQGLWLRQVRIWKH)HGHUDODZDUG,DPDZDUHWKDWDQ\ IDOVHILFWLWLRXVRUIUDXGXOHQWLQIRUPDWLRQRUWKHRPLVVLRQRIDQ\PDWHULDOIDFWPD\VXEMHFWPHWRFULPLQDO FLYLORUDGPLQLVWUDWLYHSHQDOWLHVIRUIUDXGIDOVHVWDWHPHQWVIDOVHFODLPVRURWKHUZLVH 86&RGH7LWOH 6HFWLRQDQG7LWOH6HFWLRQVDQG ´ H 7KH'LYLVLRQZLOOUHYLHZDQ\UHTXHVWIRU UHLPEXUVHPHQWE\FRPSDULQJWKH GRFXPHQWDWLRQSURYLGHGE\WKH6XE5HFLSLHQWDJDLQVW DSHUIRUPDQFHPHDVXUH RXWOLQHGLQ$WWDFKPHQW$ WKDWFOHDUO\GHOLQHDWHV L 7KHUHTXLUHGPLQLPXPDFFHSWDEOHOHYHORIVHUYLFHWREHSHUIRUPHGDQG LL 7KHFULWHULDIRUHYDOXDWLQJWKHVXFFHVVIXOFRPSOHWLRQRIHDFKGHOLYHUDEOH I 7KHSHUIRUPDQFHPHDVXUHUHTXLUHGE\VHFWLRQ  E )ORULGD6WDWXWHV UHPDLQVFRQVLVWHQWZLWKWKHUHTXLUHPHQWIRUD ³SHUIRUPDQFHJRDO´ZKLFKLVGHILQHGLQ&)5†DV ³DWDUJHWOHYHORISHUIRUPDQFHH[SUHVVHGDVDWDQJLEOHPHDVXUDEOHREMHFWLYHDJDLQVWZKLFKDFWXDO DFKLHYHPHQWFDQEHFRPSDUHG´,WDOVRUHPDLQVFRQVLVWHQWZLWKWKHUHTXLUHPHQWFRQWDLQHGLQ&)5 †WKDWWKH'LYLVLRQDQGWKH6XE5HFLSLHQW³UHODWHILQDQFLDOGDWDWRSHUIRUPDQFHDFFRPSOLVKPHQWV RIWKH)HGHUDODZDUG´ J ,IDXWKRUL]HGE\WKH)HGHUDO$ZDUGLQJ$JHQF\WKHQWKH 'LYLVLRQZLOOUHLPEXUVHWKH 6XE5HFLSLHQWIRURYHUWLPHH[SHQVHVLQDFFRUGDQFHZLWK&)5† ³&RPSHQVDWLRQ²SHUVRQDO VHUYLFHV´ DQG&)5† ³&RPSHQVDWLRQ²IULQJHEHQHILWV´ ,IWKH 6XE5HFLSLHQWVHHNV UHLPEXUVHPHQWIRURYHUWLPHH[SHQVHVIRUSHULRGVZKHQQRZRUNLVSHUIRUPHGGXHWRYDFDWLRQKROLGD\ LOOQHVVIDLOXUHRIWKHHPSOR\HUWRSURYLGHVXIILFLHQWZRUNRURWKHUVLPLODUFDXVH see 86& † H  WKHQWKH'LYLVLRQZLOOWUHDWWKHH[SHQVHDVDIULQJHEHQHILW&)5† D GHILQHV IULQJHEHQHILWVDV³DOORZDQFHVDQGVHUYLFHVSURYLGHGE\HPSOR\HUVWRWKHLUHPSOR\HHVDVFRPSHQVDWLRQLQ DGGLWLRQWRUHJXODUVDODULHVDQGZDJHV´)ULQJHEHQHILWVDUHDOORZDEOHXQGHUWKLV$JUHHPHQWDVORQJDV  WKHEHQHILWVDUHUHDVRQDEOHDQGDUHUHTXLUHGE\ODZ6XE5HFLSLHQWHPSOR\HHDJUHHPHQWRUDQ HVWDEOLVKHGSROLF\RIWKH6XE5HFLSLHQW&)5†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†$VUHTXLUHGE\WKH5HIHUHQFH *XLGHIRU6WDWH([SHQGLWXUHVUHLPEXUVHPHQWIRUWUDYHOPXVWEHLQDFFRUGDQFHZLWKVHFWLRQ )ORULGD6WDWXWHVZKLFKLQFOXGHVVXEPLVVLRQRIWKHFODLPRQWKHDSSURYHGVWDWHWUDYHOYRXFKHU,IWKH6XE 5HFLSLHQWVHHNVUHLPEXUVHPHQWIRUWUDYHOFRVWVWKDWH[FHHGWKHDPRXQWVVWDWHGLQVHFWLRQ  E  )ORULGD6WDWXWHV IRUEUHDNIDVWIRUOXQFKDQGIRUGLQQHU WKHQWKH6XE5HFLSLHQWPXVWSURYLGH GRFXPHQWDWLRQWKDW L 7KHFRVWVDUHUHDVRQDEOHDQGGRQRWH[FHHGFKDUJHVQRUPDOO\DOORZHGE\ WKH6XE5HFLSLHQWLQLWVUHJXODURSHUDWLRQVDVDUHVXOWRIWKH6XE5HFLSLHQW¶VZULWWHQWUDYHOSROLF\DQG LL 3DUWLFLSDWLRQRIWKHLQGLYLGXDOLQWKHWUDYHOLVQHFHVVDU\WRWKH)HGHUDODZDUG L 7KH'LYLVLRQ¶VJUDQWPDQDJHUDVUHTXLUHGE\VHFWLRQ  F )ORULGD6WDWXWHV VKDOOUHFRQFLOHDQGYHULI\DOOIXQGVUHFHLYHGDJDLQVWDOOIXQGVH[SHQGHGGXULQJWKHJUDQWDJUHHPHQWSHULRG DQGSURGXFHDILQDOUHFRQFLOLDWLRQUHSRUW7KHILQDOUHSRUWPXVWLGHQWLI\DQ\IXQGVSDLGLQH[FHVVRIWKH H[SHQGLWXUHVLQFXUUHGE\WKH6XE5HFLSLHQW M $VGHILQHGE\&)5†WKHWHUP³LPSURSHUSD\PHQW´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†WKH)HGHUDODZDUGLQJDJHQF\,QVSHFWRUV*HQHUDO WKH&RPSWUROOHU*HQHUDORIWKH8QLWHG6WDWHVDQGWKH'LYLVLRQRUDQ\RIWKHLUDXWKRUL]HGUHSUHVHQWDWLYHV  VKDOOHQMR\ WKHULJKWRIDFFHVVWRDQ\GRFXPHQWVSDSHUVRURWKHUUHFRUGVRIWKH6XE5HFLSLHQWZKLFKDUH SHUWLQHQWWRWKH)HGHUDODZDUGLQRUGHUWRPDNHDXGLWVH[DPLQDWLRQVH[FHUSWVDQGWUDQVFULSWV7KHULJKW RIDFFHVVDOVRLQFOXGHVWLPHO\DQGUHDVRQDEOHDFFHVVWRWKH6XE5HFLSLHQW¶VSHUVRQQHOIRUWKHSXUSRVHRI LQWHUYLHZDQGGLVFXVVLRQUHODWHGWRVXFKGRFXPHQWV)LQDOO\WKHULJKWRIDFFHVVLVQRWOLPLWHGWRWKH UHTXLUHGUHWHQWLRQSHULRGEXWODVWVDVORQJDVWKHUHFRUGVDUHUHWDLQHG E $VUHTXLUHGE\&)5† D  WKH'LYLVLRQWKH&KLHI,QVSHFWRU *HQHUDO RI WKH6WDWH RI)ORULGDWKH)ORULGD$XGLWRU*HQHUDORUDQ\RIWKHLUDXWKRUL]HGUHSUHVHQWDWLYHVVKDOOHQMR\ WKH ULJKWRIDFFHVVWRDQ\GRFXPHQWVILQDQFLDOVWDWHPHQWVSDSHUVRURWKHUUHFRUGVRIWKH6XE5HFLSLHQW ZKLFKDUHSHUWLQHQWWRWKLV$JUHHPHQWLQRUGHUWRPDNHDXGLWVH[DPLQDWLRQVH[FHUSWVDQGWUDQVFULSWV 7KHULJKWRIDFFHVVDOVRLQFOXGHVWLPHO\DQGUHDVRQDEOHDFFHVVWRWKH6XE5HFLSLHQW¶VSHUVRQQHOIRUWKH SXUSRVHRILQWHUYLHZDQGGLVFXVVLRQUHODWHGWRVXFKGRFXPHQWV F $VUHTXLUHG E\)ORULGD'HSDUWPHQWRI6WDWH¶VUHFRUGUHWHQWLRQUHTXLUHPHQWV &KDSWHU )ORULGD6WDWXWHV DQG E\&)5†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†WKH)HGHUDODZDUGLQJDJHQF\PXVWUHTXHVW WUDQVIHURIFHUWDLQUHFRUGVWRLWVFXVWRG\IURPWKH'LYLVLRQRUWKH6XE5HFLSLHQWZKHQLWGHWHUPLQHVWKDW WKHUHFRUGVSRVVHVVORQJWHUPUHWHQWLRQYDOXH H ,QDFFRUGDQFHZLWK&)5†WKH'LYLVLRQPXVWDOZD\VSURYLGHRUDFFHSW SDSHUYHUVLRQVRI$JUHHPHQW LQIRUPDWLRQWRDQGIURPWKH6XE5HFLSLHQWXSRQUHTXHVW,ISDSHUFRSLHV DUHVXEPLWWHGWKHQWKH'LYLVLRQPXVWQRWUHTXLUHPRUHWKDQDQRULJLQDODQGWZRFRSLHV :KHQRULJLQDO UHFRUGVDUHHOHFWURQLFDQGFDQQRWEHDOWHUHGWKHUHLVQRQHHGWRFUHDWHDQGUHWDLQSDSHUFRSLHV :KHQ RULJLQDOUHFRUGVDUHSDSHUHOHFWURQLFYHUVLRQVPD\EHVXEVWLWXWHGWKURXJKWKHXVHRIGXSOLFDWLRQRURWKHU IRUPVRIHOHFWURQLFPHGLDSURYLGHGWKDWWKH\DUHVXEMHFWWRSHULRGLFTXDOLW\FRQWUROUHYLHZVSURYLGH UHDVRQDEOHVDIHJXDUGVDJDLQVWDOWHUDWLRQDQGUHPDLQUHDGDEOH I $VUHTXLUHGE\&)5†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¶6'87<723529,'(38%/,&5(&25'65(/$7,1* 727+,6&2175$&7&217$&77+( &8672',$12)38%/,& 5(&25'6$7  5HFRUGV#HPP\IORULGDFRPRU 6KXPDUG2DN%RXOHYDUG7DOODKDVVHH)/  $8',76 D 7KH6XE5HFLSLHQWVKDOOFRPSO\ZLWK WKHDXGLWUHTXLUHPHQWVFRQWDLQHGLQ&)5 3DUW6XESDUW) E ,QDFFRXQWLQJIRUWKHUHFHLSWDQGH[SHQGLWXUHRIIXQGVXQGHUWKLV$JUHHPHQWWKH 6XE5HFLSLHQW VKDOO IROORZ *HQHUDOO\$FFHSWHG$FFRXQWLQJ3ULQFLSOHV ³*$$3´ $VGHILQHGE\&)5 †*$$3³KDVWKHPHDQLQJVSHFLILHGLQDFFRXQWLQJVWDQGDUGVLVVXHGE\WKH*RYHUQPHQW $FFRXQWLQJ6WDQGDUGV%RDUG *$6% DQGWKH)LQDQFLDO$FFRXQWLQJ6WDQGDUGV%RDUG )$6% ´ F :KHQFRQGXFWLQJDQDXGLWRIWKH6XE5HFLSLHQW¶VSHUIRUPDQFHXQGHUWKLV$JUHHPHQW WKH'LYLVLRQVKDOOXVH*HQHUDOO\$FFHSWHG*RYHUQPHQW$XGLWLQJ6WDQGDUGV ³*$*$6´ $VGHILQHGE\ &)5†*$*$6³DOVRNQRZQDVWKH<HOORZ%RRNPHDQVJHQHUDOO\DFFHSWHGJRYHUQPHQW DXGLWLQJVWDQGDUGVLVVXHGE\WKH&RPSWUROOHU*HQHUDORIWKH8QLWHG6WDWHVZKLFKDUHDSSOLFDEOHWR ILQDQFLDODXGLWV´ G ,IDQDXGLWVKRZVWKDWDOORUDQ\SRUWLRQRIWKHIXQGVGLVEXUVHGZHUHQRWVSHQWLQ DFFRUGDQFHZLWKWKHFRQGLWLRQVRIWKLV$JUHHPHQWWKH6XE5HFLSLHQWVKDOOEHKHOGOLDEOHIRU UHLPEXUVHPHQWWRWKH'LYLVLRQRIDOOIXQGVQRWVSHQWLQDFFRUGDQFHZLWKWKHVHDSSOLFDEOHUHJXODWLRQVDQG $JUHHPHQWSURYLVLRQVZLWKLQWKLUW\  GD\VDIWHUWKH'LYLVLRQKDVQRWLILHGWKH6XE5HFLSLHQWRIVXFKQRQ FRPSOLDQFH  H 7KH6XE5HFLSLHQWVKDOOKDYHDOODXGLWVFRPSOHWHGE\DQ LQGHSHQGHQWDXGLWRUZKLFK LVGHILQHGLQVHFWLRQ  L )ORULGD6WDWXWHV DV³DQLQGHSHQGHQWFHUWLILHGSXEOLFDFFRXQWDQWOLFHQVHG XQGHUFKDSWHU´7KHLQGHSHQGHQWDXGLWRU VKDOOVWDWHWKDWWKHDXGLWFRPSOLHGZLWKWKHDSSOLFDEOH SURYLVLRQVQRWHGDERYH7KHDXGLWPXVWEHUHFHLYHGE\WKH'LYLVLRQQRODWHUWKDQQLQHPRQWKVIURPWKH HQGRIWKH6XE5HFLSLHQW¶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†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¶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††WKURXJK DVZHOODV$SSHQGL[,,WR&)53DUW HQWLWOHG³&RQWUDFW3URYLVLRQVIRU 1RQ)HGHUDO(QWLW\&RQWUDFWV8QGHU)HGHUDO$ZDUGV´  E $VUHTXLUHGE\&)5† L WKH6XE5HFLSLHQWVKDOO³PDLQWDLQUHFRUGV VXIILFLHQWWRGHWDLOWKHKLVWRU\RISURFXUHPHQW7KHVHUHFRUGVZLOOLQFOXGHEXWDUHQRWQHFHVVDULO\OLPLWHG WRWKHIROORZLQJUDWLRQDOHIRUWKHPHWKRGRISURFXUHPHQWVHOHFWLRQRIFRQWUDFWW\SHFRQWUDFWRUVHOHFWLRQ RUUHMHFWLRQDQGWKHEDVLVIRUWKHFRQWUDFWSULFH´ F $VUHTXLUHGE\&)5† E WKH6XE5HFLSLHQWVKDOO³PDLQWDLQRYHUVLJKWWR HQVXUHWKDWFRQWUDFWRUVSHUIRUPLQDFFRUGDQFHZLWKWKHWHUPVFRQGLWLRQVDQGVSHFLILFDWLRQVRIWKHLU FRQWUDFWVRUSXUFKDVHRUGHUV´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† F  WKH6XE5HFLSLHQWVKDOO³PDLQWDLQZULWWHQ VWDQGDUGVRIFRQGXFWFRYHULQJFRQIOLFWVRILQWHUHVWDQGJRYHUQLQJWKHDFWLRQVRILWVHPSOR\HHVHQJDJHGLQ WKHVHOHFWLRQDZDUGDQGDGPLQLVWUDWLRQRIFRQWUDFWV´ I $VUHTXLUHGE\&)5† D WKH6XE5HFLSLHQWVKDOOFRQGXFWDQ\ SURFXUHPHQWXQGHUWKLVDJUHHPHQW³LQDPDQQHUSURYLGLQJIXOODQGRSHQFRPSHWLWLRQ´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³>(@[FHSWLQWKRVHFDVHVZKHUHDSSOLFDEOH)HGHUDOVWDWXWHVH[SUHVVO\PDQGDWHRU HQFRXUDJH´RWKHUZLVHWKH6XE5HFLSLHQWDVUHTXLUHGE\&)5† E VKDOOQRWXVHD JHRJUDSKLFSUHIHUHQFHZKHQSURFXULQJFRPPRGLWLHVRUVHUYLFHVXQGHUWKLV$JUHHPHQW K 7KH 6XE5HFLSLHQWVKDOOFRQGXFWDQ\SURFXUHPHQWLQYROYLQJLQYLWDWLRQVWRELG LH VHDOHGELGV LQDFFRUGDQFHZLWK&)5† F DVZHOODVVHFWLRQ  D )ORULGD6WDWXWHV L 7KH6XE5HFLSLHQWVKDOOFRQGXFWDQ\SURFXUHPHQWLQYROYLQJUHTXHVWVIRUSURSRVDOV LHFRPSHWLWLYHSURSRVDOV LQDFFRUGDQFHZLWK&)5† G DVZHOODVVHFWLRQ  E  )ORULGD6WDWXWHV M )RUHDFKVXEFRQWUDFWWKH6XE5HFLSLHQW VKDOOSURYLGHDZULWWHQVWDWHPHQWWRWKH 'LYLVLRQDVWRZKHWKHUWKDWVXEFRQWUDFWRULV DPLQRULW\EXVLQHVVHQWHUSULVHDVGHILQHGLQ6HFWLRQ )ORULGD6WDWXWHV$GGLWLRQDOO\WKH6XE5HFLSLHQWVKDOOFRPSO\ZLWKWKHUHTXLUHPHQWVRI&)5† ³&RQWUDFWLQJZLWKVPDOODQGPLQRULW\EXVLQHVVHVZRPHQ VEXVLQHVVHQWHUSULVHVDQGODERUVXUSOXVDUHD ILUPV´  N ,IWKH6XE5HFLSLHQWFKRRVHVWRVXEFRQWUDFWDQ\RIWKH ZRUNUHTXLUHGXQGHUWKLV $JUHHPHQWWKHQWKH6XE5HFLSLHQWVKDOOUHYLHZLWVFRPSHWLWLYHVROLFLWDWLRQDQGVXEVHTXHQWFRQWUDFWWREH DZDUGHGIRUFRPSOLDQFHZLWKWKHSURFXUHPHQWVWDQGDUGVLQ&)5††WKURXJK DQG UHTXLUHGFRQWUDFWSURYLVLRQV LQ$SSHQGL[,,WR&)53DUW,IWKH6XE5HFLSLHQWSXEOLVKHVD FRPSHWLWLYHVROLFLWDWLRQRUH[HFXWHVDFRQWUDFWWKDWLVQRWLQFRPSOLDQFHZLWKWKH)HGHUDOSURFXUHPHQW VWDQGDUGVLQ&)5††WKURXJK RUWKHUHTXLUHPHQWVRI$SSHQGL[,, WR&)53DUW WKHQWKH6XE5HFLSLHQWLVRQQRWLFHWKDWWKH'LYLVLRQPD\ D 7HUPLQDWHWKLV$JUHHPHQWLQDFFRUGDQFHZLWKWKHSURYLVLRQVRXWOLQHGLQ SDUDJUDSK  DERYHRU E 5HIXVHWRUHLPEXUVHWKH6XE5HFLSLHQWIRUDQ\FRVWVDVVRFLDWHGZLWKWKDW VROLFLWDWLRQ O )(0$KDVGHYHORSHGKHOSIXOUHVRXUFHVIRUVXEJUDQWUHFLSLHQWVUHODWHGWRFRPSOLDQFH ZLWKWKH)HGHUDOSURFXUHPHQWVWDQGDUGVLQ&)5††WKURXJK DQGUHTXLUHGFRQWUDFW SURYLVLRQVLQ$SSHQGL[,,WR&)53DUW7KHVHUHVRXUFHVDUHJHQHUDOO\DYDLODEOHDW KWWSVZZZIHPDJRYSURFXUHPHQWGLVDVWHUDVVLVWDQFHWHDP   $77$&+0(176 D $OODWWDFKPHQWVWRWKLV$JUHHPHQWDUHLQFRUSRUDWHGDVLIVHWRXWIXOO\ E ,QWKHHYHQWRIDQ\LQFRQVLVWHQFLHVRUFRQIOLFWEHWZHHQWKHODQJXDJHRIWKLV $JUHHPHQWDQGWKHDWWDFKPHQWVWKHODQJXDJHRIWKHDWWDFKPHQWVVKDOOFRQWUROEXWRQO\WRWKHH[WHQWRI WKHFRQIOLFWRULQFRQVLVWHQF\ F 7KLV$JUHHPHQWKDVWKHIROORZLQJDWWDFKPHQWVL ([KLELW )XQGLQJ6RXUFHV LL $WWDFKPHQW$± %XGJHWDQG6FRSHRI:RUN LLL $WWDFKPHQW% ± 3URJUDP6WDWXWHVDQG5HJXODWLRQV LY $WWDFKPHQW&± 6WDWHPHQWRI$VVXUDQFHV Y $WWDFKPHQW'± 5HTXHVWIRU$GYDQFHRU5HLPEXUVHPHQW YL $WWDFKPHQW(± -XVWLILFDWLRQRI$GYDQFH 3D\PHQW YLL $WWDFKPHQW)± 4XDUWHUO\5HSRUW)RUP YLLL $WWDFKPHQW* ± :DUUDQWLHVDQG5HSUHVHQWDWLRQV L[ $WWDFKPHQW+ ± &HUWLILFDWLRQ5HJDUGLQJ'HEDUPHQW [ $WWDFKPHQW, ± )HGHUDO)XQGLQJ$FFRXQWDELOLW\DQG7UDQVSDUHQF\$FW [L $WWDFKPHQW- ± 0DQGDWRU\&RQWUDFW3URYLVLRQV [LL $WWDFKPHQW.± &HUWLILFDWLRQ5HJDUGLQJ/REE\LQJ  3$<0(176 D $Q\DGYDQFHSD\PHQWXQGHUWKLV$JUHHPHQWLVVXEMHFWWR&)5†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¶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³'LYLVLRQRI(PHUJHQF\0DQDJHPHQW´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³&HUWLILFDWLRQ5HJDUGLQJ'HEDUPHQW6XVSHQVLRQ ,QHOLJLELOLW\$QG9ROXQWDU\([FOXVLRQ´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¶VREOLJDWLRQWRSD\WKHFRQWUDFWDPRXQW M 7KH6WDWHRI)ORULGDZLOOQRWLQWHQWLRQDOO\DZDUGSXEOLFO\IXQGHGFRQWUDFWVWRDQ\ FRQWUDFWRUZKRNQRZLQJO\HPSOR\VXQDXWKRUL]HGDOLHQZRUNHUVFRQVWLWXWLQJDYLRODWLRQRIWKHHPSOR\PHQW SURYLVLRQVFRQWDLQHGLQ86&6HFWLRQD H >6HFWLRQ$ H RI WKH,PPLJUDWLRQDQG1DWLRQDOLW\$FW ³,1$´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†SURKLELWVUHLPEXUVHPHQWIRUFRVWVDVVRFLDWHGZLWKFHUWDLQOREE\LQJ DFWLYLWLHV E 6HFWLRQ)ORULGD6WDWXWHVSURKLELWV³DQ\GLVEXUVHPHQWRIJUDQWVDQGDLGV DSSURSULDWLRQVSXUVXDQWWRDFRQWUDFWRUJUDQWWRDQ\SHUVRQRURUJDQL]DWLRQXQOHVVWKHWHUPVRIWKHJUDQW RUFRQWUDFWSURKLELWWKHH[SHQGLWXUHRIIXQGVIRUWKHSXUSRVHRIOREE\LQJWKH/HJLVODWXUHWKHMXGLFLDO EUDQFKRUDVWDWHDJHQF\´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†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¶VHVVHQWLDOMREIXQFWLRQVGLVFORVHVWKHFRPSHQVDWLRQRIVXFKRWKHUHPSOR\HHVRU DSSOLFDQWVWRLQGLYLGXDOVZKRGRQRWRWKHUZLVHKDYHDFFHVVWRVXFKLQIRUPDWLRQXQOHVVVXFKGLVFORVXUHLVLQUHVSRQVHWRDIRUPDOFRPSODLQW RUFKDUJHLQIXUWKHUDQFHRIDQLQYHVWLJDWLRQSURFHHGLQJKHDULQJRUDFWLRQLQFOXGLQJDQLQYHVWLJDWLRQFRQGXFWHGE\WKHHPSOR\HURULVFRQVLVWHQWZLWKWKHFRQWUDFWRU¶VOHJDOGXW\ WRIXUQLVKLQIRUPDWLRQ LY 7KHFRQWUDFWRUZLOOVHQGWRHDFKODERUXQLRQRUUHSUHVHQWDWLYHRIZRUNHUVZLWKZKLFKKHKDVDFROOHFWLYHEDUJDLQLQJDJUHHPHQWRURWKHU FRQWUDFWRUXQGHUVWDQGLQJDQRWLFHWREHSURYLGHGDGYLVLQJWKHVDLGODERUXQLRQRUZRUNHUV¶UHSUHVHQWDWLYHVRIWKHFRQWUDFWRU¶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¶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rovidedKRZHYHUWKDWLQWKH HYHQWDFRQWUDFWRUEHFRPHVLQYROYHGLQRULV WKUHDWHQHGZLWKOLWLJDWLRQZLWKDVXEFRQWUDFWRU RUYHQGRUDVDUHVXOWRI  VXFKGLUHFWLRQ E\WKHDGPLQLVWHULQJDJHQF\WKHFRQWUDFWRU PD\UHTXHVWWKH8QLWHG6WDWHVWR HQWHULQWRVXFKOLWLJDWLRQWRSURWHFWWKHLQWHUHVWV RIWKH8QLWHG6WDWHV E 7KH6XE5HFLSLHQWIXUWKHUDJUHHVWKDWLWZLOOEHERXQGE\WKHDERYHHTXDORSSRUWXQLW\ FODXVHZLWKUHVSHFWWRLWVRZQHPSOR\PHQWSUDFWLFHVZKHQLWSDUWLFLSDWHVLQIHGHUDOO\DVVLVWHGFRQVWUXFWLRQ ZRUNProvided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¶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†86&†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†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† RULWVDIILOLDWHV GHILQHGDW&)5† DUHH[FOXGHG GHILQHGDW&)5† RUGLVTXDOLILHG GHILQHGDW&)5†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† DVDPHQGHG &RQWUDFWRUVZKRDSSO\RUELGIRUDQDZDUGRIRUPRUHVKDOOILOHWKHUHTXLUHGFHUWLILFDWLRQ(DFKWLHUFHUWLILHVWRWKHWLHUDERYHWKDWLWZLOOQRWDQGKDVQRWXVHG)HGHUDODSSURSULDWHGIXQGVWRSD\DQ\SHUVRQRURUJDQL]DWLRQIRULQIOXHQFLQJRUDWWHPSWLQJWRLQIOXHQFHDQRIILFHURUHPSOR\HHRIDQ\DJHQF\DPHPEHURI&RQJUHVVRIILFHURUHPSOR\HHRI&RQJUHVVRUDQHPSOR\HHRIDPHPEHURI&RQJUHVVLQFRQQHFWLRQZLWKREWDLQLQJDQ\)HGHUDOFRQWUDFWJUDQWRUDQ\RWKHUDZDUGFRYHUHGE\86&†(DFKWLHUVKDOODOVRGLVFORVHDQ\OREE\LQJZLWKQRQ)HGHUDOIXQGVWKDWWDNHVSODFHLQFRQQHFWLRQZLWKREWDLQLQJDQ\)HGHUDODZDUG6XFKGLVFORVXUHVDUHIRUZDUGHGIURPWLHUWRWLHUXSWRWKHUHFLSLHQW ,IWKLVVXEJUDQWDJUHHPHQWDPRXQWLVRUPRUHWKH6XE5HFLSLHQWDQG VXEFRQWUDFWRUVDVDSSOLFDEOHVKDOOVLJQ$WWDFKPHQW.± &HUWLILFDWLRQ5HJDUGLQJ/REE\LQJ  &2175$&7,1*:,7+60$//$1'0,125,7<%86,1(66(6:20(1¶6%86,1(66 (17(535,6(6$1'/$%256853/86$5($),506 D ,IWKH6XE5HFLSLHQWZLWKWKHIXQGVDXWKRUL]HGE\WKLV$JUHHPHQWVHHNVWRSURFXUH JRRGVRUVHUYLFHVWKHQLQDFFRUGDQFHZLWK&)5†WKH6XE5HFLSLHQWVKDOOWDNHWKHIROORZLQJ DIILUPDWLYHVWHSVWRDVVXUHWKDWPLQRULW\EXVLQHVVHVZRPHQ¶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³VRFLRHFRQRPLFFRQWUDFWLQJ´ GRHVQRWLPSRVHDQREOLJDWLRQWRVHWDVLGHHLWKHUWKHVROLFLWDWLRQRUDZDUGRI DFRQWUDFWWRWKHVHW\SHVRIILUPV5DWKHUWKHUHTXLUHPHQWRQO\LPSRVHVDQREOLJDWLRQWRFDUU\ RXWDQG GRFXPHQW WKHVL[DIILUPDWLYHVWHSVLGHQWLILHGDERYH F 7KH³VRFLRHFRQRPLFFRQWUDFWLQJ´UHTXLUHPHQWRXWOLQHVWKHDIILUPDWLYHVWHSVWKDWWKH 6XE5HFLSLHQWPXVWWDNHWKHUHTXLUHPHQWVGRQRWSUHFOXGHWKH6XE5HFLSLHQWIURPXQGHUWDNLQJDGGLWLRQDO VWHSVWRLQYROYHVPDOODQGPLQRULW\EXVLQHVVHVDQGZRPHQ VEXVLQHVVHQWHUSULVHV G 7KHUHTXLUHPHQWWRGLYLGHWRWDOUHTXLUHPHQWVZKHQHFRQRPLFDOO\IHDVLEOHLQWR VPDOOHUWDVNVRUTXDQWLWLHVWRSHUPLWPD[LPXPSDUWLFLSDWLRQE\VPDOODQGPLQRULW\EXVLQHVVHVDQG ZRPHQ¶VEXVLQHVVHQWHUSULVHVGRHVQRWDXWKRUL]HWKH6XE5HFLSLHQWWREUHDNDVLQJOHSURMHFWGRZQLQWR VPDOOHUFRPSRQHQWVLQRUGHUWRFLUFXPYHQWWKHPLFURSXUFKDVHRUVPDOOSXUFKDVHWKUHVKROGVVRDVWR XWLOL]HVWUHDPOLQHGDFTXLVLWLRQSURFHGXUHV HJ³SURMHFWVSOLWWLQJ´   $6685$1&(6 7KH6XE5HFLSLHQW VKDOOFRPSO\ZLWKDQ\6WDWHPHQWRI$VVXUDQFHVLQFRUSRUDWHGDV $WWDFKPHQW& 06/18/2021 Miles E. Anderson Digitally signed by Miles E. Anderson DN: cn=Miles E. Anderson, o=DEM, ou=Mitigation, email=Miles.anderson@em.myflorida.com, c=US Date: 2021.06.18 09:10:20 -04'00'  (;+,%,7±  7+()2//2:,1*)('(5$/5(6285&(6$5($:$5'('727+(68%5(&,3,(1781'(57+,6 $*5((0(17 )HGHUDO3URJUDP)HGHUDODJHQF\)HGHUDO(PHUJHQF\0DQDJHPHQW$JHQF\+D]DUG0LWLJDWLRQ*UDQW&DWDORJRI)HGHUDO'RPHVWLF$VVLVWDQFHWLWOHDQGQXPEHU$ZDUGDPRXQW  7+()2//2:,1*&203/,$1&(5(48,5(0(176$33/<727+()('(5$/5(6285&(6$:$5'('81'(57+,6$*5((0(17 x &)53DUW8QLIRUP$GPLQLVWUDWLYH5HTXLUHPHQWV&RVW3ULQFLSOHVDQG$XGLW5HTXLUHPHQWVIRU)HGHUDO$ZDUGV x 7KH5REHUW76WDIIRUG'LVDVWHU5HOLHIDQG(PHUJHQF\$VVLVWDQFH$FW3XEOLF/DZDVDPHQGHG86&HWVHTDQG5HODWHG$XWKRULWLHV x 6HFWLRQV $ RIWKH1DWLRQDO)ORRG,QVXUDQFH$FWRI86&FDVDPHQGHGE\WKH1DWLRQDO)ORRG,QVXUDQFH5HIRUP$FWRI3XEOLF/DZDQGWKH%XQQLQJ%HUHXWHU%OXPHQDXHU)ORRG,QVXUDQFH5HIRUP$FWRI3XEOLF/DZ x &)53DUW5XOHVDQG3URFHGXUHVIRU)XQGV7UDQVIHUV )HGHUDO3URJUDP  6XE5HFLSLHQWLVWRXVHIXQGLQJWRSHUIRUPWKHIROORZLQJHOLJLEOHDFWLYLWLHV x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¶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³'HEDUPHQW 6XVSHQVLRQ ,QHOLJLELOLW\ 9ROXQWDU\([FOXVLRQ)RUP´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¶VVSHFLILFDWLRQV$Q\GHILFLHQFLHVIRXQGGXULQJWKLVILQDOLQVSHFWLRQVKDOOEHFRUUHFWHGE\WKH6XE5HFLSLHQWSULRUWR6XE5HFLSLHQW¶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¶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¶VILQDOUHTXHVWIRUUHLPEXUVHPHQWVKDOOLQFOXGHWKHILQDOFRQVWUXFWLRQSURMHFWFRVW6XSSRUWLQJGRFXPHQWDWLRQVKDOOVKRZWKDWDOOFRQWUDFWRUVDQGVXEFRQWUDFWRUVKDYHEHHQSDLG % 'HOLYHUDEOHV 0LWLJDWLRQ$FWLYLWLHVFRQVLVWRIWKHSXUFKDVHRIVHYHQ  N:SRUWDEOHJHQHUDWRUVWRSURYLGHHPHUJHQF\SRZHUWRWZHQW\  OLIWVWDWLRQVORFDWHGLQ&OHDUZDWHU)ORULGDDQG 7KHJHQHUDWRU V VKDOOEHVWRUHGDWDORFDWLRQSURWHFWHGDJDLQVWD\HDUIORRGHYHQWRUORFDWHGRXWVLGHWKH6)+$DQGVKDOOEHSURWHFWHGDJDLQVWZLQGZLWKDUDWHGHQFORVXUHEDVHGRQWKHLUORFDWLRQUHTXLUHPHQWV$FWLYLWLHVVKDOOEHFRPSOHWHGLQVWULFWFRPSOLDQFHZLWK)HGHUDO6WDWHDQG/RFDO5XOHVDQG5HJXODWLRQV 3URYLGHG WKH 6XE5HFLSLHQW SHUIRUPV LQ DFFRUGDQFH ZLWK WKH 6FRSH RI :RUN RXWOLQHG LQ WKLV$JUHHPHQWWKH'LYLVLRQVKDOOUHLPEXUVHWKH6XE5HFLSLHQWEDVHGRQWKHSHUFHQWDJHRIRYHUDOOSURMHFWFRPSOHWLRQ 352-(&7&21',7,216$1'5(48,5(0(176 & (QJLQHHULQJ  7KH6XE5HFLSLHQWVKDOOVXEPLWWRWKH'LYLVLRQDQRIILFLDOOHWWHUVWDWLQJWKDWWKHSURMHFWLVFRPSOHWHDQGUHDG\IRUWKH'LYLVLRQ¶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¶VDELOLW\WRIXQGWKLVSURMHFW$FKDQJHLQWKHVFRSHRIZRUNVKDOOEHDSSURYHGE\WKH'LYLVLRQDQG)(0$in advance regardless of the budget implications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³REWDLQSULRUZULWWHQDSSURYDOIRUDQ\EXGJHWUHYLVLRQZKLFKZRXOGUHVXOWLQ DQHHGIRUDGGLWLRQDOIXQGV´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±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¶VSURJUDP  :LWKKROGIXUWKHUDZDUGVIRUWKHSURJUDPRU  7DNHRWKHUUHPHGLHVWKDWPD\EHOHJDOO\DYDLODEOH 6&+('8/(2):25. 6WDWHDQG/RFDO&RQWUDFWLQJ0RQWKV 'HVLJQ3HUPLWWLQJ0RQWKV %LGGLQJDQG&RQWUDFWLQJ  0RQWKV &RQVWUXFWLRQ,QVWDOODWLRQ  0RQWKV 6WDWHDQG/RFDO,QVSHFWLRQ  0RQWKV &ORVHRXW  0RQWK 7RWDO3HULRGRI3HUIRUPDQFH  0RQWKV  /LQH,WHP%XGJHW 3URMHFW&RVW )HGHUDO6KDUH 1RQ)HGHUDO6KDUH 0DWHULDOV    /DERU    )HHV    ,QLWLDO$JUHHPHQW$PRXQW    &RQWLQJHQF\)XQGV    3URMHFW7RWDO    Any line item amount in this Budget may be increased or decreased 10% or less, with the Division’s approval, without an amendment to this Agreement being required, so long as the overall amount of the funds obligated under this Agreement is not increased. *** This project has an estimated $0.00 in contingency funds.Per FEMA Hazard Mitigation Assistance Guidance Part VI, D.3.4 – Contingency funds are not automatically available for use. Prior to their release, contingency funds must be re-budgeted to another direct cost category and identified. Post-award changes to the budget require prior written approval from the Division (FDEM). The written request should demonstrate what unforeseen condition related to the project arose that required the use of contingency funds. Project Management costs are included for this project in the amount of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³REWDLQSULRUZULWWHQDSSURYDOIRUDQ\EXGJHW UHYLVLRQZKLFKUHVXOWLQDQHHGIRUDGGLWLRQDOIXQGV´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± 8QLIRUP$GPLQLVWUDWLYH5HTXLUHPHQWV&RVW3ULQFLSOHVDQG$XGLW 5HTXLUHPHQWVIRU)HGHUDO$ZDUGV  8QLIRUP5HORFDWLRQ$VVLVWDQFHDQG5HDO3URSHUW\$FTXLVLWLRQV$FWRI  7LWOH,RIWKH2PQLEXV&ULPH&RQWURODQG6DIH6WUHHWV$FWRI  -XYHQLOH-XVWLFHDQG'HOLQTXHQF\3UHYHQWLRQ$FWRUWKH9LFWLPVRI&ULPH$FW  2PQLEXV&ULPH&RQWURODQG6DIH6WUHHWV$FWRIDVDPHQGHG  9LFWLPVRI&ULPH$FW DVDSSURSULDWH   6HFWLRQRIWKH5HKDELOLWDWLRQ$FWRIDVDPHQGHG  6XEWLWOH$7LWOH,,RIWKH$PHULFDQVZLWK'LVDELOLWLHV$FW $'$    'HSDUWPHQWRI-XVWLFHUHJXODWLRQVRQGLVDELOLW\GLVFULPLQDWLRQ&)53DUWDQG3DUW  86&D  $WWDFKPHQW& 6WDWHPHQWRI$VVXUDQFHV 7RWKHH[WHQWWKHIROORZLQJSURYLVLRQVDSSO\WRWKLV$JUHHPHQWWKH6XEUHFLSLHQWFHUWLILHVWKDW D ,WSRVVHVVHVOHJDODXWKRULW\WRHQWHULQWRWKLV$JUHHPHQWDQGWRFDUU\RXWWKHSURSRVHGSURJUDP E ,WVJRYHUQLQJERG\KDVGXO\DGRSWHGRUSDVVHGDVDQRIILFLDODFWRIUHVROXWLRQPRWLRQRUVLPLODUDFWLRQDXWKRUL]LQJWKHH[HFXWLRQRIWKHKD]DUGPLWLJDWLRQDJUHHPHQWZLWKWKH'LYLVLRQRI(PHUJHQF\0DQDJHPHQW '(0 LQFOXGLQJDOOXQGHUVWDQGLQJVDQGDVVXUDQFHVFRQWDLQHGLQLWDQGGLUHFWLQJDQGDXWKRUL]LQJWKH6XEUHFLSLHQW¶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³NLFNEDFNV´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³)HGHUDOILQDQFLDODVVLVWDQFH´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³8QLIRUP)HGHUDO$FFHVVLELOLW\6WDQGDUGV´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³3URJUDPPDWLF$JUHHPHQW$PRQJWKH )HGHUDO(PHUJHQF\0DQDJHPHQW$JHQF\WKH)ORULGD6WDWH+LVWRULF3UHVHUYDWLRQ 2IILFHWKH)ORULGD'LYLVLRQRI(PHUJHQF\0DQDJHPHQWDQGWKH$GYLVRU\&RXQFLO RQ+LVWRULF3UHVHUYDWLRQ 3$ ´ZKLFKDGGUHVVHVUROHVDQGUHVSRQVLELOLWLHVRI)HGHUDODQG6WDWHHQWLWLHVLQLPSOHPHQWLQJ6HFWLRQRIWKH1DWLRQDO+LVWRULF3UHVHUYDWLRQ$FW 1+3$ 86& I DQGLPSOHPHQWLQJUHJXODWLRQVLQ&)53DUW  :KHQDQ\RIWKH6XEUHFLSLHQW¶VSURMHFWVIXQGHGXQGHUWKLV$JUHHPHQWPD\DIIHFWDKLVWRULFSURSHUW\DVGHILQHGLQ&)53DUW  H WKH)HGHUDO(PHUJHQF\ 0DQDJHPHQW$JHQF\ )(0$ PD\UHTXLUHWKH6XEUHFLSLHQWWRUHYLHZWKHHOLJLEOHVFRSHRIZRUNLQFRQVXOWDWLRQZLWKWKH6WDWH+LVWRULF3UHVHUYDWLRQ2IILFH 6+32 DQGVXJJHVW PHWKRGVRIUHSDLURUFRQVWUXFWLRQWKDWZLOOFRQIRUPZLWKWKHUHFRPPHQGHGDSSURDFKHVVHWRXWLQWKH6HFUHWDU\RI,QWHULRU¶V6WDQGDUGVIRU5HKDELOLWDWLRQDQG*XLGHOLQHVIRU 5HKDELOLWDWLQJ+LVWRULF%XLOGLQJV 6WDQGDUGV WKH 6HFUHWDU\RIWKH,QWHULRU¶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¶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³7UHDWPHQWRI $UFKHRORJLFDO3URSHUWLHV´7KH6XEUHFLSLHQWVKDOOIRUZDUGLQIRUPDWLRQUHJDUGLQJWKHWUHDWPHQWSODQWR)(0$WKH6+32DQGWKH&RXQFLOIRUUHYLHZ,IWKH6+32DQGWKH &RXQFLOGRQRWREMHFWZLWKLQILIWHHQ  FDOHQGDUGD\VRIUHFHLSWRIWKHWUHDWPHQWSODQ)(0$PD\GLUHFWWKH6XEUHFLSLHQWWRLPSOHPHQWWKHWUHDWPHQWSODQ,IHLWKHUWKH&RXQFLO RUWKH6+32REMHFW6XEUHFLSLHQWVKDOOQRWSURFHHGZLWKWKHSURMHFWXQWLOWKH REMHFWLRQLVUHVROYHG  7KH6XEUHFLSLHQWVKDOOQRWLI\WKH'LYLVLRQDQG)(0$DVVRRQDVSUDFWLFDEOH D RIDQ\FKDQJHVLQWKHDSSURYHGVFRSHRIZRUNIRUD1DWLRQDO5HJLVWHUHOLJLEOHRUOLVWHGSURSHUW\ E RIDOOFKDQJHVWRDSURMHFWWKDWPD\UHVXOWLQD VXSSOHPHQWDO'65RUPRGLI\D+0*3SURMHFWIRUD1DWLRQDO5HJLVWHUHOLJLEOHRUOLVWHGSURSHUW\ F LILWDSSHDUVWKDWDSURMHFWIXQGHGXQGHUWKLV$JUHHPHQWZLOODIIHFWDSUHYLRXVO\XQLGHQWLILHGSURSHUW\WKDWPD\EH  HOLJLEOHIRULQFOXVLRQLQWKH1DWLRQDO5HJLVWHURUDIIHFWDNQRZQKLVWRULFSURSHUW\LQDQXQDQWLFLSDWHGPDQQHU7KH6XEUHFLSLHQWDFNQRZOHGJHVWKDW)(0$PD\UHTXLUHWKH6XEUHFLSLHQWWRVWRSFRQVWUXFWLRQLQWKHYLFLQLW\RIWKHGLVFRYHU\RIDSUHYLRXVO\XQLGHQWLILHGSURSHUW\WKDWPD\HOLJLEOHIRULQFOXVLRQLQWKH1DWLRQDO5HJLVWHURUXSRQOHDUQLQJWKDWFRQVWUXFWLRQPD\DIIHFWDNQRZQKLVWRULFSURSHUW\LQDQXQDQWLFLSDWHGPDQQHU7KH6XEUHFLSLHQWIXUWKHUDFNQRZOHGJHVWKDW)(0$PD\UHTXLUHWKH6XEUHFLSLHQWWRWDNHDOO UHDVRQDEOHPHDVXUHVWRDYRLGRUPLQLPL]HKDUPWRVXFKSURSHUW\XQWLO)(0$FRQFOXGHVFRQVXOWDWLRQZLWKWKH6+327KH6XEUHFLSLHQWDOVRDFNQRZOHGJHVWKDW)(0$ZLOO UHTXLUHDQGWKH6XEUHFLSLHQWVKDOOFRPSO\ZLWKPRGLILFDWLRQVWRWKHSURMHFWVFRSHRIZRUNQHFHVVDU\WRLPSOHPHQWUHFRPPHQGDWLRQVWRDGGUHVVWKHSURMHFWDQGWKHSURSHUW\  7KH6XEUHFLSLHQWDFNQRZOHGJHVWKDWXQOHVV)(0$VSHFLILFDOO\VWLSXODWHVRWKHUZLVHLWVKDOOQRWUHFHLYHIXQGLQJIRUSURMHFWVZKHQZLWKLQWHQWWRDYRLGWKHUHTXLUHPHQWVRIWKH3$RUWKH1+3$WKH6XEUHFLSLHQWLQWHQWLRQDOO\DQGVLJQLILFDQWO\DGYHUVHO\DIIHFWVDKLVWRULFSURSHUW\RUKDYLQJWKHOHJDOSRZHUWRSUHYHQWLWDOORZHGVXFKVLJQLILFDQWDGYHUVH HIIHFWWRRFFXU P ,WZLOOFRPSO\ZLWKDSSOLFDEOHSURYLVLRQVRIWKHIROORZLQJODZVDQGSROLFLHVSURKLELWLQJGLVFULPLQDWLRQ L 7LWOH9,RIWKH&LYLO5LJKWV$FWRIDVDPHQGHGZKLFKSURKLELWVGLVFULPLQDWLRQEDVHG RQUDFHFRORURUQDWLRQDORULJLQ LQFOXGLQJOLPLWHG(QJOLVKSURILFLHQF\  LL 6HFWLRQRIWKH5HKDELOLWDWLRQ$FWRIDVDPHQGHGZKLFK SURKLELWVGLVFULPLQDWLRQ EDVHGRQGLVDELOLW\ LLL 7LWOH,;RIWKH(GXFDWLRQ$PHQGPHQWV$FWRIDVDPHQGHGZKLFKSURKLELWV GLVFULPLQDWLRQEDVHGRQVH[LQHGXFDWLRQSURJUDPVRUDFWLYLWLHV LY $JH'LVFULPLQDWLRQ$FWRIZKLFKSURKLELWVGLVFULPLQDWLRQEDVHGRQDJH Y 86'HSDUWPHQWRI+RPHODQG6HFXULW\UHJXODWLRQ&)53DUWZKLFKSURKLELWVGLVFULPLQDWLRQEDVHGRQUHOLJLRQLQVRFLDOVHUYLFHSURJUDPV Q ,WZLOOFRPSO\ZLWK7LWOH,;RIWKH(GXFDWLRQ$PHQGPHQWVRIDVDPHQGHG 86& DQG ZKLFKSURKLELWVGLVFULPLQDWLRQRQWKHEDVLVRIVH[ R ,WZLOOFRPSO\ZLWKWKH&RPSUHKHQVLYH$OFRKRO$EXVHDQG$OFRKROLVP3UHYHQWLRQ7UHDWPHQWDQG 5HKDELOLWDWLRQ$FWRI 86& UHODWLQJWRQRQGLVFULPLQDWLRQRQWKHEDVLVRIDOFRKRODEXVHRUDOFRKROLVP S ,WZLOOFRPSO\ZLWKDQGRIWKH3XEOLF+HDOWK6HUYLFH$FWRI 86&GGDQG HH DVDPHQGHGUHODWLQJWRFRQILGHQWLDOLW\RIDOFRKRODQGGUXJDEXVHSDWLHQWUHFRUGV T ,WZLOOFRPSO\ZLWK/HDG%DVHG3DLQW3RLVRQ3UHYHQWLRQ$FW 86&HWVHT ZKLFKSURKLELWVWKHXVHRIOHDGEDVHGSDLQWLQFRQVWUXFWLRQRIUHKDELOLWDWLRQRUUHVLGHQWLDOVWUXFWXUHV U ,WZLOOFRPSO\ZLWKWKH(QHUJ\3ROLF\DQG&RQVHUYDWLRQ$FW 3/86&  DQGWKHSURYLVLRQVRIWKH6WDWH(QHUJ\&RQVHUYDWLRQ3ODQDGRSWHGSXUVXDQWWKHUHWR V ,WZLOOFRPSO\ZLWKWKH/DERUDWRU\$QLPDO:HOIDUH$FWRI 86& SHUWDLQLQJWRWKHFDUHKDQGOLQJDQGWUHDWPHQWRIZDUPEORRGHGDQLPDOVKHOGIRUUHVHDUFKWHDFKLQJRURWKHU DFWLYLWLHVVXSSRUWHGE\DQDZDUGRIDVVLVWDQFHXQGHUWKLV$JUHHPHQW W ,WZLOOFRPSO\ZLWK7LWOH9,,,RIWKH&LYLO5LJKWV$FWRI 86&FDQG86& DVDPHQGHGUHODWLQJWRQRQGLVFULPLQDWLRQLQWKHVDOHUHQWDORUILQDQFLQJRIKRXVLQJDQG  7LWOH9,RIWKH&LYLO5LJKWV$FWRI 3/ ZKLFKSURKLELWVGLVFULPLQDWLRQRQWKHEDVLVRIUDFHFRORURUQDWLRQDORULJLQ X ,WZLOOFRPSO\ZLWKWKH&OHDQ$LU$FWRIDVDPHQGHG86& Y ,WZLOOFRPSO\ZLWKWKH&OHDQ:DWHU$FWRIDVDPHQGHG86& Z ,WZLOOFRPSO\ZLWKWKHHQGDQJHUHG6SHFLHV$FWRI86& [ ,WZLOOFRPSO\ZLWKWKH,QWHUJRYHUQPHQWDO3HUVRQQHO$FWRI86& \ ,WZLOODVVLVWWKHDZDUGLQJDJHQF\LQDVVXULQJFRPSOLDQFHZLWKWKH1DWLRQDO+LVWRULF3UHVHUYDWLRQ$FWRIDVDPHQGHG86& ] ,WZLOOFRPSO\ZLWKHQYLURQPHQWDOVWDQGDUGVZKLFKPD\EHSUHVFULEHGSXUVXDQWWRWKH1DWLRQDO(QYLURQPHQWDO3ROLF\$FWRI86& DD ,WZLOODVVLVWWKHDZDUGLQJDJHQF\LQDVVXULQJFRPSOLDQFHZLWKWKH3UHVHUYDWLRQRI$UFKHRORJLFDODQG+LVWRULFDO3UHVHUYDWLRQ$FWRI86&DHWVHT EE ,WZLOOFRPSO\ZLWKWKH5HKDELOLWDWLRQ$FWRI6HFWLRQ86&UHJDUGLQJQRQGLVFULPLQDWLRQ FF ,WZLOOFRPSO\ZLWKWKHHQYLURQPHQWDOVWDQGDUGVZKLFKPD\EHSUHVFULEHGSXUVXDQWWRWKH6DIH 'ULQNLQJ:DWHU$FWRI86&IMUHJDUGLQJWKHSURWHFWLRQRIXQGHUJURXQGZDWHUVRXUFHV GG ,WZLOOFRPSO\ZLWKWKHUHTXLUHPHQWVRI7LWOHV,,DQG,,, RIWKH8QLIRUP5HORFDWLRQ$VVLVWDQFHDQG 3URSHUW\$FTXLVLWLRQ3ROLFLHV$FWRI86&ZKLFKSURYLGHIRUIDLUDQGHTXLWDEOHWUHDWPHQWRISHUVRQVGLVSODFHGRUZKRVHSURSHUW\LVDFTXLUHGDVDUHVXOWRI)HGHUDORU )HGHUDOO\DVVLVWHGSURJUDPV HH ,WZLOOFRPSO\ZLWKWKH:LOGDQG6FHQLF5LYHUV$FWRI86&UHODWHGWRSURWHFWLQJFRPSRQHQWVRUSRWHQWLDOFRPSRQHQWVRIWKHQDWLRQDOZLOGDQGVFHQLFULYHUVV\VWHP II ,WZLOOFRPSO\ZLWKWKHIROORZLQJ([HFXWLYH2UGHUV(2 1(3$ (2 YLRODWLQJ IDFLOLWLHV (2 )ORRGSODLQ0DQDJHPHQW (2 :HWODQGV DQG(2 (QYLURQPHQWDO-XVWLFH  JJ ,WZLOOFRPSO\ZLWKWKH&RDVWDO%DUULHU5HVRXUFHV$FWRI86& KK ,WZLOODVVXUHSURMHFWFRQVLVWHQF\ZLWKWKHDSSURYHG6WDWHSURJUDPGHYHORSHGXQGHUWKH&RDVWDO =RQH0DQDJHPHQW$FWRI86&DQG LL ,WZLOOFRPSO\ZLWKWKH)LVKDQG:LOGOLIH&RRUGLQDWLRQ$FWRI86& MM :LWKUHVSHFWWRGHPROLWLRQDFWLYLWLHVLWZLOO  &UHDWHDQGPDNHDYDLODEOHGRFXPHQWDWLRQVXIILFLHQWWRGHPRQVWUDWHWKDWWKH6XEUHFLSLHQWDQGLWVGHPROLWLRQFRQWUDFWRUKDYHVXIILFLHQWPDQSRZHUDQGHTXLSPHQWWRFRPSO\ZLWKWKHREOLJDWLRQVDVRXWOLQHGLQWKLV$JUHHPHQW  5HWXUQWKHSURSHUW\WRLWVQDWXUDOVWDWHDVWKRXJKQRLPSURYHPHQWVKDGHYHUEHHQFRQWDLQHGWKHUHRQ   )XUQLVKGRFXPHQWDWLRQRIDOOTXDOLILHGSHUVRQQHOOLFHQVHVDQGDOOHTXLSPHQWQHFHVVDU\WRLQVSHFWEXLOGLQJVORFDWHGLQWKH6XEUHFLSLHQW¶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¶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¶6$87+25,=('5(35(6(17$7,9( $33529(')253$<0(17  '$7(  $WWDFKPHQW' FRQW 6800$5<2)'2&80(17$7,21,168332572)$02817 &/$,0(')25(/,*,%/(',6$67(5:25.81'(57+( +$=$5'0,7,*$7,21$66,67$1&(352*5$0 68%5(&,3,(17 &LW\RI&OHDUZDWHU 3$<0(17 352-(&77<3( *HQHUDWRUV 352-(&7 5 352*5$0 +D]DUG0LWLJDWLRQ*UDQW3URJUDP &2175$&7 + 5()12'$7('2&80(17$7,21 (Check) AMOUNT (/,*,%/( &2676          This payment represents %completion of the project. TOTAL 2 Recipient's internal reference number (e.g., Invoice, Receipt, Warrant, Voucher, Claim Check, or Schedule #) 3 Date of delivery of articles, completion of work or performance services. (per document) 4 List Documentation (Recipient's payroll, material out of recipient's stock, recipient owned equipment and name of vendor or contractor) by category (Materials, Labor, Fees) and line item in the approved project line item budget. Provide a brief description of the articles or services. List service dates per each invoice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nstructions: Complete and submit this form to State Project Manager within15-days after each quarter: 68%5(&,3,(17&LW\RI&OHDUZDWHU 352-(&75 352-(&77<3(*HQHUDWRUV &2175$&7+ 352*5$0+D]DUG0LWLJDWLRQ*UDQW 3URJUDP48$57(5(1',1* $GYDQFH3D\PHQW,QIRUPDWLRQ$GYDQFH5HFHLYHG1$$PRXQW$GYDQFH6HWWOHG"<HV1R )LQDQFLDO$PRXQWWR'DWH 6XE5HFLSLHQW7RWDO3URMHFW([SHQGLWXUHVWRGDWH IHGHUDO ORFDO  7DUJHW'DWHV 6WDWH$JUHHPHQW  &RQWUDFW([HFXWLRQ'DWH &RQWUDFW([SLUDWLRQ'DWH 'DWH'HOLYHUDEOHV6XEPLWWHG &ORVHRXW5HTXHVWHG'DWH 'HVFULEH0LOHVWRQHV DFKLHYHGGXULQJWKLVTXDUWHU 3URMHFW3URFHHGLQJRQ6FKHGXOH"<HV1R If No, Describe under Issues below) 3HUFHQWDJHRI0LOHVWRQHVFRPSOHWHGWR'DWHBBBBB 'HVFULEH$FWLYLWLHV 0LOHVWRQHVFRPSOHWHGWKLVTXDUWHURQO\ 6FKHGXOH RIWKH0LOHVWRQHV$FWLYLWLHV 0LOHVWRQH 'DWHV HVWLPDWHG State Contracting Closeout Compliance Estimated Project Completion Date: ,VVXHV RUFLUFXPVWDQFHVDIIHFWLQJFRPSOHWLRQGDWHPLOHVWRQHVVFRSHRIZRUNDQGRUFRVW &RVW6WDWXV&RVW8QFKDQJHG 8QGHU%XGJHW 2YHU%XGJHW &RVW)LQDQFLDO&RPPHQWV NOTE: Events may occur between quarterly reports, which have significant impact upon your project(s), such as anticipated overruns, changes in scope of work, extensions. Contact the Division as soon as these conditions are known, otherwise you could be non-compliant with your sub-grant award. 6XE5HFLSLHQW&RQWUDFW5HSUHVHQWDWLYH 32&  6LJQDWXUH 3KRQH ~ To be completed by Florida Division of Emergency Management Project Manager ~ Project Manager Statement:No Action Required, OR Action Required: PM Percentage of Activates competed per PM Review QR Milestones Spreadsheet:____% Date Reviewed: Reviewer:Project Manager  $WWDFKPHQW* :DUUDQWLHVDQG5HSUHVHQWDWLRQV )LQDQFLDO0DQDJHPHQW 7KH 6XE5HFLSLHQW¶VILQDQFLDOPDQDJHPHQWV\VWHPPXVWFRPSO\ZLWK&)5† 3URFXUHPHQWV $Q\SURFXUHPHQWXQGHUWDNHQZLWKIXQGVDXWKRUL]HGE\WKLV$JUHHPHQWPXVWFRPSO\ZLWKWKH UHTXLUHPHQWVRI&)5†3DUW'²3RVW)HGHUDO$ZDUG5HTXLUHPHQWV²3URFXUHPHQW6WDQGDUGV  &)5††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¶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³)'(0´RU³'LYLVLRQ´ PXVWXVHWRFDSWXUHDQGUHSRUWVXEDZDUGDQGH[HFXWLYHFRPSHQVDWLRQGDWDUHJDUGLQJILUVWWLHUVXEDZDUGVWKDWREOLJDWHRUPRUHLQ)HGHUDOIXQGV H[FOXGLQJ5HFRYHU\IXQGVDVGHILQHGLQVHFWLRQ D   RIWKH$PHULFDQ5HFRYHU\DQG5HLQYHVWPHQW$FWRI3XE/  1RWH7KLV³,QVWUXFWLRQVDQG:RUNVKHHW´LVPHDQWWRH[SODLQWKHUHTXLUHPHQWVRIWKH))$7$DQGJLYHFODULW\WRWKH))$7$)RUPGLVWULEXWHGWRVXEDZDUGHHVIRUFRPSOHWLRQ$OOSHUWLQHQWLQIRUPDWLRQEHORZVKRXOGEHILOOHGRXWVLJQHGDQGUHWXUQHGWRWKHSURMHFWPDQDJHU 25*$1,=$7,21$1'352-(&7,1)250$7,21 7KHIROORZLQJLQIRUPDWLRQPXVWEHSURYLGHGWRWKH)'(0SULRUWRWKH)'(0¶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erify the approved project description above, if there is any discrepancy, please contact the project manager. 35,1&,3$/3/$&(2)352-(&73(5)250$1&( ,)',))(5(177+$135,1&,3$/3/$&(2) %86,1(66  $''5(66/,1( $''5(66/,1( $''5(66/,1( &,7< 67$7( =,3&2'( &21*5(66,21$/',675,&7)2535,1&,3$/3/$&(2)352-(&73(5)250$1&( 3URYLGLQJWKH=LSHQVXUHVWKDWWKHFRUUHFW&RQJUHVVLRQDO'LVWULFWLVUHSRUWHG (;(&87,9(&203(16$7,21,1)250$7,21  ,Q\RXUEXVLQHVVRURUJDQL]DWLRQ¶VSUHYLRXVILVFDO\HDUGLG\RXUEXVLQHVVRURUJDQL]DWLRQ LQFOXGLQJSDUHQWRUJDQL]DWLRQDOOEUDQFKHVDQGDOODIILOLDWHVZRUOGZLGH UHFHLYH D SHUFHQWRUPRUHRI\RXUDQQXDOJURVVUHYHQXHVIURP)HGHUDOSURFXUHPHQWFRQWUDFWV DQGVXEFRQWUDFWV DQG)HGHUDOILQDQFLDODVVLVWDQFH HJORDQVJUDQWVVXEJUDQWVDQGRUFRRSHUDWLYHDJUHHPHQWVHWF VXEMHFWWRWKH7UDQVSDUHQF\$FWDVGHILQHGDW&)5 E RUPRUHLQDQQXDOJURVVUHYHQXHVIURP86)HGHUDOSURFXUHPHQWFRQWUDFWV DQGVXEFRQWUDFWV DQG)HGHUDOILQDQFLDO DVVLVWDQFH HJORDQVJUDQWVVXEJUDQWVDQGRUFRRSHUDWLYHDJUHHPHQWVHWF VXEMHFWWRWKH7UDQVSDUHQF\$FW" <HV1R  If the answer to Question 1 is “Yes,” continue to Question 2. If the answer to Question 1 is “No”, move to the signature block below to complete the certification and submittal process.  'RHVWKHSXEOLFKDYHDFFHVVWRLQIRUPDWLRQDERXWWKHFRPSHQVDWLRQRIWKHH[HFXWLYHVLQ\RXUEXVLQHVVRURUJDQL]DWLRQ LQFOXGLQJSDUHQWRUJDQL]DWLRQDOOEUDQFKHVDQGDOODIILOLDWHVZRUOGZLGH WKURXJKSHULRGLFUHSRUWVILOHGXQGHUVHFWLRQ D RU G RIWKH6HFXULWLHV([FKDQJH$FWRI 86&P D R G 6HFWLRQRIWKH,QWHUQDO5HYHQXH &RGHRI" <HV1R ,IWKHDQVZHUWR4XHVWLRQLV³<HV´PRYHWRWKHVLJQDWXUHEORFNEHORZWRFRPSOHWHWKH FHUWLILFDWLRQDQGVXEPLWWDOSURFHVV>1RWH6HFXULWLHV([FKDQJH&RPPLVVLRQLQIRUPDWLRQVKRXOG EHDFFHVVLEOHDWKWWSZZZVHFJRYDQVZHUVH[HFRPSKWP5HTXHVWVIRU,QWHUQDO5HYHQXH6HUYLFH ,56 LQIRUPDWLRQVKRXOGEHGLUHFWHGWRWKHORFDO,56 IRUIXUWKHUDVVLVWDQFH@ ,IWKHDQVZHUWR4XHVWLRQLV³1R´))$7$UHSRUWLQJLVUHTXLUHG3URYLGHWKHLQIRUPDWLRQUHTXLUHG LQWKH³727$/&203(16$7,21&+$57)2502675(&(17/<&203/(7('),6&$/<($5´ DSSHDULQJEHORZWRUHSRUWWKH³7RWDO&RPSHQVDWLRQ´IRUWKHILYH  PRVWKLJKO\FRPSHQVDWHG ³([HFXWLYHV´LQUDQNRUGHULQ\RXURUJDQL]DWLRQ)RUSXUSRVHVRIWKLVUHTXHVWWKHIROORZLQJWHUPVDSSO\DVGHILQHGLQ&)5&K3DUW$SSHQGL[$ ³([HFXWLYH´ LVGHILQHGDV³RIILFHUVPDQDJLQJSDUWQHUVRURWKHUHPSOR\HHVLQPDQDJHPHQWSRVLWLRQV´ ³7RWDO&RPSHQVDWLRQ´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²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³IHGHUDOO\DVVLVWHGFRQVWUXFWLRQFRQWUDFW´LQ&)53DUWPXVWLQFOXGHWKHHTXDORSSRUWXQLW\FODXVHSURYLGHGXQGHU&)5 E LQDFFRUGDQFHZLWK([HFXWLYH2UGHU³(TXDO(PSOR\PHQW2SSRUWXQLW\´ )5&)53DUW&RPSS DVDPHQGHGE\([HFXWLYH2UGHU³$PHQGLQJ([HFXWLYH2UGHU5HODWLQJWR(TXDO(PSOR\PHQW2SSRUWXQLW\´DQGLPSOHPHQWLQJUHJXODWLRQVDW&)5SDUW³2IILFHRI)HGHUDO&RQWUDFW&RPSOLDQFH3URJUDPV(TXDO(PSOR\PHQW2SSRUWXQLW\'HSDUWPHQWRI/DERU´ ' 'DYLV%DFRQ$FWDVDPHQGHG 86& :KHQUHTXLUHGE\)HGHUDOSURJUDPOHJLVODWLRQDOOSULPHFRQVWUXFWLRQFRQWUDFWVLQH[FHVVRIDZDUGHGE\QRQ)HGHUDOHQWLWLHVPXVWLQFOXGHDSURYLVLRQIRUFRPSOLDQFHZLWKWKH'DYLV%DFRQ$FW 86&DQG DVVXSSOHPHQWHGE\'HSDUWPHQWRI/DERUUHJXODWLRQV &)53DUW³/DERU6WDQGDUGV3URYLVLRQV$SSOLFDEOHWR&RQWUDFWV&RYHULQJ)HGHUDOO\)LQDQFHGDQG$VVLVWHG&RQVWUXFWLRQ´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³$QWL.LFNEDFN´$FW 86& DVVXSSOHPHQWHGE\'HSDUWPHQWRI/DERUUHJXODWLRQV &)53DUW³&RQWUDFWRUVDQG6XEFRQWUDFWRUVRQ3XEOLF%XLOGLQJRU3XEOLF:RUN)LQDQFHGLQ:KROHRULQ3DUWE\/RDQVRU*UDQWVIURPWKH8QLWHG6WDWHV´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³IXQGLQJDJUHHPHQW´XQGHU&)5†ௗ D DQGWKHUHFLSLHQWRU6XEUHFLSLHQWZLVKHVWR HQWHULQWRDFRQWUDFWZLWKDVPDOOEXVLQHVVILUPRUQRQSURILWRUJDQL]DWLRQUHJDUGLQJWKHVXEVWLWXWLRQRISDUWLHVDVVLJQPHQWRUSHUIRUPDQFHRIH[SHULPHQWDOGHYHORSPHQWDORUUHVHDUFKZRUNXQGHUWKDW³IXQGLQJ DJUHHPHQW´WKHUHFLSLHQWRU6XEUHFLSLHQWPXVWFRPSO\ZLWKWKHUHTXLUHPHQWVRI&)53DUW³5LJKWVWR,QYHQWLRQV0DGHE\1RQSURILW2UJDQL]DWLRQVDQG6PDOO%XVLQHVV)LUPV8QGHU*RYHUQPHQW*UDQWV &RQWUDFWVDQG&RRSHUDWLYH$JUHHPHQWV´DQGDQ\LPSOHPHQWLQJUHJXODWLRQVLVVXHGE\WKHDZDUGLQJDJHQF\ * &OHDQ$LU$FW 86&T DQGWKH)HGHUDO:DWHU3ROOXWLRQ&RQWURO$FW 86& DVDPHQGHG²&RQWUDFWVDQGVXEJUDQWVRIDPRXQWVLQH[FHVVRIPXVW FRQWDLQDSURYLVLRQWKDWUHTXLUHVWKHQRQ)HGHUDODZDUGWRDJUHHWRFRPSO\ZLWKDOODSSOLFDEOHVWDQGDUGVRUGHUVRUUHJXODWLRQVLVVXHGSXUVXDQWWRWKH&OHDQ$LU$FW 86&T DQGWKH)HGHUDO:DWHU 3ROOXWLRQ&RQWURO$FWDVDPHQGHG 86& 9LRODWLRQVPXVWEHUHSRUWHGWRWKH)HGHUDODZDUGLQJDJHQF\DQGWKH5HJLRQDO2IILFHRIWKH(QYLURQPHQWDO3URWHFWLRQ$JHQF\ (3$  + 'HEDUPHQWDQG6XVSHQVLRQ ([HFXWLYH2UGHUVDQG ²$FRQWUDFWDZDUG VHH&)5 PXVWQRWEHPDGHWRSDUWLHVOLVWHGRQWKHJRYHUQPHQWZLGH([FOXGHG3DUWLHV/LVW6\VWHPLQ WKH6\VWHPIRU$ZDUG0DQDJHPHQW 6$0 LQDFFRUGDQFHZLWKWKH20%JXLGHOLQHVDW&)5WKDWLPSOHPHQW([HFXWLYH2UGHUV &)53DUW&RPSS DQG &)53DUW &RPSS ³'HEDUPHQWDQG6XVSHQVLRQ´7KH([FOXGHG3DUWLHV/LVW6\VWHPLQ6$0FRQWDLQVWKHQDPHVRISDUWLHVGHEDUUHGVXVSHQGHGRURWKHUZLVHH[FOXGHGE\DJHQFLHVDVZHOODVSDUWLHVGHFODUHG LQHOLJLEOHXQGHUVWDWXWRU\RUUHJXODWRU\DXWKRULW\RWKHUWKDQ([HFXWLYH2UGHU , %\UG$QWL/REE\LQJ$PHQGPHQW 86& ²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†ௗ3URFXUHPHQWRI UHFRYHUHGPDWHULDOV . 6HH†3URKLELWLRQRQFHUWDLQWHOHFRPPXQLFDWLRQDQGYLGHRVXUYHLOODQFHVHUYLFHVRUHTXLSPHQW / 6HH†'RPHVWLFSUHIHUHQFHVIRUSURFXUHPHQWV (Appendix II to Part 200, Revised Eff. 11/12/2020).  )(0$FUHDWHGWKH3'$7&RQWUDFW3URYLVLRQV7HPSODWHWRDVVLVWQRQ)HGHUDOHQWLWLHV,WLVavailable at KWWSVZZZIHPDJRYPHGLDOLEUDU\GDWD GHGGGEGHF3'$7B&RQWUDFW3URYLVLRQV7HPSODWHBSGI Please note that the sub-recipient alone is responsible for ensuring that all language included in its contracts meets the requirements of 2 C.F.R. § 200.327 and 2 C.F.R. Part 200, Appendix II.  $WWDFKPHQW. &HUWLILFDWLRQ5HJDUGLQJ/REE\LQJ &KHFNWKHDSSURSULDWHER[տ 7KLV&HUWLILFDWLRQ5HJDUGLQJ/REE\LQJLVUHTXLUHGEHFDXVHWKH&RQWUDFW*UDQW/RDQRU&RRSHUDWLYH$JUHHPHQWZLOOH[FHHG SXUVXDQWWR&)53DUW$SSHQGL[,, , 86&†DQG&)53DUWտ 7KLV&HUWLILFDWLRQLVQRW UHTXLUHGEHFDXVHWKH&RQWUDFW*UDQW/RDQRU&RRSHUDWLYH$JUHHPHQWZLOO EHOHVVWKDQ $33(1',;$&)53$57±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³'LVFORVXUH)RUPWR5HSRUW/REE\LQJ´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¶V$XWKRUL]HG2IILFLDO BBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBBB1DPHDQG7LWOHRI6XE5HFLSLHQWVXEFRQWUDFWRU¶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aura Dhuwe Digitally signed by Laura Dhuwe DN: cn=Laura Dhuwe, o=DEM, ou=Mitigation, email=Laura.Dhuwe@em.myflorida.co m, c=US Date: 2022.06.23 13:52:20 -04'00' 23-JUN-2022 Laura Dhuwe Digitally signed by Laura Dhuwe DN: cn=Laura Dhuwe, o=DEM, ou=Mitigation, email=Laura.Dhuwe@em.myflorida.com, c=US Date: 2022.06.23 13:51:54 -04'00' Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1237 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Approve a Purchase Order to Consulting Engineering, Inc. of Kalispell, MT for acoustic leak detection in the amount of $200,000.00 pursuant to ITB 05-23, Acoustic Leak Detection, and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) #05-23, Acoustic Leak Detection, was issued on August 3, 2023. Three bids were received on September 1, 2023, with Consulting Engineering, Inc. as the lowest most responsible bidder, in accordance with the bid specifications. The work includes detecting and locating leaks in the City of Clearwater’s potable and reclaimed water (RCW) transmission and distribution systems. The leaks found would be repaired by in-house or contractual means. Engineer of record, CHA Consulting, Inc. evaluated the bids and recommends awarding the contract to Consulting Engineering, Inc. The project is anticipated to be completed within 365 calendar days from issuance of Notice to Proceed. This is a one year contract with three, one-year renewal options. The City of Clearwater Public Utilities Department is responsible for owning, operating, and maintaining the potable water and reclaimed water systems. APPROPRIATION CODE AND AMOUNT: 3217321-546900-96665 Page 1 City of Clearwater Printed on 10/10/2023 September 29, 2023 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 05-23, Acoustic Leak Detection, to Consulting Engineering Inc., the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $200,000 annually, for a period of one (1) year, with three (3), one (1) year extension options. This Award recommendation will be considered by the City Council at the October 16, 2023, Work Session (1:30 p.m.) and voted on at the October 18, 2023, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to Milisa Harris, Procurement Analyst at Milisa.Harris@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst 1) Consulting Engineering Inc 2) McKim & Creed, Inc 19655 Tanbark Lane 1365 Hamlet Ave Strongsville, OH 44149 Clearwater, FL 33756 440.238.9699 727.442.7176 Certified: SBE, MBE 3) Utility Services Associates, LLC 916 W Center St. Kalispell, MT 59901 877.585.5325 ADVERTISED: TAMPA BAY TIMES 8/9/2023 POSTED:myclearwater.com 08/03/2023-09/01/2023 FOR THE CITY OF CLEARWATER Due/Opening: September 1, 2023; 10:00 a.m. INVITATION TO BID No. 05-23 Acoustic Leak Detection Solicitation Response Listing CITY OF CLEARWATER ITB # 05-23, Acoustic Leak Detection NOTE: Highlighted Cell indicates a calculation correction. DUE DATE: September 1, 2023; 10:00 AM BID TABULATION SUMMARY VENDOR TOTAL BID PRICE Consulting Engineering Inc 199,771.00$ McKim & Creed 789,552.78$ Utility Services Associates, LLC 264,253.00$ NOTE: Items with a star ( ) indicates intent to award. CITY OF CLEARWATER NOTE: Highlighted Cell indicates a calculation correction. BID TABULATION Item No.Description Units Est. Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Emergency Mobilization/Demobilization & General Conditions1,3 (max $5,000)EA 5 $1,000.00 5,000.00$ $3,000.00 15,000.00$ $0.00 -$ 2 Non-Emergency Mobilization/Demobilization & General Conditions2,3 (max $3,000)EA 4 $750.00 3,000.00$ $2,500.00 10,000.00$ $2,171.00 8,684.00$ Maintenance of Traffic (MOT) 3a Two Lane and Multilane (FDOT Index No. 601)EA/DAY 75 $1.00 75.00$ $0.00 -$ $0.00 -$ 3b Two Lane and Multilane (FDOT Index No. 602)EA/DAY 75 $1.00 75.00$ $287.50 21,562.50$ $0.00 -$ 3c Two Lane, Two Way (FDOT Index No. 603)EA/DAY 75 $1.00 75.00$ $1,495.00 112,125.00$ $0.00 -$ 3d Two Lane, Two Way (FDOT Index No. 604)EA/DAY 75 $1.00 75.00$ $1,495.00 112,125.00$ $0.00 -$ 3e Two Lane Roadway (FDOT Index No. 606)EA/DAY 75 $1.00 75.00$ $0.00 -$ $0.00 -$ 3f Multilane (FDOT Index No. 613)EA/DAY 75 $1.00 75.00$ $920.00 69,000.00$ $0.00 -$ 3g Multilane Intersection (FDOT Index No. 615)EA/DAY 75 $1.00 75.00$ $920.00 69,000.00$ $0.00 -$ 3h Flagman HR 500 $8.00 4,000.00$ $62.30 31,150.00$ $0.00 -$ 3i Arrow Board - 5' Minimum Horizontal Size (where not included in Bid Item 3a - 3g)EA/DAY 75 $1.00 75.00$ $40.25 3,018.75$ $0.00 -$ 3j Variable Message Board (where not included in Bid Item 3a - 3g)EA/DAY 75 $1.00 75.00$ $69.00 5,175.00$ $0.00 -$ Subtotal Non Emergency Mobilization/Demobilization & MOT 12,675.00$ 448,156.25$ 8,684.00$ Owner's 10% Contingency 1,267.50$ 44,815.63$ 868.40$ Total MOT 13,942.50$ 492,971.88$ 9,552.40$ Plastic (PVC, PE, HDPE) (Inclusive all Labor, Equipment, and Report) 4a <4" diameter MILES 10 $225.00 2,250.00$ $347.00 3,470.00$ $298.00 2,980.00$ 4b 4-16" diameter MILES 145 $225.00 32,625.00$ $347.00 50,315.00$ $298.00 43,210.00$ 4c >16" diameter MILES 1 $225.00 225.00$ $347.00 347.00$ $298.00 298.00$ Metal (CI, DI, Galv) (Inclusive all Labor, Equipment, and Report) 4d <4" diameter MILES 1 $177.50 177.50$ $347.00 347.00$ $298.00 298.00$ 4e 4-16" diameter MILES 80 $177.50 14,200.00$ $347.00 27,760.00$ $298.00 23,840.00$ 4f >16" diameter MILES 3 $177.50 532.50$ $347.00 1,041.00$ $298.00 894.00$ Concrete (Inclusive all Labor, Equipment, and Report) 4g >16" diameter MILES 5 $225.00 1,125.00$ $347.00 1,735.00$ $298.00 1,490.00$ ITB #05-23, Acoustic Leak Detection DUE DATE: September 1, 2023; 10:00 AM Consulting Engineering Inc McKim & Creed Utility Services Associates, LLC Potable Water Leak Detection Unknown (Inclusive all Labor, Equipment, and Report) 4h Unknown Material/Diameter MILES 344 $225.00 77,400.00$ $347.00 119,368.00$ $298.00 102,512.00$ Subtotal Potable Water 128,535.00$ 204,383.00$ 175,522.00$ Owner's 10% Contingency 12,853.50$ 20,438.30$ 17,552.20$ Total Potable Water 141,388.50$ 224,821.30$ 193,074.20$ Item No.Description Units Est. Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Plastic (PVC, PE, HDPE) (Inclusive all Labor, Equipment, and Report) 5a <4" diameter MILES 2 $225.00 450.00$ $347.00 694.00$ $298.00 596.00$ 5b 4-16" diameter MILES 105 $225.00 23,625.00$ $347.00 36,435.00$ $298.00 31,290.00$ 5c >16" diameter MILES 2 $225.00 450.00$ $347.00 694.00$ $298.00 596.00$ Metal (CI, DI, Galv) (Inclusive all Labor, Equipment, and Report) 5d <4" diameter MILES 1 $177.50 177.50$ $347.00 347.00$ $298.00 298.00$ 5e 4-16" diameter MILES 18 $177.50 3,195.00$ $347.00 6,246.00$ $298.00 5,364.00$ 5f >16" diameter MILES 14 $177.50 2,485.00$ $347.00 4,858.00$ $298.00 4,172.00$ Concrete (Inclusive all Labor, Equipment, and Report) 5g >16" diameter MILES 1 $225.00 225.00$ $347.00 347.00$ $298.00 298.00$ Unknown (Inclusive all Labor, Equipment, and Report) 5h Unknown Material/Diameter MILES 5 $225.00 1,125.00$ $347.00 1,735.00$ $298.00 1,490.00$ Subtotal Reclaimed Water 31,732.50$ 51,356.00$ 44,104.00$ Owner's 10% Contingency 3,173.25$ 5,135.60$ 4,410.40$ Total Reclaimed Water 34,905.75$ 56,491.60$ 48,514.40$ Item No.Description Units Est. Quantity Unit Price Total Price Unit Price Total Price Unit Price Total Price Plastic (PVC, PE, HDPE) (Inclusive all Labor, Equipment, and Report) 6a 4-16" diameter MILES 22 $225.00 4,950.00$ $347.00 7,634.00$ $298.00 6,556.00$ 6b >16" diameter MILES 1 $225.00 225.00$ $347.00 347.00$ $298.00 298.00$ Metal (CI, DI, Galv) (Inclusive all Labor, Equipment, and Report) 6c 4-16" diameter MILES 6 $177.50 1,065.00$ $347.00 2,082.00$ $298.00 1,788.00$ 6d >16" diameter MILES 1 $177.50 177.50$ $347.00 347.00$ $298.00 298.00$ Unknown (Inclusive all Labor, Equipment, and Report) 6e Unknown Material/Diameter MILES 10 $225.00 2,250.00$ $347.00 3,470.00$ $298.00 2,980.00$ Subtotal Raw Water 8,667.50$ 13,880.00$ 11,920.00$ Owner's 10% Contingency 866.75$ 1,388.00$ 1,192.00$ Total Raw Water 9,534.25$ 15,268.00$ 13,112.00$ Subtotal 181,610.00$ 717,775.25$ 240,230.00$ Total Owner's Contingency 18,161.00$ 71,777.53$ 24,023.00$ Total Contract 199,771.00$ 789,552.78$ 264,253.00$ Grand Total 199,771.00$ 789,552.78$ 264,253.00$ Reclaimed Water Leak Detection Raw Water Leak Detection Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1152 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Declare list of vehicles and equipment surplus and authorize disposal through auction pursuant to Clearwater Code of Ordinances Section 2.623(6) and (8) and authorize the appropriate officials to execute same. (consent) SUMMARY: On August 4, 2022, Council approved the Vehicle Replacement List for fiscal year 2023, authorizing purchase of replacement vehicles and equipment. This agenda item is requesting Council to declare surplus the vehicles and equipment detailed to be replaced per the list and authorize disposal via auction through Tampa Machinery Auction of Tampa, FL pursuant to Section 2.623(6). Tampa Machinery Auction was competitively solicited by Pinellas county under Contract NO. 190-0534-R(JJ) valid through November 17, 2027. These vehicles and equipment have reached the end of their useful and economic life. Factors used to determine the end of useful and economic life include, but are not limited to: age, life to date, mileage/hours of operations, historical maintenance cost as compared to like vehicles, operating cost per mile/hour, anticipated and ongoing repairs, and physical condition. Additionally, Fleet will continue to bring forward agenda items for vehicles and equipment from the 2022/23 Vehicle Replacement List as their replacements are deemed road ready. Page 1 City of Clearwater Printed on 10/10/2023 ASSET #YEAR DESCRIPTION SERIAL NUMBER MILEAGE SURPLUS / DISPOSAL REPLACED BY G0329 1992 INGERSOL AIR COMPRESSOR 206932U1099 XXX AGE/MILEAGE/CONDITION XXXXX G0441 1983 HOMEMADE TRAILER CMP113 XXXX AGE/MILEAGE/CONDITION XXXXX G2034 1999 VERMEER DITCHER IVRSO72P8W1000827 190HR AGE/MILEAGE/CONDITION XXXXX G2040 1998 MILLER WELDING KJ224787 XXX AGE/MILEAGE/CONDITION XXXXX G2148 1999 COXCO TRAILER 47NA2547OXT47NOO6 XXX AGE/MILEAGE/CONDITION XXXXX G2541 2003 ALMAND ARROW BOARD 003AB03 XXXX AGE/MILEAGE/CONDITION XXXXX G2770 2003 EZGO 2112457 639HR AGE/MILEAGE/CONDITION G3897 G2944 1994 STOW CONCRETE MIXER 9407150 XXXX AGE/MILEAGE/CONDITION XXXXXXX G3234 2002 EZGO CART 2174779 755HR AGE/MILEAGE/CONDITION G5316 G3255 2006 IMPERIAL TRAILER 1Z9BU58896J213256 XXXX AGE/MILEAGE/CONDITION XXXXX G3497 2008 EZGO CART 1182504 XXXX AGE/MILEAGE/CONDITION G5317 G4267 2016 SILVERADO 1500 3GCPCNEH9GG170736 120496MI AGE/MILEAGE/CONDITION G5352 G4477 2017 TORO Z595D 400187217 1010HR AGE/MILEAGE/CONDITION G5381 G4485 2016 WANCO SIGN BOARD 5F15S0919G1010041 XXX AGE/MILEAGE/CONDITION XXXXX G4486 2016 WANCO SIGN BOARD 5F15S0917G1010040 XXX AGE/MILEAGE/CONDITION XXXXX G4620 2018 POALRIS RANGER 4XARVM991H8053229 1550 MI AGE/MILEAGE/CONDITION G5313 G4622 2018 POLARIS RANGER 4XARVM995H8054318 1951 MI AGE/MILEAGE/CONDITION G5312 G4762 2019 CLUB CAR RF1917-966352 3630HR AGE/MILEAGE/CONDITION G5264 G4805 2019 HURRICANE BLOWER 761HR AGE/MILEAGE/CONDITION XXXXX G4900 2020 KAWASAKI TRX500FA 1HFTE46E714500441 3866MI AGE/MILEAGE/CONDITION G5321 G4916 2008 CLUBCAR CARRYALL RF2023-081721 3200HR AGE/MILEAGE/CONDITION G5236 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1219 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Authorize purchase order(s) to multiple vendors as listed, for the maintenance, purchase and rental of generators, replacement parts, and services from October 1, 2023 through the duration of the respective contract term or through February 3, 2025, whichever comes first, in the cumulative not to exceed amount of $1,590,000.00 pursuant to Clearwater Code of Ordinances Sections 2.563(1)(a) ,Single Source, and 2.563(1)(c), Piggyback, and authorize the appropriate officials to execute same.(consent) SUMMARY: This authorization is for the maintenance, purchase and rental of generators, replacement parts, and services. Historically, most purchases and rentals for Building & Maintenance’s (B&M) and Public Utilities’ generators, as well as services, repairs, replacement parts, and load banking have been procured by piggybacking contracts or as single source. This request will follow the single source or piggyback contract(s) as listed below: Single Source: Ring Power Corporation: Single Source for Caterpillar engines Cummins, Inc: Single Source for Cummins engines Ring Power is Caterpillar’s only authorized representative to perform services and repairs on Caterpillar generators. Cummins is the only authorized representative to perform services and repairs on Cummins generators. Use of another company to perform these services and repairs may void portions of coverage still under warranty. Piggyback: Ring Power Corporation: Piggyback Sarasota County IFB #191778JSO ~ Service, Maintenance and Purchase of Xylem and Caterpillar Equipment valid through February 3, 2024, with one (1), one (1) year renewal option. This piggyback will be used for services. Ring Power Corporation and Cummins, Inc: Piggyback Sourcewell #092222 (State of Minnesota) (CAT & CMM) ~ Electrical Energy Power Generation Equipment with Related Parts, Supplies and Services valid through November 22, 2026. This piggyback contract will primarily be used for Caterpillar rentals as needed. Ring Page 1 City of Clearwater Printed on 10/10/2023 File Number: ID#23-1219 Power is the authorized Caterpillar dealer under this contract. This contract may also be used to procure Caterpillar and Cummins parts at a discounted rate. Mid-Florida Diesel, Inc Piggyback Hernando County ITB #23-TFG037/JG Generator Maintenance and Emergency Repair; valid through April 24, 2026, with two (2), one (1) year renewal options. This piggyback contract will be used as needed for the preventative maintenance of auxiliary (portable) power generators. APPROPRIATION CODE AND AMOUNT: 5666611-546500 3277327-563800-96664 Future fiscal year funds subject to annual budget approval Page 2 City of Clearwater Printed on 10/10/2023 Caterpillar: Confidential Green 5205 N O’Connor Blvd Ste. 100, Irving, TX 75039 Office: (309) 675-1000 Caterpillar Inc. Re: RING POWER CORPORATION To whom it may concern, Ring Power Corporation is a registered dealer for Caterpillar who is authorized to provide Equipment, Products and Services under Sourcewell Contract number 092222-CAT, as a subcontractor of Caterpillar Inc. Sourcewell members are authorized to use Sourcewell Contract No. 092222-CAT for purchase of Caterpillar products through our dealership network. Ring Power is the “sole source” for Caterpillar generators, parts, service, computer diagnostic software programs, and android apps, such as, but limited to, Cat ET (Electronic Technician), and Cat Inspect app. Pricing for this contract is provided at a discount off current year MSRP for the products or services on the contract. For additional information, contact your local distributor. Sincerely, Rachel Elsenbrook Electric Power Marketing Rep Caterpillar Inc. Solicitation 191778JSO Service, Maintenance, and Purchase for Xylem and Caterpillar Equipment Bid Designation: Public Sarasota County %LG-626DUDVRWD&RXQW\ $0 S Bid 191778JSO Service, Maintenance, and Purchase for Xylem and Caterpillar Equipment %LG1XPEHU-62 %LG7LWOH6HUYLFH0DLQWHQDQFHDQG3XUFKDVHIRU;\OHPDQG&DWHUSLOODU(TXLSPHQW Bid Start Date 6HS30('7 Bid End Date 2FW30('7 Question & Answer End Date 2FW30('7 %LG&RQWDFW-RVH6RWR 2)0-3URFXUHPHQW - MVRWR#VFJRYQHW &RQWUDFW'XUDWLRQ3 years &RQWUDFW5HQHZDODQQXDOUHQHZDOV 3ULFHV*RRGIRU120 days Pre-%LG&RQIHUHQFHSep 30, 2019 2:00:00 PM EDT Attendance is optional Location: Sarasota County Operations Center Conference Room # 2 1001 Sarasota Center Blvd. Sarasota, FL 34240 Bid Comments Sarasota County (³County´),a political subdivision of the State of Florida, will receive bids on the date indicated in BidSync for the purpose of selecting a supplier or suppliers to provide the service, maintenance, and purchase of Xylem and Caterpillar equipment for an initial term of three years. Required Vendor Qualifications NO LOBBY, IMMIGRATION, LEGAL NAME Item Response Form ,WHP191778JSO--01-01 -CATEGORY 1 -CATERPILLAR BRAND: Caterpillar Bid Form 4XDQWLW\1 each Prices are not requested for this item. 'HOLYHU\/RFDWLRQSarasota County No Location Specified Qty 1 Description Must upload a completed copy of 191778JSO_Caterpillar Bid Form for the purpose of identifying line item pricing. Required pursuant to Part I, Section 8.5.1. ,WHP191778JSO--01-02 -&$7(*25<- CATERPILLAR BRAND: Caterpillar Credentials - Required 4XDQWLW\1 each %LG-626DUDVRWD&RXQW\ $0 S Prices are not requested for this item. 'HOLYHU\/RFDWLRQSarasota County No Location Specified Qty 1 DescriptionMust upload credentials for the purpose of identifying the Bidder is authorized to perform corrective maintenance, supply original PDQXIDFWXUHSDUWVDQGZDUUDQW\ZRUNRQ&DWHUSLOODUHTXLSPHQW5HTXLUHGSXUVXDQWWR3DUW,6HFWLRQ ,WHP191778JSO--01-03 -&$7(*25<- CATERPILLAR BRAND: Caterpillar Total Extended Bid Price 4XDQWLW\1 lump sum 8QLW3ULFH 'HOLYHU\/RFDWLRQSarasota County No Location Specified Qty 1 Description Total extendedELGSULFHIURP&DWHUSLOODU%LG)RUP 5HTXLUHG ,WHP191778JSO--02-01 -&$7(*25<- XYLEM BRAND: Xylem Bid Form 4XDQWLW\1 each Prices are not requested for this item. 'HOLYHU\/RFDWLRQSarasota County No Location Specified Qty 1 Description Must upload a completed copy of 191778JSO_Xylem Bid Form for the purpose of identifying line item pricing. Required pursuant to Part I, Section 8.5.2. ,WHP191778JSO--02-02 -&$7(*25<- XYLEM BRAND: Xylem Credentials - Required 4XDQWLW\1 each Prices are not requested for this item. 'HOLYHU\/RFDWLRQSarasota County No Location Specified Qty 1 Description Must upload credentials for the purpose of identifying the Bidder is authorized to perform corrective maintenance, supply original PDQXIDFWXUHSDUWVDQGZDUUDQW\ZRUNRQ;\OHPHTXLSPHQW5HTXLUHGSXUVXDQWWR3DUW,6HFWLRQ ,WHP191778JSO--02-03 -&$7(*25<- XYLEM BRAND: Xylem Total Extended Bid Price 4XDQWLW\1 lump sum 8QLW3ULFH 'HOLYHU\/RFDWLRQSarasota County %LG-626DUDVRWD&RXQW\ $0 S No Location Specified Qty 1 Description Total extendedELGSULFHIURP;\OHP%LG)RUP 5HTXLUHG %LG-626DUDVRWD&RXQW\ $0 S INVITATION FOR BIDS (“IFB”) - PART I IFB Part I Rev. 02/05/19 Page 1 of 6 IFB #: 191778JSO IFB TITLE: Service, Maintenance and Purchase of Xylem and Caterpillar Equipment 1.0 PURPOSE Sarasota County (“County”), a political subdivision of the State of Florida, will receive bids on the date indicated in BidSync for the purpose of selecting a supplier or suppliers to provide service, maintenance, and the purchase of Xylem and Caterpillar equipment as stated herein for an initial term of three (3) years. Bidders are required to comply with Part II, Scope of Services. 2.0 BIDDER 2.1 For the purpose of this IFB, the term “Bidder” (also identified as “Offeror”) is defined as the legal entity submitting a bid and/or identified on the electronic bid submittal. 2.2 Bidders intending to submit a bid as a joint venture with another company must provide documentation attesting to the formation of that joint venture with their bid submittal. 2.2.1. Bidders proposing to engage in construction contracting as a joint venture or partnership must apply for registration with the State of Florida, Department of Business and Professional Regulation and any other state or local licensing agencies, as required by Florida State Statute 489.119, prior to the date bids are due. 3.0 BACKGROUND Sarasota County recognizes the need for properly maintaining and servicing equipment to best serve the public. Sarasota County requires proper maintenance and service by qualified contractors of our 72 Xylem and 62 Caterpillar generators, pumps, ancillary parts, and equipment located throughout the County. 4.0 QUALIFICATIONS 4.1 Required Credentials 4.1.1. Category 1 – Caterpillar Equipment a. Bidder must provide credentials attesting they are an approved representative for Caterpillar equipment and authorized to perform corrective maintenance, supply original manufacture parts, and warranty work on said equipment. b. Failure to submit proof of required credentialsat time of bid submittal may result in Bidder being declared non-responsive. 4.1.2. Category 2 – Xylem Equipment a. Bidder must provide credentials attesting they are an approved representative for Xylem equipment and authorized to perform corrective maintenance, supply original manufacture parts, and warranty work on %LG-626DUDVRWD&RXQW\ $0 S INVITATION FOR BIDS (“IFB”) - PART I IFB Part I Rev. 02/05/19 Page 2 of 6 said equipment. b. Failure to submit proof of required credentialsat time of bid submittal may result in Bidder being declared non-responsive. 4.2 Required Experience 4.2.1. Category 1 – Caterpillar Equipment – Bidder must provide a minimum of one (1) verifiable reference demonstrating their experience providing service, maintenance and parts for Caterpillar equipment within the past five (5) years. a. A single reference may be used to verify both preventive and corrective maintenance. Only references submitted at the time of bid submittal will be used to verify qualifications have been met. 4.2.2. Category 2 – Xylem Equipment – Bidder must provide a minimum of one (1) verifiable reference demonstrating their experience providing service, maintenance and parts for Xylem equipment within the past five (5) years. a. A single reference may be used to verify both preventive and corrective maintenance. Only references submitted at the time of bid submittal will be used to verify qualifications have been met. 5.0 ALTERNATES 5.1 Unless otherwise specifically provided in Part II of this IFB, reference to any equipment, material, article or patented process, by trade name, brand name, make or catalog number, shall be regarded as establishing a minimum standard of quality and shall not be construed as limiting competition. 5.2 If a Bidder wishes to make a substitution in the specifications, the Bidder shall furnish to the County the name of the manufacturer, the model number, and other identifying data and information necessary to aid the County in evaluating the substitution. Any such substitution shall be subject to County approval. Substitutions shall be approved only if determined by the County to be equivalent to the prescribed specifications. 5.3 To be considered, substitutions must be submitted electronically with the bid submittal. 5.4 A bid containing a substitution is subject to disqualification if the substitution is not approved by the County. Items bid must be identified by brand name, number, manufacturer and model, and shall include full descriptive information, brochures, and appropriate attachments. 6.0 PRE-BID CONFERENCE AND/OR SITE VISIT 6.1 All conferences and site visits will take place at the time, date and location specified in BidSync. There will be a mandatory pre-bid conference or site visit There will be a non-mandatory pre-bid conference or site visit %LG-626DUDVRWD&RXQW\ $0 S INVITATION FOR BIDS (“IFB”) - PART I IFB Part I Rev. 02/05/19 Page 3 of 6 No pre-bid conference or site visit is scheduled 6.2 Failure by a Bidder to attend a mandatory pre-bid conference or site visit will result in their bid being considered non-responsive. 6.3 When applicable, Bidders are advised to visit each location to familiarize themselves with all work areas. Failure to do so will in no manner relieve the Bidder from furnishing materials or services that may be required to carry out and complete the contract in accordance with the intent of the specifications listed herein. 6.4 Questions asked at a pre-bid conference will be formally answered via an addendum. Bidders shall not rely on oral communications. 7.0 SUBMITTAL INSTRUCTIONS 7.1 Bids must be submitted electronically in BidSync no later than the bid end date specified in BidSync. Bids submitted by any other method will not be accepted. The County assumes no responsibility for any bids received after the bid end date. Late submittals will not be accepted. 7.2 Bids submitted cannot be viewed by anyone other than the Bidder until the official bid opening occurs. Submitted bids will be made public in accordance with Florida Public Record laws found in Ch. 119, F.S. 8.0 SUBMITTAL DOCUMENTS 8.1 Electronic Forms - The forms below are provided as attachments to this IFB. Failure to complete and submit any of the forms electronically with your submittal cause a Bidder to be declared non-responsive. 8.1.1.Reference Form –Minimum of one (1) verifiable reference is required for each Category bid. Bidders are not required to bid on both categories to be considered for award. Required Not Applicable 8.1.2.Local Business Certification –Select “N/A” on the Local Business Certification if you do not qualify as a local business. Required Not Applicable 8.1.3.Other:N/A 8.2 Required Qualification Documents – All Bidders must complete the qualifications listed below in BidSync prior to the submittal due date and time. Failure to complete any of the required qualifications by the specified due date and time, may cause a Bidder to be declared non-responsive. 8.2.1.(REQUIRED) NO LOBBY: All Bidders must complete a No Lobby qualification in BidSync prior to the submittal due date and time. %LG-626DUDVRWD&RXQW\ $0 S INVITATION FOR BIDS (“IFB”) - PART I IFB Part I Rev. 02/05/19 Page 4 of 6 8.2.2.(REQUIRED) IMMIGRATION:All Bidders must verify they meet Federal and State employment eligibility requirements by completing the Immigration Qualification (Employment Eligibility) in BidSync prior to the submittal due date and time. 8.2.3.(REQUIRED) LEGAL NAME:All Bidders must provide the legal name of the organization submitting the bid by completing the Legal Name qualification in BidSync prior to the submittal due date and time. 8.3 JV (Joint Venture):Bidders submitting as a joint venture or partnership must complete the JV qualification (and upload all required joint venture documentation) in BidSync prior to the submittal due date and time. 8.4 PR (Public Records Disclosure):Bidders claiming an exemption from public records disclosure under Florida public records law must complete the PR qualification (and upload all required documentation) in BidSync prior to the submittal due date and time. 8.5 Attached Documents: The documents listed below are provided as attachments to this IFB and must be completed and uploaded as an attachment with your submittal. Failure to provide any of the required documents electronically with your bid submittal may be cause to declare a Bidder non-responsive. 8.5.1.191778JSO_Caterpillar Bid Form –Upload a completed copy to BidSync. Required for Caterpillar Not Applicable 8.5.2.Caterpillar Equipment Credentials –Upload a copy to BidSync. Required for Caterpillar Not Applicable 8.5.3.191778JSO_Xylem Bid Form –Upload a completed copy to BidSync. Required for Xylem Not Applicable 8.5.4.Xylem Equipment Credentials –Upload a copy to BidSync. Required for Xylem Not Applicable 9.0 AWARD 9.1 It is the intent of the County to award a contract to the responsive and responsible Biddersubmitting the lowest price per category. Unless otherwise noted, Bidders must submit a price for every line item in a category to be considered for award of that category. 9.1.2. Category 1 – Caterpillar Equipment – A contract will be awarded to the lowest responsive and responsible bidder for Category 1. 9.1.1. Category 2 –Xylem Equipment –A contract will be awarded to the lowest responsive and responsible bidder for Category 2. 9.2 In the event of a tie, the IFB tie-breaking procedures identified in the Sarasota County Procurement Manual will apply. %LG-626DUDVRWD&RXQW\ $0 S INVITATION FOR BIDS (“IFB”) - PART I IFB Part I Rev. 02/05/19 Page 5 of 6 9.2.1. To be considered, tied Bidders will be required to provide documentation certifying they have implemented a drug-free workplace program meeting the requirements stipulated in Section 287.087, Florida Statutes. Documentation must be provided within the time specified by the County at the time of request. 9.3 Local Preference In awarding this bid, preference shall be given to local businesses in accordance with Section 2-215 of the Sarasota County Procurement Code. Local preference does not apply in the award of this bid, due to Grant funding requirements. 10.0 PRICING 10.1 Contractor pricing submitted shall remain firm for the initial term. 10.2 As applicable, all trip charges, mileage, vehicle charges, travel time and labor are to be included in the hourly rate. Only time on the job site may be charged. 10.3 As applicable, estimated usage for each item is listed in the bid. This is an estimated figure only and no guarantee is made or implied as to the actual quantities that will be acquired under resulting contracts. Quantities listed herein are subject to increase or decrease during the term of the contract. In either occurrence, the Offeror will perform the work at the unit price as bid. The County, at its discretion, may authorize an initial contract for a greater not-to-exceed amount than that submitted by the Bidder. 11.0 COUNTY WORKPLACE POLICY COMPLIANCE 11.1 Smoking – Smoking is not permitted inside any County facility. Smoking is restricted to designated smoking areas outside a facility. 11.2 Parking – The Bidder’s representatives shall abide by all parking restrictions. The Bidder’s vehicles are subject to the same restrictions, limitations, fines and tickets as posted for any other vehicle. Where time limit restrictions exceed the required time to provide services, arrangements shall be made in advance. 11.3 Alcohol/Drugs – Service personnel under the influence of alcohol and/or non-prescription drugs are not permitted to work in County facilities. Any person known or thought to be under these influences will be escorted off County property. 11.4 Security -The Biddermust adhere to all Sarasota County security procedures. The Bidder’s work force shall be made up of persons legally authorized to perform work in the United States. The Bidder shall, at the County’s request, submit the following information for each of their employees: name, date of birth, social security number and green card (if applicable). 11.5 Identification - The Bidder shall require all employees to visibly wear identification while on County property. Said identification shall contain a color photograph of the employee, the name of the employee and the name of the company. The Bidder shall require all employees to wear a company uniform, which shall include the name of the employee and %LG-626DUDVRWD&RXQW\ $0 S INVITATION FOR BIDS (“IFB”) - PART I IFB Part I Rev. 02/05/19 Page 6 of 6 the company. Persons not conforming to this requirement may be denied access to the building.Denial of access does not alleviate the Bidder’s responsibilities herein. 12.0 CONTINGENCY Only applicable if this box is checked. If during the performance of construction or repair work, an unforeseen circumstance occurs that triggers an additional expense, a contingency of up to 10% may be allowed. Any use of contingency funds is subject to the written approval of the County project manager, and any unused contingency shall not be paid out as a part of any final payment. %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES The following applies to both Category 1 and Category 2 with the exception of Section 3, Load Testing which only applies to Category 1. 1. CONTRACTOR RESPONSIBILITIES A. The Contractor shall furnish all the labor, equipment, and materials required to perform the work as described herein in accordance with manufacturer’s specifications on equipment. i. All pricing shall be inclusive of supervision, driving time, and all other expenses necessitated to perform any preventive or corrective maintenance. ii. Labor costs are inclusive of on-site and shop costs. B. The Contractor shall maintain a safe and clean work zone and comply with all Federal, State, and local laws, ordinances, codes, and regulations. C. The Contractor shall have at least one employee on site that can effectively communicate in English with the County staff and the public. i. All Contractor’s personnel shall have access to cell phone or radio to communicate with the Contractor or the County. D. The Contractor shall provide a qualified employee who shall be present during the course of work, who shall act as a fully authorized agent of the Contractor and who is capable of making on-site decisions. The agent shall be knowledgeable about all procedures and practices applicable to the contracted service requirements and conditions. E. The Contractor shall be responsible for damages to County or third-party property caused by the Contractor or their employees. Restoration shall be made to the County’s satisfaction. F. The Contractor shall document and report all safety-related incidents on the project site immediately to the County’s Site Manager and the County’s Administrative Agent. G. The Contractor shall participate in performance or project report meetings as deemed necessary by the County. H. All Contractor’s vehicles shall have identification and be equipped with proper safety equipment as deemed required by transportation authorities. I. When requested by the County’s Administrative Agent and within five business days of request, the Contractor shall provide a written contingency plan for an All Hazards, Emergency Response Plan which shall identify pre- %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES event and post-event preparations for their equipment on site and their continuity of operations program. The Contractor shall address reliability in their All Hazards Emergency Response Plan to show how their continuity of operations in adverse situations will meet the reliability expectations of the County. For instance: tropical storm, hurricane or similar adverse conditions. J. The Contractor shall document and coordinate with County personnel in correcting any malfunction or repair of any equipment or system. K. The Contractor shall sign in and sign out where required. 2. COUNTY’S RESPONSIBILITIES A. The County shall ensure the Contractor with adequate space for the equipment and materials required to perform their work. B. The County will ensure there is a continuous supply of electricity during work and also ensure all circuit breakers are ground-fault protected. 3. LOAD TESTING A. Load Testing is only applicable to Category 1 - Caterpillar equipment. B. The County reserves the right to request a load test with a Portable Load bank. i. The test shall last one hour. ii. A written load test report shall be submitted to the County representative requesting the test within one week of completion. iii. When requested, this load test shall be required once per year. iv. The price for providing this test shall be quoted by the Contractor in advance, as per the unit fees provided as bid line items 7 and 8 under Corrective Maintenance. v. At no time shall the Contractor be authorized to transfer load to any generator set without the prior approval of the County representative responsible for the generator set. C. The Contractor shall change equipment motor oil and filter, coolant, fuel, and air filters as specified by the manufacturer and submit documentation showing proper and legal disposal of the used oil and filters. Documentation shall be provided to the County representative within one week of disposal. %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES i. The Contractor shall change equipment motor oil and filter and inspect hoses and belts (replacing as necessary) every 500 hours of operation or annually, whichever comes first or according to the manufacturer’s maintenance specifications if they call for more frequent intervals. ii. Inspection of air filters every 1,000 hours of operation or annually, whichever comes first or according to the manufacturer’s maintenance specifications if they call for more frequent intervals. 4. PREVENTATIVE MAINTENANCE A. Preventative Maintenance shall be performed on a routine basis as prescribed in the Fee Schedule. At the start of the Contract, the County and the Contractor shall create a mutually agreeable schedule for Preventative Maintenance. The Contractor shall perform routine maintenance and testing procedures on equipment in accordance with manufacturer’s specifications and follow the Operations & Maintenance (O&M) specifications for the equipment for startup, shutdown, and malfunction response plan. In addition, Contractor shall also comply with all other requirements outlined under this section. B. The Contractor shall review previous test reports, and if necessary, consult County's representative for their comments on performance and knowledge of present test schedule. C. The Contractor shall document and coordinate with County personnel of any deficiencies of equipment or systems found during Preventative Maintenance. i. Deficiencies found during Preventative Maintenance shall be repaired pursuant to Section 6,Corrective Maintenance. D. The Contractor shall make 360 degree walk around physical inspection. E. The Contractor shall only use original equipment from the manufacturer. F. The Contractor shall perform the following checks on the engine mounted radiator cooling system: i. Cooling level. ii. Inhibitor strength. iii. Anti-freeze strength. iv. Cap seal-spring tension. %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES v. Hose condition plus clamps. vi. Re-check level after starting. vii. Current run hours. G. The Contractor shall check if the inlet and discharge louvers open properly on the air handling system. H. The Contractor shall perform the following on the air induction system: i. Air cleaner-remove and perform a light test. ii. Observe turbo wheel - free - play – check for dirt inside the air cleaner. iii. Check air cleaner gasket seal. I. The Contractor shall perform the following on the fuel system: i. Check main tank level. ii. Check for water and sediment. iii. Check for algae. iv. Drain water and sediment from day tank. v. Test level controls and alarms. vi. Check fuel transfer pump. vii. Clean primary filter. viii. Visually inspect complete fuel piping system. ix. Secure vents and bleed screws. x. Observe fuel pressure. xi. Inspect condition of flex fuel lines. J. The Contractor shall perform the following on the starting system: i. Conduct startup in accordance with the O&M Manual. ii. Check jacket water temperature before starting. %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES iii. Cycle thermostat on jacket water heater. iv. Check battery voltage, charger on. v. Turn charger off, check electrolyte. vi. Check battery terminals, inner connectors. vii. Perform voltage drop test. viii. Start engine, then time initial crank to load voltage time starter disengagement. ix. Verify that the engine’s idle time during start up is less than 30 minutes. If the idle time during start up is 30 minutes or more, coordinate with County personnel to adjust the idle time during startup to be less than 30 minutes. x. Check starting and control connections in junction box, cranking panel and automatic transfer switch. xi. Check relays in cranking panel. xii. Turn battery charger on. Observe charge rate, voltage. K. The Contractor shall perform the following on the governor, hydraulic type: i. Test remote motor control if applicable. ii. Check and lubricate linkage. iii. After starting check stability and response. L. The Contractor shall check the safety shut-off and alarms for proper operation. M. The Contractor shall start, observe and log the following on the engine and generator instruments: i. Jacket water temperature ii. Oil pressure iii. Fuel pressure iv. Alternating Current (AC) ammeter %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES v. AC voltmeter N. If any readings are suspect, the Contractor shall verify with the master instrument. O. For any generators with Continuous Parameter Monitoring Systems (CPMS), the Contractor shall operate and maintain the CPMS system in accordance with the CPMS Monitoring Plan in the O&M Manual. i. Collect, monitor, and document continuous data from the CPMS system showing the engine is operating within the emission and operating limitations to be provided. ii. If at any time the emission or operating limitations are not met, it must be documented and promptly reported to County personnel along with recommendations for corrective action immediately. P. The Contractor shall check unit for vibration both horizontal and vertical. Q. The Contractor shall check crankcase pressure. R. The Contractor shall check and maintain the Crankcase Ventilation System in accordance with O&M Manual. S. The Contractor shall observe exhaust characteristics including, but not limited to, flexibility, any condensation build up, soot deposits, and the like. T. The Contractor shall prep any rust spots on fuel tank and then spray with a rust inhibiting, outdoor, heat tolerant, metal spray paint in black. U. The Contractor shall check the following on the lube oil: i. Check level before starting, drain or fill. ii. Check records for service date. V. The Contractor shall perform the following on the generator: i. Inspect and lubricate rear bearing if necessary. ii. Observe air gap, dirt build-up on rotating parts. iii. Inspect all loose wiring for wear. iv. Verify good AC connections. v. Check terminal connections to voltage regulator and field. %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES vi. Check and lock voltage adjust rheostat, droop potentiometer and gain control. vii. Use a Megger to measure all phases to ground (not necessary in dry indoor applications). viii. Observe air flow and balance while running ix. Secure all screens, clean if necessary. x. Record regulation, response time and stability. W. The Contractor shall perform the following on the exhaust system: i. Inspect for possible leaks and fire hazard. ii. Drain moisture traps. iii. Check for allowance for growth at full load. iv. For engines requiring, operate and maintain the Oxidation Catalyst in accordance with the O&M Manual and manufacturer’s instructions. The Contractor shall document and coordinate with County personnel in correcting any malfunction of the Catalyst system. X. The Contractor shall perform the following on the automatic transfer switch: i. Lubricate solenoid plunger and mechanical linkage. ii. Verify condition of all load contacts. iii. Check operation of: a. Time delay-engine start. b. Time delay-retransfer. c. Cool down timer. d. Clock exerciser. Y. The Contractor shall perform the following during termination of test: i. Cranking control-on automatic. ii. Circuit breaker-closed. %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES iii. Voltage regulator switch on (fuse good). iv. Phase selector switch 1-2-3 position. v. Battery charger on. vi. Fuel transfer pump-on. vii. Fuel valves-open. viii. Jacket water heater-on. ix. Remote radiator fan-on. x. Auxiliary water pump-on. xi. Louvre motor control feed-on xii. Jacket water shutoff valves-open. xiii. For the engines with CPMS, conduct shutdown in accordance with the O&M Manual. Z. The Contractor shall also perform the following preventative maintenance inspections at a generator site: i. Fuel Cell ii. Day Tank(s) for fuel iii. Fuel lines and peripheral devices iv. Fuel leak detection systems v. Air intake and exhaust systems vi. Engine exhaust systems vii. Battery charging systems viii. Generator set(s) ix. Transfer switches x. Oxidation Catalyst xi. Continuous Performance Monitoring System (CPMS) %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES xii. Crankcase Ventilation System AA. The Contractor shall also perform the following preventative maintenance inspections at a pump site: i. Inspect pump and remove dirt, debris, tools, etc. Open volute and discharge drains valves and remove any product from pump. Visually inspect volute from suction flange for any obstructions and remove accordingly. ii. The Contractor shall check for proper front and rear wear plate clearances with impeller. iii. The Contractor shall disconnect ejector assembly and inspect for wear and condition of O rings and nozzle, clean venturi, remove housing, and check condition of ball, seat and screen. iv. The Contractor shall drain oil from mechanical seal and replace. v. The Contractor shall check and replenish grease at Motor Adaptor. vi. The Contractor shall check compressor timing belt tension. vii. The Contractor shall inspect compressor oil for damage, air lines, and leaks. viii. If pump is trailer mounted, check for proper operation of jack stands, tire pressure, wheel bearings, fuel tank cap, and hitch fittings. ix. Record vacuum gauge readings. BB. The Contractor shall perform, upon request, an "Operability Test" on each generator in compliance with applicable regulations and codes that meet or exceed the requirements of the agency having jurisdiction over that generator. This Operability Test shall be furnished to the County within thirty days of the request and shall be invoiced at the Service Technician Regular Hourly rate. 5. AS NEEDED REPORTING REQUIREMENTS A. The Contractor shall complete an inspection/checklist form to report on all tests performed and submit this form to the County contact responsible for that particular generator. This form submittal is required, and invoices will not be approved for payment until the completed form has been submitted to the County’s satisfaction. The County shall approve the inspection sheet used by the Contractor prior to first use. The Contractor must note any deficiencies or significant problems and report them to the user department %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES within 24 hours of finding. All maintenance records and completed inspection forms shall be submitted to the County within three days of maintenance being performed. Maintenance records are required to be kept on site for two years. B. The Contractor shall provide an annual inspection summary report listing all generators maintained and/or serviced for the previous 12 months and submit to the user department representative and County Administrative Agent by January 30 each year. C. The Contractor shall comply with all reporting requirements of 40 Code of Federal Regulations (CFR) Part 63, Subpart ZZZZ, 40 CFR Part 60, Subpart JJJJ, 40 CFR Part 60, Subpart IIII, and Florida Department of Environmental Protection for all generators listed in these Technical Specifications. i. The Contractor shall prepare and submit to the County Administrative Agent the required semi-annual reports 30 days prior to the reporting date required under the rule. ii. The Contractor shall prepare and submit to the County Administrative Agent all required notifications 30 days prior to the notification date required under the rule. 6. CORRECTIVE MAINTENANCE / RESPONSE TIME A. On an as-needed basis, the Contractor shall perform Corrective Maintenance service. Corrective Maintenance is defined as unscheduled maintenance events and services. B. Service requests shall be dispatched by the County by means of a telephone call or e-mail and followed up with a Work Order (WO). This work order number must be referenced on all correspondence to each job including the final invoice to the County. C. The Contractor shall be issued a Purchase Order (PO). The PO will be accompanied by a WO which will identify the location and describe the work to be performed with the required deadline to complete the work, as well as the County’s contact for the site. D. The County shall designate all service requests as either an emergency or a non-emergency situation. E. Dispatch: i. Non-Emergency/Regular hours: The Contractor shall verbally respond to the initial request for maintenance or repair service within twenty-four %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES hours. The County reserves the right to schedule time and dates for non- emergency services to be performed. a. When a project estimate is requested by the County, the Contractor shall verbally respond to the initial request within 24 hours and provide the written estimate within five business days of the initial request. ii. Emergency/After Hours: The Contractor shall verbally respond to the initial request for emergency repair service within one hour of notification and shall have a qualified service person on the job site within two hours of the initial request. a. The Contractor shall provide a cellular telephone number for 24-hour contact between Sarasota County representatives and the Contractor’s representative. F. In the event repairs cannot be completed with the initial response, the Contractor shall make every effort to provide limited repair to the equipment such as that it can function effectively until complete restoration can be made. G. The Contractor shall respond in writing as to the status of all work within 24 hours. H. The Contractor shall complete work orders no more than thirty business days after receipt. Any request for extension must be approved in writing by the County Site Manager identified on the Work Order 7. COUNTY WORK MANAGEMENT SYSTEM (WMS) A. The County operates a computer-based work management system (WMS). The Contractor shall utilize the WMS via an Internet website for receiving work orders and reporting performance. The Contractor’s employees designated to schedule and manage work may attend a WMS training session provided by the County to learn how to properly use the website. This training session is expected to last no longer than four hours. The costs associated with this training and utilization of the WMS shall be considered overhead and incidental to the Contract. There is no separate payment for the Contractor’s attendance at the WMS training. There is no requirement to purchase software for utilizing the WMS. End user is only required to install a specific web-browser in order to access the WMS website. B. End user shall maintain computing equipment with the following minimum specifications to run the County’s WMS: %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES i. Any tablet, device, or personal computer running the latest IOS or Windows operating systems. ii. Safari or Chrome is required to access the website. iii. High speed internet connection 8. NEW EQUIPMENT, PARTS, MATERIALS A. If new equipment and additional parts or material are necessary to repair or replace an existing piece of equipment, the Contractor shall furnish a written quote to the County. The quote shall include the Contractor’s evidence of the direct cost for parts and materials, plus the markup percentage as listed on the contract’s approved fee schedule. Only after approval from the County shall the Contractor supply the products. B. The County reserves the right to directly purchase equipment or parts for the Contractor to install without the addition of the Contractor’s percentage markup. Sarasota County my directly purchase any parts in order to provide cost savings, when applicable, in terms of requirements. C. All parts supplied or installed shall meet original equipment manufacturer (OEM) specifications. 9. SUBCONTRACTING A. Any use of subcontractors must be pre-approved in writing by the County. Changes to subcontractors shall not be permitted without prior written approval from the County. B. The Contractor shall be reimbursed for the cost of the subcontractor plus the percent markup listed on the contract Fee Schedule. C. Copy of the subcontractor's invoice to the Contractor must be submitted with Contractor's invoice. 10. SUPERVISION AND INSPECTIONS The County will randomly visit all buildings/facilities to ensure that the Contractor’s schedules and performance are in accordance with all specifications listed herein. 11. BACKGROUND CHECKS A. Contractor’s personnel may be required to have unescorted access to judicial offices and other areas containing certain criminal justice records and is now required by federal and state law to submit to an electronic criminal background check, fingerprinting and a biannual short training %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES program provided by the Florida Department of Law Enforcement (FDLE). An authorization and consent for release of personal information form must be completed and acknowledges that Sarasota County Government and the Sarasota County Sheriff’s Office may conduct an investigation of criminal history information on file in local, state or federal agencies. A Secure CJIS Facilities Addendum is attached hereto and incorporated herein, and details the security requirements. B. All Contractor personnel who will perform services in designated Sarasota County facilities must pass FDLE’s Criminal Justice Information Services (CJIS) background checks. Sarasota County will provide the forms to the Contractor for completion. Said forms will be forwarded to the County to perform the background checks for acceptance or rejection before the Contractor’s personnel may enter County facilities to provide the services herein described. C. The County reserves the right, in its sole discretion, to preclude or deny access to any person known to be or thought to be a security risk. Failure of the Contractor’s personnel who will perform services in Sarasota County facilities to pass the CJIS clearance may result in termination of the Contract. D. The Contractor shall ensure that unauthorized persons cannot gain access to rooms, areas, or building under the control of its personnel. At no time shall the Contractor violate building and/or room security by propping doors open and leaving them unattended, unless the County has provided its own security door monitor. All entrance and exit doors shall be secured at all times. E. Contractor staff working in the Judicial Center for the 12 th Judicial Circuit Court will also be required to complete an “Authorization and Consent for Release of Personal Information and Criminal Background Check” form provided by the Court. F. All work performed at the County’s jail facilities shall require the Contractor’s employees to provide a Vendor Tool Inventory pursuant to the rules and regulations of the Sarasota County Sheriff’s Office. The County’s jail facilities shall provide the Contractor’s employees with the Vendor Tool Inventory form to complete as directed by County Jail staff. The Vendor Tool Inventory form requires the Contractor to list all inventory brought into the jail and out of the jail, which shall be verified by County jail staff. The Contractor’s tools, supplies, and equipment shall, at all times, remain in the direct physical possession and control of the Contractor. Any missing tools, supplies, or equipment shall be reported to the Jail Receiving Deputy or designee as soon as it is known. %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES 12. SECURITY REQUIREMENTS A. The Contractor shall not fraternize with inmates or otherwise engage in activities with inmates that could endanger anyone's life, liberty, or property, or disrupt detention or court operations. The Contractor shall not pass or deliver any item or information to inmates or from one inmate to another inmate or accept or provide any gift from an inmate. B. The Contractor shall permit the security of the institution to be maintained at all times. Contractor shall cooperate fully with agency authorities regarding institution security; security measures under the general direction of the agency and the maintenance supervisors shall be observed. 13. PERMITS The Contractor is responsible for determining if a permit is required for any Work Order and shall obtain all necessary permits. The Contractor’s invoices for permits must include supporting documentation, clearly showing the cost paid out-of-pocket by the Contractor for the permit. The Contractor shall be reimbursed for the cost of the permit fee only. No percent markup shall be paid to the Contractor for permit fees. 14. WARRANTY All work and materials provided by the Contractor shall be fully warranted from the date of County’s acceptance of the work for a period of one year, or for the standard warranty period provided by the Contractor or by the materials manufacturer, whichever is greater. 15. HOURS OF WORK A. Standard working hours are defined as Monday through Friday between 7:00 a.m. - 5:00 p.m. i. Weekend, after/early hours, and Holiday work may be performed upon written approval of the County. There shall be no additional cost considered for working these hours for convenience. 16. INVOICING A. The Contractor’s Corrective Maintenance invoices shall include the PO and WO numbers. B. The Contractor shall provide supporting documentation for each invoice submitted to the County. %LG-626DUDVRWD&RXQW\ $0 S PART II SCOPE OF SERVICES C. All Preventive Maintenance shall be provided during normal business hours at the rate provided on the Fee Schedule for Preventive Maintenance. D. All Corrective Maintenance provided during normal business hours will be paid at the Non-Emergency/Regular Hours hourly rate as provided on the fee schedule. E. All Corrective Maintenance provided after normal business hours must be pre-approved in writing by the County’s project manager and shall be paid at the Emergency/After Hours hourly rate provided on the fee schedule. F. Emergency service-related calls shall only be performed with written approval of the County and shall be paid at the Emergency/After Hours hourly rate provided on the fee schedule. G. The Contractor shall only invoice for time spent on the job at the rate listed on the fee schedule. Hourly charges are to begin when the appropriate technician arrives at the jobsite. All trip charges, mileage, vehicle charges, travel time and labor shall be included in the hourly rate as outlined in the solicitation bid documents. H. The Contractor’s invoices for parts and equipment shall include a documentation clearly showing the total cost paid by the Contractor for the equipment, parts and materials and show the percent markup, as listed on the fee schedule. I. The Contractor’s invoices for subcontracted services shall include a copy of the subcontractor’s invoice to the Contractor and show the percent markup, as listed on the fee schedule. %LG-626DUDVRWD&RXQW\ $0 S {18-55763-00216399.DOCX;1 } SECURE CJIS FACILITIES ADDENDUM Physical and logical access to secure facilities I. BACKGROUND The FBI Criminal Justice Information Services (hereinafter referred to as “CJIS”) Security Policy Version 5.6 mandates all agencies connected to the FBI CJIS systems adhere to regulation set forth within the CJIS Security Policy (hereinafter referred to as CSP). Part of the Security Policy outlines directives dealing with personnel security. Included within the term “personnel” are all individuals who are utilized by criminal justice agencies to implement, deploy, and/or maintain the computers and/or networks of the criminal justice agency which are used to access FBI CJIS systems. These individuals include city/County IT personnel, and private contractors. The subject of non-criminal justice governmental personnel and private contractors is addressed in Sections 5.1.1.4 of the CJIS Security Policy and in the Security Addendum, which can be found in Appendix H. These sections include information on documentation which should be maintained in order to remain in compliance with the Security Policy. II. PURPOSE This Addendum establishes procedures and policies that will guide the parties to comply and adhere to the CJIS Security Policy pertaining to non-governmental personnel and private contractors. These procedures will include the incorporation of the latest Security Addendums, fingerprint based background check, and the appropriate level of Security Awareness Training. IIII. BACKGROUND CHECKS It may at times be necessary for contracted personnel to have unescorted access to judicial offices and other area containing certain criminal justice records/information. Before access is allowed, contracted personnel must complete a fingerprint passed back ground check as stated in CSP. An authorization and consent for criminal background check form will be provided by the Sheriff/County. All contracted personnel who will provide the services herein described are required to complete, sign and return the authorization form. By signing the authorization and consent for release of personal information form, the contractor’s personnel acknowledge that Sarasota County Government and the Sarasota County Sheriff’s Office may conduct an investigation of criminal history information on file in local, state and national databases. The contractor shall forward the completed forms to Sarasota County Sheriff’s Office Local Agency Security Officer (LASO) to perform the background checks for acceptance or rejection. %LG-626DUDVRWD&RXQW\ $0 S {18-55763-00216399.DOCX;1 } III. APPROVAL AND REPLACEMENT OF PERSONNEL The Sheriff/County shall have the right to approve all contractor personnel assigned to provide services to secure CJIS facilities. Prior to providing services, the contractor shall provide at least 10 days written notice of the names and qualifications of the contractor personnel assigned to perform the services pursuant to the agreement. The contractor and any subcontractor being used by the contractor will be required to comply with the Criminal Justice Information Security Policy (CSP). The Sheriff/County, on a reasonable basis, shall have the right to require the removal or replacement of any of the contracted personnel performing services, at any time during the term of the agreement. The Sheriff/County will notify the contractor in writing in the event the Sheriff/County requires such action. The contractor shall accomplish removal within forty-eight (48) hours after receipt of the notice from the Sheriff/County and shall promptly and within a time framed agreed by both parties replace such person with another person, acceptable to the Sheriff/County. The Sheriff’s Office LASO and/or County shall be notified as soon as possible if any contracted employee is no longer employed by the contractor or providing further service to the Sheriff/County. IV. REMOTE ACCESS Any contractor requiring remote access will be provided with administrative level unique log-in credentials to all servers, networks, databases and work stations that will be involved in the specific project. The remote connection will be secured via an approved FIPS 140-2 encrypted method. Contractors/vendors shall not disclose to any third parties any information contained in the Sheriff/County servers, networks, databases and workstations and shall not disclose any information to other employees of the contractor unless directly related to the services provided. %LG-626DUDVRWD&RXQW\ $0 S PART III – INSURANCE REQUIREMENTS Insurance Template 1 Revised 05/13/16 Page 1 of 2 CONTRACTOR’S INSURANCE Contractor shall, on a primary basis and at its sole expense, maintain in full force and effect, at all times during the life of this Contract, insurance coverage (including endorsements) and limits as described herein. These requirements, as well as the County’s review or acceptance of insurance maintained by Contractor, are not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this Contract. Insurance requirements itemized in this Contract and required of the Contractor shall extend to all subcontractors to cover their operations performed under this Contract. The Contractor shall be responsible for any modifications, deviations, or omissions in these insurance requirements as they apply to subcontractors. Insurance carriers providing coverage required herein must be licensed to conduct business in the State of Florida and must possess a current A.M. Best’s Financial Strength Rating of A- Class VII or better. Each insurance policy required by this Contract shall apply separately to each insured against whom claim is made and suit is brought, except with respect to limits of the insurer’s liability. The Contractor shall be solely responsible for payment of all premiums for insurance contributing to the satisfaction of this Contract and shall be solely responsible for the payment of all deductibles and retentions to which such policies are subject. Contractor shall furnish Certificates of Insurance to the County Administrative Agent evidencing the types and amounts of coverage, including endorsements, required by this Contract prior to commencement of work and prior to expiration of the insurance contract, when applicable. Such Certificate(s) of Insurance shall, to the extent allowable by the insurer, include a minimum thirty (30) day notice of cancellation (10 days for non-payment of premium) or non-renewal of coverage. Notwithstanding these notification requirements, the Contractor will be required to provide County with 5-day prior written notice of any policy cancellation or non-renewal. The County reserves the right to review, modify, reject, or accept any required policies of insurance, including limits, coverage, or endorsements, herein from time to time throughout the term of this Contract. County reserves the right, but not the obligation, to review and reject any insurer providing coverage due to its poor financial condition or failure to operate legally. A. WORKERS’ COMPENSATION: Contractor agrees to maintain Workers’ Compensation insurance in accordance with Florida Statutes, Chapter 440. Employers Liability to be included with a minimum limit of $100,000.00 per accident/per disease/per employee. If work is to be performed over or adjacent to navigable water and involves maritime exposure, applicable LHWCA, Jones Act, or other maritime law coverage shall be included. In the event the Contractor has “leased” employees, the Contractor or the employee leasing company must provide evidence of a Workers’ Compensation policy for all personnel on the worksite. %LG-626DUDVRWD&RXQW\ $0 S PART III – INSURANCE REQUIREMENTS Insurance Template 1 Revised 05/13/16 Page 2 of 2 Contractors who are exempt from Florida’s Workers’ Compensation law must provide proof of such exemption issued by the Florida Department of Financial Services, Bureau of Workers’ Compensation. B. COMMERCIAL GENERAL LIABILITY:Contractor agrees to maintain Commercial General Liability per ISO form CG0001 or its equivalent, including but not limited to coverage for premises and operations, personal injury, products & completed operations, liability assumed under an insured contract, and independent contractors with limits of not less than $1,000,000.00 each occurrence, $2,000,000.00 aggregate covering all work performed under this Contract. Contractor agrees to endorse Sarasota County Government as an additional insured on the Commercial General Liability coverage. C. BUSINESS AUTOMOBILE LIABILITY:Contractor agrees to maintain Business Automobile Liability with limits not less than $500,000.00 combined single limit for each accident covering all Owned, Non-Owned & Hired automobiles used in the performance of this Contract. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. If the Contractor is shipping a product via common carrier, the contractor shall be responsible for any loss or damage sustained in delivery/transit. %LG-626DUDVRWD&RXQW\ $0 S GENERAL TERMS AND CONDITIONS OF SOLICITATIONS GTC Solicitations – Revised 10/11/18 Page 1 of 6 1.0 DEFINITIONS 1.1 County shall mean Sarasota County. 1.2 Offer shall mean the response submitted by an offeror to the County’s solicitation. 1.3 Offeror shall mean the legal entity or individual submitting an offer to the County in response to a solicitation. Offeror may also be referred to in solicitation documents as bidder, consultant, firm, proposer, vendor or contractor. 1.4 Evaluation Committee shall mean those individuals approved by the Procurement Official, or designee, to evaluate offers. 2.0 AVAILABILTY OF DOCUMENTS 2.1 All documentation related to Sarasota County solicitations is available through BidSync at www.bidsync.com. 2.2 It is solely the responsibility of each offeror to ensure they have obtained current copies of all documents issued by the County in relation to any solicitation. 2.3 Only documents obtained directly from BidSync (www.bidsync.com) are official versions. Offerors who rely on any other sources for such documents, do so at their own risk. 3.0 QUESTIONS & ADDENDA 3.1 Any inquiries, suggestions or requests concerning interpretation, clarification or additional information pertaining to the solicitation shall be submitted electronically through BidSync. All questions must be received no later than the deadline specified in the solicitation. No verbal requests for information will be honored. 3.2 The electronic response posted in BidSync or the posting of an addendum in BidSync are the only official methods whereby interpretation, clarification or additional information will be provided. It shall be the responsibility of each offeror, prior to submitting their offer, to visit BidSync and determine if addenda were issued and to make such addenda a part of their offer. 3.3 The County shall not be responsible for oral interpretations or representations made by County employees, representatives or third parties. Any questions raised at a pre-solicitation meeting will be formally answered in an addendum. 3.4 By submitting an offer, offerors acknowledge receipt of any and all issued addenda, and agree to the provisions of each. 4.0 PUBLIC MEETINGS Notice of any public meetings pertaining to this solicitation shall be posted on the County calendar at www.scgov.net. 5.0 RESPONSIVENESS TO SOLICITATION REQUIREMENTS 5.1 To be responsive, an offeror shall submit an offer that conforms in all material respects to the requirements set forth in the solicitation. 5.2 Failure to submit the required forms and information in the manner specified may result in the offer being found non-responsive, at the sole discretion of the County. 5.3 Offerors are required to submit pricing on forms supplied by the County. Offers, may be deemed non-responsive if required forms are not used and duly signed by an authorized representative of the offeror. 5.4 Offerors submitting more than one bid form or price proposal in response to a solicitation may be deemed non- responsive. 5.5 The County objects to and shall not consider any additional terms or conditions submitted by an offeror, including any appearing in documents attached as part of an offeror’s offer. In submitting its offer, offeror agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with an offer, shall be grounds for rejecting an offer. 6.0 QUALITY GUARANTEE 6.1 Unless otherwise specifically provided in the specifications, all equipment, materials and articles incorporated in the work covered by any resulting contract shall be new and of the most suitable grade for the purpose intended. 6.2 If any product/service delivered does not meet performance representations or other quality assurance representations as published by manufacturers, producers or distributors of such products or the specifications listed in this solicitation, the offeror shall pick up the product from the County at no expense to the County. The County reserves the right to reject any or all materials if, in its judgment, the item reflects unsatisfactory workmanship or manufacturing or shipping damage. Also, the offeror shall refund to Sarasota County any money which has been paid for same 7.0 RESPONSIBILITY 7.1 To be responsible an offeror shall have the demonstrated capability in all respects to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities, equipment, and credit which will ensure good faith performance. The County reserves the right to make such investigation as it deems necessary to determine the ability of any offeror to deliver the goods or services requested in accordance with the solicitation documents to County’s satisfaction within the prescribed time. 7.2 The offeror shall provide information the County deems necessary to make this determination. Such information may include, but shall not be limited to: project references, current financial statements, projected project schedule(s), verification of availability of equipment and personnel, evidence of authority to conduct business in the jurisdiction where services are being provided, and past performance records. 7.3 The County may review any scope of work with an offeror before accepting the offer. Before award of the contract, %LG-626DUDVRWD&RXQW\ $0 S GENERAL TERMS AND CONDITIONS OF SOLICITATIONS GTC Solicitations – Revised 10/11/18 Page 2 of 6 the offeror shall furnish to the County an analysis of itsprices, if requested to do so. 8.0 RETENTION OF OFFER All offers submitted in response to this solicitation shall be retained by the County. 9.0 IRREVOCABLE OFFER Any offer may be withdrawn up until the due date and time specified on the solicitation summary. Any offer not so withdrawn shall, upon opening, constitute an irrevocable offer for a period of 120 days. 10.0 INSURANCE 10.1 Before performing any work, offeror shall procure and maintain insurance listed in the solicitation. 10.2 The offeror shall submit proof of insurance per Sarasota County's specifications, including additional insured, upon request by the County. Failure to submit proof of required insurance within ten (10) business days of request by the County may result in an award being rescinded. 11.0 RESERVED RIGHTS 11.1 The County reserves the right to accept or reject any or all offers, to waive irregularities and technicalities, and to request clarifications or additional information from offerors. 11.2 The County reserves the right to accept all or any part of the offer and to increase or decrease quantities to meet additional or reduced requirements of the County. 11.3 Any sole offer received by the submission date may be accepted or rejected by the County Administrator or designee. In the event the County rejects the sole offer, it may elect to negotiate with any responsible provider. 11.4 The County reserves the right to cancel a solicitation at any time and to cancel any recommended award or recommended contract at any time prior to execution. 11.5 Offerors are advised that any person, firm, or other party to whom they propose to award a subcontract must meet all minimum qualifications as stated in the specifications. 11.6 Unless otherwise stated in the specifications, any contracts resulting from this solicitation are non-exclusive. The County reserves the right, in its sole opinion, to direct purchase items listed in this solicitation. 11.7 The County reserves the right to request price justification, if, in its sole opinion, offeror has submitted a bid or quote that appears to be unbalanced. Offerors submitting unbalanced bids or quotes (e.g. excessively high or excessively low line items) maybe deemed non-responsive by the County. 11.8 County may remove materials from a contract and make direct purchases of those materials when the County determines it’s in the best interest of the County. The contract price shall be adjusted based on the price of the materials removed and any related indirect costs. 11.9 The County reserves the right to correct formula errors on forms provided by the County for use by the offeror. 11.10 Any resulting contract may be terminated for convenience by Sarasota County by giving written notice to the offerorthirty (30) days in advance of termination, unless otherwise specified in the contract 12.0 ADDITIONAL INFORMATION The County reserves the right to request clarifications or additional information from any offeror. Specific questions may be addressed to each of the offerors as applicable. 13.0 PROTESTS Protests are processed in accordance with the procedures set forth in the Sarasota County Procurement Code. In the event of a protest of the terms, conditions and specifications, the County may issue an addendum indicating that a protest has been filed and extending the due date. 14.0 CONTACT WITH COUNTY STAFF 14.1 After the issuance of the solicitation, prospective offerors or any agent, representative or person acting at the request of such offeror shall not contact, communicate with or discuss any matter relating in any way to the solicitation with any officer, agent or employee of Sarasota County, including members of evaluation committees, other than the Procurement Official or Procurement Analyst named in the solicitation. Failure to comply with this provision may result in the disqualification of the offeror, at the option of the County. 14.2 This prohibition begins with the issuance of any solicitation, and ends upon issuance of a purchase order or execution of the contract, whichever comes first, or upon cancellation of the solicitation. Violation of this prohibition may result in the offeror being considered non-responsible. 14.3 Notwithstanding the forgoing, during the negotiation period, offeror may communicate with those members of County staff, consultants, or third parties designated by the County. 15.0 CODE OF ETHICS 15.1 With respect to this offer, if any offeror violates or is a party to a violation of the State of Florida Code of Ethics for Public Officers and Employees, Chapter 112, Part III, F.S., such offeror may be disqualified from performing the work described in the solicitation or from furnishing the goods or services for which the offer is submitted and may be further disqualified from submitting future offers. 15.2 The Florida Code of Ethics regulates the ability of the County to contract with its public officers (including board members), employees, and their immediate relatives. Offerors shall disclose any such potential conflicts on the provided Conflict of Interest Form. Offerors are responsible for reviewing Section 112.313, F.S. to determine whether they may have a conflict. If offeror is in doubt as to their ability to contract with the County they shall seek a conflicts of interest opinion from the County prior to submittal of an offer. %LG-626DUDVRWD&RXQW\ $0 S GENERAL TERMS AND CONDITIONS OF SOLICITATIONS GTC Solicitations – Revised 10/11/18 Page 3 of 6 16.0 COLLUSION 16.1 By submitting an offer to a solicitation, the offeror certifies that it has not divulged to, discussed or compared its offer with other offerors and has not colluded with any other offeror or parties to this offer whatsoever. Also, offeror certifies, and in the case of a joint offer, each party thereto certifies, as to its own organization that in connection with the offer: a. Any prices and/or data submitted have been arrived at independently, without consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices and/or cost data, with any other offeror or with any competitor; b. Any prices and/or cost data quoted for this offer have not been knowingly disclosed by the offeror prior to the scheduled opening directly or indirectly to any competitor; c. No attempt has been made or will be made by the offeror to induce any other person or firm to submit, not to submit, or withdraw an offer for the purpose of restricting competition; d. The only person or persons interested in this offer as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this offer; and e. No person or agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee except bona fide employees or established commercial agencies maintained by the offeror for the purpose of doing business. 16.2 An offer may be disqualified if an offeror submits more than one offer or if there is evidence of collusion. 17.0 PUBLIC ENTITY CRIMES 17.1 Pursuant to Subsection 287.133(a), F.S., a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 17.2 Additionally, pursuant to County policy, a conviction of a public entity crime may cause the rejection of an offer. The County may make inquiries regarding alleged convictions of public entity crimes. The failure of an offeror to promptly supply information in connection with an inquiry may be grounds for rejection of an offer. 18.0 PUBLIC RECORDS 18.1 By participating in this solicitation process and submitting an offer, an offeror acknowledges the requirements of the Florida Public Record laws found in Ch. 119, F.S., and s. 24(a), Art. I of the Florida Constitution (the “Public Record Laws”), and agrees to the provisions set forth in this section. 18.2 Sarasota County is a public entity subject to the Public Record Laws. All offers and written communications regarding this solicitation become public records upon receipt by Sarasota County and therefore are subject to public disclosure. If an offeror asserts that any portion of its offer or written communication is exempt from disclosure under the Public Record Laws (a “Protected Record”) then the offeror MUST comply with the following process. Failure to do so may lead to waiver of protections available under Public Records Laws. a. Clearly identify each portion of its Protected Record(s) that it believes is statutorily protected from disclosure and identify such statute(s); b. In accordance with solicitation requirements, submit a separate electronic copy of offeror’s offer or written communication with only the protected portions redacted. 18.3 In response to a public records request Sarasota County may produce offeror’s entire non-redacted offer or communication, unless offeror submits a redacted copy in compliance with Section 18.2. 18.4 If offeror has complied with the provisions of this section by identifying certain documents as offeror’s Protected Record(s) and Sarasota County receives a public record request for a Protected Record, then Sarasota County will produce the redacted copy provided by offeror in response to the public record request to the extent the redactions reasonably reflect protections available under applicable law. In the event a records requestor is seeking the entire un-redacted offer and offeror continues to assert in good faith that offeror’s Protected Record(s) are confidential or exempt from disclosure or production pursuant to Chapter 119, F.S., then offeror shall be solely responsible for defending its position, seeking a judicial determination of exempt status of the Protected Record and defending Sarasota County in any action brought by a third party. 18.5 Notwithstanding the provisions of this section, in accordance with Federal or State law, Sarasota County will comply with any court order or government agency directive to produce a Protected Record. 19.0 EQUAL EMPLOYMENT OPPORTUNITY Offeror shall comply with all federal, state, and local laws, regulations and ordinances applicable to the work or payment for work thereof, and shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under the resulting contract or purchase order. 20.0 NON-DISCRIMINATION AND PUBLIC ACCOMODATIONS 20.1 Sarasota County prohibits discrimination in all services, programs or activities on the basis of race, color, national origin, age, disability, sex, marital status, familial status, %LG-626DUDVRWD&RXQW\ $0 S GENERAL TERMS AND CONDITIONS OF SOLICITATIONS GTC Solicitations – Revised 10/11/18 Page 4 of 6 religion, or genetic information. Persons with disabilities who require assistance or alternative means for communication of program information (Braille, large print, audiotape, etc.), or who wish to file a complaint, should contact: Sarasota County ADA/ Civil Rights Coordinator, 1660 Ringling Blvd., Sarasota, Florida 34236, Phone: 941-861-5000, TTY: 7-1-1 or 1-800-955-8771, Email: adacoordinator@scgov.net. 20.2 Sarasota County does not discriminate upon the basis of any individual’s disability status. This non-discrimination policy involves every aspect of the County’s functions including one’s access to, participation, employment, or treatment in its programs or activities. Anyone requiring reasonable accommodation for the public meetings related to any solicitation should contact the Procurement Analyst named in the solicitation at least 24 hours in advance of the meeting. 21.0 PROTECTION OF RESIDENT WORKERS 21.1 Sarasota County supports the Federal Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification and non-discrimination. The offeror is held responsible to establish appropriate procedures and controls so no service under this contract will be performed by any worker who is not legally eligible to perform such services. 21.2 Sarasota County shall have the right to immediately terminate a contract if the County determines that the offeror has failed to perform satisfactorily with respect to its employment practices in support of INA. 21.3 Offerors shall be required to confirm the employment eligibility of all employees through participation in E-Verify or an employment eligibility program approved by the Social Security Administration and will require same requirement to confirm employment eligibility of all subcontractors. 22.0 RESULTING CONTRACT Any contract resulting from a solicitation may, at the sole discretion of the County, contain provisions that differ from the terms of the solicitation. 23.0 APPLICABLE LAWS 23.1 Prior to entering into a contract with Sarasota County, an offeror must be authorized to transact business in the State of Florida. 23.2 Each offeror is responsible for full compliance with all applicable local, state and federal laws, ordinances and regulations. The offeror shall have and must provide all applicable insurance, permits, licenses, etc. which may be required by federal, state or local law as requested by the County. The successful offeror shall be required to submit proof of all licenses and/or certifications required by the County upon request. 23.3 The County shall deem any offeror to be non-responsibleand ineligible for any award of a contract when either of the following conditions is present as a result of any County code enforcement action: a. A Code Enforcement Special Magistrate has determined that the offeror violated the Sarasota County Code of Ordinances, and the offeror has not corrected the violation; or b. Any code enforcement fines, whether originating from a Code Enforcement Special Magistrate proceeding or citations, remain unpaid. c. This prohibition shall remain during any appeal or other challenge to the validity of the code enforcement action. An offeror must inform County procurement staff and the Evaluation Committee about any pending code enforcement matters. In the event the County awards a contract to offeror and there is a subsequent violation of the Sarasota County Code of Ordinances, as determined by a Code Enforcement Special Magistrate or through the citation process, then such violation shall be grounds for termination of the contract. 23.4 Offerors located in Sarasota County must comply with the Local Business Tax ordinance. It shall be the responsibility of the offeror to obtain a current local business tax receipt from the Sarasota County Tax Collector (www.sarasotataxcollector.com) and supply a copy of that receipt to the County upon request. 23.5 Opt out of Construction Defects Statute. To the extent Chapter 558, F.S. is applicable, the parties expressly opt out of the requirements of Chapter 558, Florida Statutes, within the meaning of §558.005(1), F.S. 23.6 §287.135, F.S., prohibits agencies from contracting with companies for goods or services that are on the Scrutinized Companies that Boycott Israel List, or with companies that are engaged in a boycott of Israel, and from contracting with companies for goods or services of $1,000,000 or more that are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or are engaged in business operations in Cuba or Syria. The lists are created pursuant to §215.473 and §215.4725, F.S. Offeror certifies that the organization is not listed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, and is not engaged in a boycott of Israel or engaged in business operations in Cuba or Syria, and understands that pursuant to §287.135, F.S., the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs. In accordance with §287.135, F.S., the County may terminate the resulting contract if a false certification has been made, or the offeror is subsequently placed on any of these lists, or engages in a boycott of Israel or is engaged in business operations in Cuba or Syria. 24.0 CONTRACT FORMS 24.1 Any contract or purchase order resulting from the acceptance of an offer shall be on forms either supplied by or approved by the County. %LG-626DUDVRWD&RXQW\ $0 S GENERAL TERMS AND CONDITIONS OF SOLICITATIONS GTC Solicitations – Revised 10/11/18 Page 5 of 6 24.2 Any amendments to the resulting contract shall require the formal written approval of both parties. 25.0 TAXES 25.1 Sarasota County is exempt from paying state and local tax when payment is made directly by the County (Section 212.08(6), F.S.). This exemption does not include sales of tangible personal property made to contractors employed either directly or as agents by the County when such tangible personal property goes into or becomes a part of public works owned by the County. Sarasota County has the following tax-exempt certificate assigned: Department of Revenue Certification No. 85-8012515235C-5 25.2 Sarasota County, being tax-exempt from State of Florida sales tax, reserves the right to require offeror to assign some or all of its or subcontractor’s bids and contracts with materials suppliers directly to the County. All transactions shall be in accordance with Section 212.08(6), F.S. and FAC Rule 12A-1.094. The County will issue a Certificate of Entitlement to both the offeror and supplier for each purchase. 26.0 SHIPPING/DELIVERY The price shall include any freight, handling, delivery, surcharges or other incidental charges. Unless otherwisespecified in the solicitation, prices shall be F.O.B. Destination. 27.0 INVOICING 27.1 The County shall pay offeror through payment issued by the Clerk of the Circuit Court in accordance with Section 218.70 et seq., F.S., Local Government Prompt Payment Act, upon receipt of the offeror’s properly submitted invoice. 27.2 Offerors shall not perform any service or provide products until they have been issued a Purchase Order number. If the County has arranged to make payments with a purchasing card, the procedures below shall apply. 27.3 The County reserves the right to pay for purchases made under any contract resulting from a solicitation through its Purchasing Card Program. 28.0 TIME EXTENSION The County may unilaterally extend a Term Contract up to ninety (90) days beyond the expiration date of the existing contract. The unit prices in effect on the last day of the contract shall remain in effect for the contract extension period. 29.0 DUE DILIGENCE Due care and diligence have been exercised in the preparation of the solicitation, and all information contained within is believed to be substantially correct. However, the responsibility for determining the full extent of the services or goods being solicited rests solely with the offeror. The offeror’s failure to familiarize itself with such conditions will in no way relieve the successful offeror from the necessity of furnishing any materials or performing any work that may be required to complete thework in accordance with the drawings and specifications. 30.0 MATHEMATICAL ERRORS In the event of multiplication /extension error(s), the unit price will prevail. In the event of addition error(s) the extension totals will prevail. Written prices shall prevail over figures. All bids shall be reviewed mathematically and corrected, if necessary, using these standards, prior to additional evaluation. 31.0 FUNDING This solicitation is subject to availability of lawfully budgeted and appropriated funds by the County. 32.0 SOLICITATION EXPENSES Offerors shall bear all costs and expenses incurred with developing, preparing, and submitting their offers. 33.0 OWNERSHIP AND FORMAT OF WORK PRODUCT All plans and specifications developed under any contract resulting from this solicitation shall become the property of Sarasota County Government and may not be re-used by the offeror without the County’s permission. 34.0 ROYALTIES AND PATENTS The offeror shall pay all royalties and license fees for equipment or processes in conjunction with the equipment and/or services being furnished. Offerors shall defend all suits or claims for infringement of any patent, trademark or copyright, and shall save the County harmless from loss on account thereof, including costs and attorney's fees. 35.0 INDEMNIFICATION OF THE COUNTY AND OFFICERS AND EMPLOYEES 35.1 For all procurements other than construction services and design professional services as defined in Section 725.06(2) and Section 725.08(1), F.S. respectively, the following indemnification requirements apply: The offeror shall save, defend, indemnify and hold harmless the County from and against any and all claims, actions, damages, fees, fines, penalties, defense costs, suits or liabilities which may arise out of any act, neglect, error, omission or default of the offeror arising out of or in any way connected with the offeror or subcontractor’s performance or failure to perform under the terms of any contract resulting from any solicitation. 35.2 For construction services, the following indemnification requirements apply: Pursuant to Section 725.06(2), F.S. the Contractor shall indemnify and hold harmless Sarasota County Government from liabilities, damages, losses and costs, including but not limited to, reasonable attorney’s fees to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of the contract. 35.3 For design professional services, as defined by Section 725.08(1), F.S., the following indemnification requirements apply: Pursuant to Section 725.08(1), F.S. the design professional shall indemnify and hold harmless Sarasota County Government from liabilities, damages, losses, and costs, %LG-626DUDVRWD&RXQW\ $0 S GENERAL TERMS AND CONDITIONS OF SOLICITATIONS GTC Solicitations – Revised 10/11/18 Page 6 of 6 including but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. 36.0 TECHNOLOGY Computer systems and databases used for providing the documents necessary to any contract shall be compatible with existing County systems and Enterprise Information Technology policies. The County has standardized on MS Office (DOCX, XLSX, etc.) and Adobe (PDF) for documents and images. 37.0 SUSTAINABILITY Sarasota County encourages sustainable practices as set forth in its Procurement Code. 38.0 LOCAL PREFERENCE (As Applicable) 38.1 Unless otherwise noted in the solicitation, preference shall be given to a “local business” in the awarding of any Invitation for Quote, Invitation for Bid or Request for Proposal, in accordance with the Sarasota County Procurement Code. Local preference shall not apply to other types of solicitations unless explicitly stated in subject solicitation. 38.2 "Local business" means (1) The vendor has paid a local business tax either to Sarasota, Manatee or Charlotte County, if applicable, or is a business entity registered with the State of Florida Division of Corporations indicating a principal office located in Sarasota, Manatee, or Charlotte County or presents other verifiable documents to substantiate business location in Sarasota, Manatee or Charlotte County that are satisfactory to the Procurement Official and (2) Has maintained a permanent physical business address located within the limits of either Sarasota, Manatee or Charlotte County from which the vendor operates or performs business for at least one year prior to the submission of an offer to a Sarasota County solicitation and, (3) Has at least five full time employees or one principal officer at this location. 38.3 Offerors wishing to be granted local preference mustsubmit a Local Business Certification with their offer. 38.4 Offerors who submit falsified data may be suspended or debarred in accordance with the Sarasota County Procurement Code. To determine if you may qualify for local business preference, please refer to the Local Preference Checklist for Vendors located at: https://www.scgov.net/procurement 38.5 For local preference to be granted, the name of the company represented on required forms must be the same as the name on the local business certification. 38.6 Information regarding Sarasota County's Local Business Tax can be found at: http://sarasotataxcollector.governmax.com. 38.7 In the case of a proposal submitted by more than one entity, any one of those entities can qualify the proposal for the local preference. Subcontractors cannot qualify a proposal for local preference. %LG-626DUDVRWD&RXQW\ $0 S REFERENCE #1 REFERENCE #2 REFERENCE #3 REFERENCE #4 REFERENCE #5 6XEPLWWHGE\ CompanyName:Address: ContactName:Telephone:Email: CompanyName:Address: ContactName:Telephone:Email: CompanyName:Address: ContactName:Telephone:Email: CompanyName:Address: ContactName:Telephone:Email: CompanyName:Address: ContactName:Telephone:Email: Business Name: AuthorizedRepresentative:Title: %LG-626DUDVRWD&RXQW\ $0 S pSolicitation #:191778JSO Date: %LG-626DUDVRWD&RXQW\ $0 S When applicable, Sarasota County grants preference to local businesses in accordance with Section 2-215 of the 6DUDVRWD&RXQW\3URFXUHPHQW&RGH$OOYHQGRUVVXEPLWWLQJDUHVSRQVHWRWKLVVROLFLWDWLRQPXVWVXEPLWDORFDO EXVLQHVVFHUWLILFDWLRQDVSDUWRIWKHLUELGSURSRVDOVXEPLWWDO N/A.Vendor does not wish to be considered for local business preference (do not respond to items 1-4 below). 9HQGRUZRXOGOLNHWREHFRQVLGHUHGIRUORFDOEXVLQHVVSUHIHUHQFH,IWKLVER[LVFKHFNHGYHQGRUPXVWUHVSRQGWR items 1 ±EHORZ 1.Place of Business The business named below is legally authorized to engage in the sale of goods and/or services and has a permanent physical place of business in 6DUDVRWD&RXQW\ Manatee County &KDUORWWH&RXQW\ Current Business Address: City: State: =LS Length of time at current location: [years] >PRQWKV@ If the business has been located at the address above for less than 1 yearSURYLGHWKHSUHYLRXVDGGUHVV Previous Business Address: City: State: =LS Length of time at previous location: [years] >PRQWKV@ 2.Local Business Tax The business named below is located in and has an active local business tax receipt in: 6DUDVRWD&RXQW\ &KDUORWWH&RXQW\/RFDO%XVLQHVV7D[5HFHLSW If the business named below is located in Manatee County, the business must be able to submit verifiable documentation (utility bill, tax receipt, etc) to substantiate the location of the business, within 5 business days of UHTXHVWE\WKH&RXQW\ 3.Local Business Employees Number of full-time employees employed by the business named below: 4.Principal Officer $3ULQFLSDO2IILFHURIWKH%XVLQHVVOLVWHGEHORZLVHPSOR\HGDWWKHORFDWLRQLGHQWLILHGLQ6HFWLRQ <HV ,I\HVSOHDVHSURYLGHQDPHDQGWLWOH 1R Name of Principal Officer: Title of Principal Officer: The undersigned hereby certifies that the information provided above is true and correct. Businesses who submit falsified data shall be subject to Section 2-213 of the Sarasota County Procurement Code and subject to suspension and debarment pursuant to Chapter 13 of the Sarasota County Procurement Manual. %LG-626DUDVRWD&RXQW\ $0 S Business Name: Authorized Representative: 7LWOH Solicitation #: 'DWH %LG-626DUDVRWD&RXQW\ $0 S Item Description Equipment Quantity Unit of Measure Estimated Service Quantity 1 100kW - 350kW 2 Qrtly X 4 = $0.00 2 400kW - 800kW 6 Qrtly X 4 = $0.00 3 850kW - 2000kW 3 Qrtly X 4 = $0.00 4 50kW - 250kW 35 Qrtly X 4 = $0.00 5 300kW - 500kW 1 Qrtly X 4 = $0.00 6 550kW - 800Kw 1 Qrtly X 4 = $0.00 7 100kW - 350kW 1 Mthly X 12 = $0.00 8 400kW - 800kW 4 Mthly X 12 = $0.00 9 850kW - 2000kW 9 Mthly X 12 = $0.00 $0.00 1 Service Technician for electrical mechanical equipment work: Non- Emergency/Regular Hours X 100 =$0.00 2 Service Technician for pump work: Non- Emergency/Regular Hours X50 =$0.00 3 Service Technician for electrical mechanical equipment work: Emergency/After Hours X50 =$0.00 4 Service Technician for pump work: Emergency/After Hours X25 =$0.00 5 Enter a percent markup up to be applied to the actual cost of new equipment, parts, and materials pursuant to Part II, Scope of Services. DO NOT enter a percentage greater than 10%. Bidders submitting a percent mark-up greater than 10% shall be deemed non- responsive. X 100 =$100.00 6 SUBCONTRACTOR SERVICES - Enter a percent markup up to be applied to the actual cost of pre-approved subcontractor services. DO NOT enter a percentage greater than 10%. Bidders submitting a percent mark-up greater than 10% shall be deemed non-responsive. X 100 = $100.00 7 Load Testing < =399 KW X 5 = $0.00 8 Load Testing >= 400 KW X 5 = $0.00 $200.00 $200.00 Portable IFB # 191778JSO CATEGORY 1 - CATERPILLAR BID FORM Extended Bid Price PREVENTATIVE MAINTENANCE Standby Unit Bid Price TOTAL CORRECTIVE MAINTENANCE SUBTOTAL CPMS Units SUBTOTAL Per hour Per hour Per hour Per hour Percent markup Percent markup EA EA %LG-626DUDVRWD&RXQW\ $0 S Item Description Equipment Quantity Unit of Measure Unit Bid Price 1 4" 2 Qrtly X 4 = $0.00 2 6" 1 Qrtly X 4 = $0.00 3 8" 3 Qrtly X 4 = $0.00 4 12" 1 Qrtly X 4 = $0.00 5 4" 58 Qrtly X 4 = $0.00 6 6" 1 Qrtly X 4 = $0.00 7 8" 1 Qrtly X 4 = $0.00 8 12" 1 Qrtly X 4 = $0.00 9 4" 1 Mthly X 12 = $0.00 10 6" 1 Mthly X 12 = $0.00 11 8" 1 Mthly X 12 = $0.00 12 12" 1 Mthly X 12 = $0.00 $0.00 1 Service Technician for electrical mechanical equipment work: Non-Emergency/Regular Hours X 100 =$0.00 2 Service Technician for pump work: Non- Emergency/Regular Hours X50 =$0.00 3 Service Technician for electrical mechanical equipment work: Emergency/After Hours X50 =$0.00 4 Service Technician for pump work: Emergency/After Hours X25 =$0.00 5 Enter a percent markup up to be applied to the actual cost of new equipment, parts, and materials pursuant to Part II, Scope of Services. DO NOT enter a percentage greater than 10%. Bidders submitting a percent mark- up greater than 10% shall be deemed non- responsive. X 100 =$100.00 6 SUBCONTRACTOR SERVICES - Enter a percent markup up to be applied to the actual cost of pre-approved subcontractor services. DO NOT enter a percentage greater than 10%. Bidders submitting a percent mark-up greater than 10% shall be deemed non-responsive. X 100 = $100.00 $200.00 $200.00 Portable Estimated Service Quantity IFB # 191778JSO CATEGORY 2 - XYLEM BID FORM Extended Bid Price PREVENTATIVE MAINTENANCE Standby CPMS Units SUBTOTAL CORRECTIVE MAINTENANCE TOTAL SUBTOTAL Per hour Per hour Per hour Per hour Percent markup Percent markup %LG-626DUDVRWD&RXQW\ $0 S Question and Answers for Bid #191778JSO - Service, Maintenance, and Purchase for Xylem and Caterpillar Equipment Overall Bid Questions 7KHUHDUHQRTXHVWLRQVDVVRFLDWHGZLWKWKLVELG Question Deadline: Oct 11, 2019 5:00:00 PM EDT %LG-626DUDVRWD&RXQW\ $0 S Amendment No. 1 to County Contract No. 2020-110 Page 1 of 3 AMENDMENT NO. 1 TO COUNTY CONTRACT NO. 2020-110 This Amendment is made and entered into upon execution by both parties by and between Sarasota County, a political subdivision of the State of Florida, hereinafter referred to as the “County,” and Ring Power Corporation, a Florida Corporation, hereinafter referred to as “Contractor.” WITNESSETH WHEREAS, the County and the Contractor entered into County Contract No. 2020-110 (“Term Contract”) for a contractor to perform service, maintenance, and the purchase of Caterpillar Equipment, effective February 4, 2020; and WHEREAS, the parties now wish to amend the Term Contract. NOW THEREFORE, the County and the Contractor, in consideration of the mutual covenants contained herein, do agree to amend the Term Contract as follows: 1. The above recitals are true and correct and incorporated herein by reference. 2. The term of the Term Contract is hereby renewed for a period of one (1) year, effective February 4, 2023 through February 3, 2024. 3. Exhibit B – Fee Schedule is hereby replaced in its entirety with the amended Exhibit B – Fee Schedule, attached and incorporated herein. 4. Except as modified herein, all other terms, covenants, and conditions of the Term Contract shall remain in full force and effect. [The remainder of this page left blank intentionally.]        Amendment No. 1 to County Contract No. 2020-110 Page 2 of 3 IN WITNESS WHEREOF, the parties have executed this Amendment as of the last date written below. RING POWER CORPORATION BY: SARASOTA COUNTY BOARD OF COUNTY COMMISSIONERS OF SARASOTA COUNTY, FLORIDA BY: Jennifer Slusarz, CPPO, CPPB Procurement Official Executed by the Procurement Official pursuant to Chapter 5 of the Sarasota County Procurement Manual Approved as to form and correctness: BY: COUNTY ATTORNEY              , AMENDMENT NO. 1 EXHIBIT B – FEE SCHEDULE EFFECTIVE FEBRUARY 4, 2023 Amendment No. 1 to County Contract No. 2020-110 Page 3 of 3 ITEM DESCRIPTION UNIT OF MEASURE UNIT PRICE 1 Preventative Maintenance: Standby - 100kW - 350Kw (AMENDMENT 1)QUARTERLY $450.00 $560.00 2 Preventative Maintenance: Standby - 400kW - 800kW (AMENDMENT 1)QUARTERLY $450.00 $560.00 3 Preventative Maintenance: Standby - 850kW - 2000kW (AMENDMENT 1)QUARTERLY $450.00 $560.00 4 Preventative Maintenance: Portable - 50kW - 250kW (AMENDMENT 1)QUARTERLY $450.00 $560.00 5 Preventative Maintenance: Portable - 300kW - 500kW (AMENDMENT 1)QUARTERLY $450.00 $560.00 6 Preventative Maintenance: Portable - 550kW - 800kW (AMENDMENT 1)QUARTERLY $450.00 $560.00 7 Preventative Maintenance: CPMS Units - 100kW - 350kW (AMENDMENT 1)MONTHLY $450.00 $560.00 8 Preventative Maintenance: CPMS Units - 400kW - 800kW (AMENDMENT 1)MONTHLY $450.00$560.00 9 Preventative Maintenance: CPMS Units - 850kW - 2000kW (AMENDMENT 1)MONTHLY $450.00 $560.00 10 Corrective Maintenance: Service Technician for electrical mechanical equipment work: Non-Emergency/Regular Hours (AMENDMENT 1) PER HOUR $137.00 $169.00 10 Corrective Maintenance: Service Technician for pump work: Non-Emergency/Regular Hours (AMENDMENT 1)PER HOUR $137.00 $169.00 11 Corrective Maintenance: Service Technician for electrical mechanical equipment work: Emergency/After Hours (AMENDMENT 1) PER HOUR $205.00 $253.00 12 Corrective Maintenance: Service Technician for pump work: Emergency/After Hours (AMENDMENT 1)PER HOUR $205.00 $253.00 13 Corrective Maintenance: Percent markup up to be applied to the actual cost of new non-original manufacturer parts, equipment, and materials. PERCENTAGE 20% 14 Corrective Maintenance: Percent markdown to be applied to the actual cost of new original manufacturer parts, equipment, and materials. PERCENTAGE 10% 15 Corrective Maintenance: Percent markup up to be applied to the actual cost of pre-approved subcontractor services.PERCENTAGE 20% 16 Corrective Maintenance: Load Testing < =399 KW EACH $1,200.00 17 Corrective Maintenance: Load Testing >= 400 KW EACH $2,000.00 Changes to this Exhibit are indicated using underlined text to show additions and strikethrough text to show deletions. Changes made pursuant to this Amendment No. 1 are in bold.        092222-CMM Rev. 3/2022 1 Solicitation Number: RFP #092222 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Cummins Inc., 500 Jackson Street, Box 3005, Columbus, IN 47201 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Electrical Energy Power Generation Equipment with Related Parts, Supplies, and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires November 22, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above.       092222-CMM Rev. 3/2022 2 Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer used, close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. All equipment purchased pursuant to this Contract is governed by the express written manufacturer’s warranty (the “Warranty”) and is the only warranty offered on the equipment. EXCEPT AS OTHERWISE EXPRESSLY SET FORTH IN THE WARRANTY, THERE ARE NO OTHER WARRANTIES, GUARANTEES, OR REPRESENTATIONS OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. THE REMEDIES PROVIDED IN THE WARRANTY SHALL BE THE SOLE AND EXCLUSIVE REMEDY FOR BREACH OF WARRANTY. Supplier further warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location.       092222-CMM Rev. 3/2022 3 Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This       092222-CMM Rev. 3/2022 4 approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws.       092222-CMM Rev. 3/2022 5 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements.       092222-CMM Rev. 3/2022 6 E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: x Participating Entity Name (e.g., City of Staples Highway Department); x Participating Entity Physical Street Address; x Participating Entity City; x Participating Entity State/Province; x Participating Entity Zip/Postal Code; x Participating Entity Contact Name; x Participating Entity Contact Email Address; x Participating Entity Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Supplier.       092222-CMM Rev. 3/2022 7 B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed       092222-CMM Rev. 3/2022 8 assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any third party claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any negligent act or omission or willful misconduct in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. To the maximum extent permitted by law, in no event will Supplier be liable under this Contract for consequential, incidental, or special damages, including without limitation any lost opportunity damages or lost profits, or savings, loss of use, loss of data, or downtime, even if it has been advised of their possible existence. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell       092222-CMM Rev. 3/2022 9 under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract.       092222-CMM Rev. 3/2022 10 C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services. 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed       092222-CMM Rev. 3/2022 11 work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits:       092222-CMM Rev. 3/2022 12 $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Supplier will maintain coverage for all claims the Supplier may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Supplier’s professional services required under this Contract. Minimum Limits: $2,000,000 per claim or event $2,000,000 – annual aggregate 6. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default.       092222-CMM Rev. 3/2022 13 B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities.       092222-CMM Rev. 3/2022 14 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to       092222-CMM Rev. 3/2022 15 laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above.       092222-CMM Rev. 3/2022 16 E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act.       092222-CMM Rev. 3/2022 17 J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to       092222-CMM Rev. 3/2022 18 the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Cummins Inc. By: __________________________ By: __________________________ Jeremy Schwartz James Stalnaker Title: Chief Procurement Officer Title: National Accounts Sales Director Date: ________________________ Date: ________________________               092222-CMM Rev. 3/2022 19 Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________            5)3(OHFWULFDO(QHUJ\3RZHU*HQHUDWLRQ(TXLSPHQWZLWK 5HODWHG3DUWV6XSSOLHVDQG6HUYLFHV  9HQGRU'HWDLOV &RPSDQ\1DPH &XPPLQV,QF 'RHV\RXUFRPSDQ\FRQGXFW EXVLQHVVXQGHUDQ\RWKHUQDPH",I \HVSOHDVHVWDWH &661$ $GGUHVV -DFNVRQ6WUHHW &ROXPEXV,QGLDQD &RQWDFW .LUN$GDPV (PDLO NLUNHDGDPV#FXPPLQVFRP 3KRQH )D[  +67  6XEPLVVLRQ'HWDLOV &UHDWHG2Q )ULGD\$XJXVW 6XEPLWWHG2Q 7KXUVGD\6HSWHPEHU 6XEPLWWHG%\ .LUN$GDPV (PDLO NLUNHDGDPV#FXPPLQVFRP 7UDQVDFWLRQHEDEIEFDIIFDH 6XEPLWWHU V,3$GGUHVV  Bid Number: RFP 092222 Vendor Name: Cummins Inc.       6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFK DGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKH TXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ RQHௐOHJDOௐHQWLW\ௐRQO\ ௐௐ ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐDVௐ6XSSOLHU &XPPLQVௐ,QF   ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐ LQFOXGHGௐLQௐWKHௐ3URSRVDO &XPPLQVௐ3RZHUௐ6\VWHPV&XPPLQVௐ'LVWULEXWLRQௐ%XVLQHVV   ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐ QDPHVௐRIௐWKHௐ3URSRVHUௐRUௐ3URSRVHU Vௐ VXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ/LQHௐௐDERYH &XPPLQVௐ6DOHVௐDQGௐ6HUYLFHௐ1RUWKௐ$PHULFDௐ &661$ ௐ&XPPLQVௐ6RXWKHUQௐ3ODLQVௐ 3RZHU   3URYLGHௐ\RXUௐ&$*(ௐFRGHௐRUௐ8QLTXHௐ(QWLW\ௐ ,GHQWLILHUௐ 6$0  &DJHௐ&RGHௐ+ 6$0ௐ5HJLVWUDWLRQௐ3<0ௐ>@   3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ-DFNVRQௐ6WUHHWௐ%R[ௐௐ&ROXPEXVௐ,1ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVௐ RUௐDGGUHVVHV ZZZ&XPPLQVFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐ WLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐ UHSUHVHQWDWLYHௐPXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐ WKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐ DZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐWKHௐ UHVXOWLQJௐFRQWUDFW  -DPHVௐ6WDOQDNHU 1DWLRQDOௐ$FFRXQWVௐ6DOHVௐ'LUHFWRU MDPHVOVWDOQDNHU#FXPPLQVFRP   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  .LUNௐ$GDPV 6DOHVௐ([HFXWLYH ௐQGௐ$YHௐ1RUWKௐ0DSOHௐ*URYHௐ01ௐௐ NLUNHDGDPV#FXPPLQVFRP    3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐ DQ\ௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐ SKRQH  -DLPHௐ)HUJXVRQ $FFRXQWௐ0DQDJHUௐௐ*RYHUQPHQWௐ6DOHV MDPLHIHUJXVRQ#FXPPLQVFRP  Bid Number: RFP 092222 Vendor Name: Cummins Inc.       7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐ LQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐ EXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐ RUௐVHUYLFHV &XPPLQVௐ,QFௐ(VWDEOLVKௐLQௐௐLVௐDௐௐ\HDUௐROGௐ$PHULFDQௐPXOWLQDWLRQDOௐ FRUSRUDWLRQௐWKDWௐGHVLJQVௐPDQXIDFWXUHVௐDQGௐGLVWULEXWHVௐHQJLQHVௐILOWUDWLRQௐDQGௐSRZHUௐ JHQHUDWLRQௐSURGXFWVௐௐ+HDGTXDUWHUHGௐLQௐ&ROXPEXVௐ,QGLDQDௐ&XPPLQVௐKDVௐௐFRQVHFXWLYHௐ\HDUVௐRQௐ(WKLVSKHUHௐ:RUOG Vௐ0RVWௐ(WKLFDOௐ&RPSDQLHVௐOLVWௐௐ2XUௐPLVVLRQௐ LVௐ0DNLQJௐSHRSOH¶VௐOLYHVௐEHWWHUௐE\ௐSRZHULQJௐDௐPRUHௐSURVSHURXVௐZRUOGௐ2XUௐYLVLRQௐ LVௐ,QQRYDWLQJௐIRUௐRXUௐFXVWRPHUVௐWRௐSRZHUௐWKHLUௐVXFFHVVௐௐ 2XUௐYDOXHVௐDUHௐDVௐIROORZVௐ ,17(*5,7<ௐௐ'RLQJௐZKDWௐ\RXௐVD\ௐ\RXௐZLOOௐGRௐDQGௐGRLQJௐZKDWௐLVௐULJKW ',9(56,7<ௐ$1'ௐ,1&/86,21ௐௐ9DOXLQJௐDQGௐLQFOXGLQJௐRXUௐGLIIHUHQFHVௐLQௐGHFLVLRQௐ PDNLQJௐLVௐRXUௐFRPSHWLWLYHௐDGYDQWDJH&$5,1*ௐௐ'HPRQVWUDWLQJௐDZDUHQHVVௐDQGௐFRQVLGHUDWLRQௐIRUௐWKHௐZHOOEHLQJௐRIௐRWKHUV (;&(//(1&(ௐௐ$OZD\VௐGHOLYHULQJௐVXSHULRUௐUHVXOWV 7($0:25.ௐௐ&ROODERUDWLQJௐDFURVVௐWHDPVௐIXQFWLRQVௐEXVLQHVVHVௐDQGௐERUGHUVௐWRௐ GHOLYHUௐWKHௐEHVWௐZRUN   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ HYHQWௐRIௐDQௐDZDUG" 7RௐZRUNௐZLWKௐ6RXUFHZHOOௐWRௐJURZௐRXUௐVDOHVௐWRௐ6RXUFHZHOOௐ0HPEHUVௐE\ௐSURYLGLQJௐ VXSHULRUௐSURGXFWVௐDQGௐVHUYLFHVௐDWௐWKHௐEHVWௐSULFH  'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐ VWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ 6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐ RIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 6HHௐDWWDFKHGௐௐ$QQXDOௐ5HSRUWௐௐ&XPPLQVௐUDQNVௐௐLQௐWKHௐ6 3ௐ   :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" $SSUR[ௐௐPDUNHWௐVKDUH   :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" $SSUR[ௐௐPDUNHWௐVKDUH   +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐ EDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1R   +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐ LWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐ DSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐ SURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐ RIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,Iௐ DSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐ LQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG"E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ \RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐ IRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐ SURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ \RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐ SDUW\" &XPPLQVௐLVௐDௐYHUWLFDOO\ௐLQWHJUDWHGௐPDQXIDFWXUHUௐWKDWௐRZQVௐLWVௐVDOHVௐGLVWULEXWLRQௐDQGௐ VHUYLFHௐQHWZRUNௐௐ&XPPLQVௐ6DOHVௐDQGௐ6HUYLFHௐRSHUDWHௐDFURVVௐௐௐEUDQFKௐ ORFDWLRQௐLQௐWKHௐ86ௐDQGௐ&DQDGDௐௐ&XPPLQVௐLVௐXQLTXHௐLQௐRXUௐLQGXVWU\ௐDVௐZHௐRZQௐRXUௐ1RUWKௐ$PHULFDQௐGLVWULEXWLRQௐௐ$OOௐRWKHUௐFRPSHWLWRUVௐVHOOௐWKURXJKௐUGௐSDUW\ௐLQGHSHQGHQWௐ GHDOHUVௐDQGௐUHVHOOHUVௐௐ:HௐEHOLHYHௐE\ௐRZQLQJௐRXUௐGLVWULEXWLRQௐDQGௐVHUYLFHௐQHWZRUNௐ WKLVௐJLYHVௐ&XPPLQVௐDௐFRPSHWLWLYHௐDGYDQWDJHௐDVௐRXUௐJRDOௐLVௐWRௐRSWLPL]HௐDQGௐ VWDQGDUGL]HௐRXUௐQHWZRUNௐWRௐGHOLYHUௐVXSHULRUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐGHOLYHUௐDௐVXSHULRUௐFXVWRPHUௐH[SHULHQFHௐDFURVVௐWKHௐ86ௐDQGௐ&DQDGD   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐ SDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐ SXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 &XPPLQVௐUHTXLUHVௐDOOௐILHOGௐVHUYLFHௐWHFKQLFLDQVௐWRௐEHௐWUDLQHGௐDQGௐFHUWLILHGௐWKURXJKௐLWVௐ LQWHUQDOௐௐWUDLQLQJௐSURJUDPௐௐ7HFKQLFLDQௐOHYHOVௐDUHௐJUDGHVௐௐWKUXௐௐZLWKௐௐEHLQJௐWKHௐKLJKHVWௐOHYHOௐFHUWLILFDWLRQ  3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐ LQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐ RUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 1RQH  Bid Number: RFP 092222 Vendor Name: Cummins Inc.       7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐ LQௐWKHௐSDVWௐILYHௐ\HDUV &XPPLQV ௐUDQNௐRQௐ1HZVZHHN VௐOLVWௐRIௐ$PHULFD Vௐ0RVWௐ5HVSRQVLEOHௐ&RPSDQLHVௐ  &XPPLQVௐUHFHLYHGௐDௐSHUIHFWௐVFRUHௐIRUௐDௐWKௐFRQVHFXWLYHௐ\HDUௐLQௐWKHௐ&RUSRUDWHௐ(TXDOLW\ௐ,QGH[ௐDZDUGHGௐE\ௐWKHௐ+XPDQௐ5LJKWVௐ&DPSDLJQௐ7KHௐJURXSௐLVௐWKHௐODUJHVWௐ 86ௐFLYLOௐULJKWVௐRUJDQL]DWLRQௐIRUௐOHVELDQௐJD\ௐELVH[XDOௐDQGௐWUDQVJHQGHUௐ /*%7 ௐ HPSOR\HHV )RUEHVௐPDJD]LQH¶VௐOLVWௐRIௐWKHௐ7RSௐௐ(PSOR\HUVௐLQௐ$PHULFDௐ7KHௐOLVWௐZDVௐEDVHGௐRQௐDௐVXUYH\ௐRIௐPRUHௐWKDQௐௐ$PHULFDQௐZRUNHUVௐDWௐODUJHௐ86ௐILUPVௐRUௐLQVWLWXWLRQV &XPPLQVௐZDVௐQDPHGௐRQHௐRIௐWKHௐ7RSௐௐ&RPSDQLHVௐIRUௐ'LYHUVLW\ௐE\ௐ'LYHUVLW\ௐ,QFௐ PDJD]LQHௐIRUௐDௐQLQWKௐFRQVHFXWLYHௐ\HDUௐ&XPPLQVௐUDQNHGௐVWௐRQௐWKHௐPDJD]LQH¶VௐOLVW   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV $SSUR[ௐ  :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV $SSUR[ௐ  /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐ SXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐ FRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" &XUUHQWO\ௐZHௐKDYHௐ6RXUFHZHOOௐ $SSUR[ௐ0ௐDQQXDOௐVDOHV ௐ+*$&ௐ $SSUR[ௐ.ௐ DQQXDOௐVDOHVௐ(TXDOLVௐ ௐVDOHVௐWRௐGDWH   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐ DQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐ KROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐ HDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ \HDUV" :HௐDUHௐFXUUHQWO\ௐLQௐSURFHVVௐRIௐUHVXEPLWWLQJௐWRௐ*6$  7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 0XQLFLSDOௐ(QJLQHHU'LUHFWRUௐRIௐ3XEOLFௐ:RUNV 7RZQVKLSௐRIௐ:HVWௐ2UDQJH /HRQDUGௐ5ௐ/HSRUHௐ3(  ௐ :HVWௐ1HZௐ<RUNௐ%RDUGௐRIௐ(GXFDWLRQ -DFNLHௐ=RLV ௐ([Wௐ %XUOLQJWRQௐ7RZQVKLSௐ1- *HRUJHௐ&RROLGJH  ௐ &LW\ௐRIௐ9LQHODQG 0HUFDGRௐ0LJXHO  ௐ Bid Number: RFP 092222 Vendor Name: Cummins Inc.       7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\ W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH \HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH 3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV 86ௐ$UP\ *RYHUQPHQW 'LVWULFWRI &ROXPELD'& $$036ௐ $GYDQFHGௐ0HGLXPௐ 0RELOHௐ3RZHUௐ3URJUDP ௐ0ௐDYJௐVDOH 0  86ௐ$LUIRUFH *RYHUQPHQW 'LVWULFWRI &ROXPELD'& %($5ௐ %DVLFௐ([SHGLWLRQDU\ௐ $LUILHOGௐ5HVRXUFH ௐDYJௐVDOH ௐ0  6FKRROVௐDWௐDOOௐ OHYHOVௐRIௐ HGXFDWLRQௐLQௐ DOOௐௐVWDWHVௐDQGௐ&DQDGLDQௐ 3URYLQFHV (GXFDWLRQ $ODEDPD$/ $SSUR[ௐௐRIௐ&XPPLQVௐ6DOHVௐ RFFXUௐWRௐ(GXFDWLRQDOௐFXVWRPHUV ௐௐNௐDYJௐVDOH %  6WDWHௐ*RY WௐLQௐ DOOௐௐVWDWHVௐ DQGௐ&DQDGDௐ 3URYLQFHV *RYHUQPHQW $ODEDPD$/ $SSUR[ௐௐRIௐ&XPPLQVௐ6DOHVௐ RFFXUௐWRௐ6WDWHௐ*RYHUQPHQWௐHQWLWLHV .ௐDYJௐVDOH %  1RQௐ3URILWVௐLQௐ DOOௐௐVWDWHVௐDQGௐ&DQDGLDQௐ 3URYLQFHV 1RQ3URILW $ODEDPD$/ $SSUR[ௐௐRIௐ&XPPLQVௐ6DOHVௐ RFFXUௐWRௐ1RQ3URILWV ௐ.ௐDYJௐVDOH 0  Bid Number: RFP 092222 Vendor Name: Cummins Inc.       7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHU RIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFKVHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUG SDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH $SSUR[ௐௐ3RZHUௐ*HQHUDWLRQௐVDOHVௐSURIHVVLRQDOVௐVXSSRUWHGௐE\ௐ3URMHFWௐ0DQDJHUVௐ DQGௐ6HUYLFHௐSHUVRQQHO   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐ PHWKRGV &XPPLQVௐRSHUDWHVௐJOREDOO\ௐDFURVVௐௐFRXQWULHVௐௐ,Qௐ1RUWKௐ$PHULFDௐZHௐFRQGXFWௐ EXVLQHVVௐDVௐ&XPPLQVௐ6DOHVௐDQGௐ6HUYLFHௐ1RUWKHUௐ$PHULFDௐ &661$ ௐௐ,Qௐ1RUWKௐ $PHULFDௐZHௐKDYHௐVDOHVௐDQGௐVHUYLFHௐSHUVRQQHOௐRSHUDWLQJௐDFURVVௐௐEUDQFKௐDQGௐSDUWVௐGLVWULEXWLRQௐFHQWHUVௐௐ:HௐIHHOௐWKLVௐJLYHVௐXVௐVWUDWHJLFௐFRQWUROௐRYHUௐLQYHQWRULHVௐ SDUWVௐVWRFNLQJௐDQGௐGHSOR\PHQWVௐRIௐVHUYLFHௐSHUVRQQHOௐWKDWௐLVௐXQLTXHௐLQௐRXUௐLQGXVWU\   6HUYLFHௐIRUFH $SSUR[ௐௐFHUWLILHGௐWHFKQLFLDQVௐRSHUDWLQJௐDFURVVௐௐEUDQFKSDUWVVHUYLFHௐFHQWHUVௐௐ 2XUௐJRDOௐLVௐQRWKLQJௐVKRUWௐRIௐVHUYLFHௐH[FHOOHQFHௐௐ6HUYLFHௐLVௐFULWLFDOௐWRௐRXUௐEXVLQHVVௐ PRGHOௐDQGௐWKDWௐFDQௐRQO\ௐEHௐDFKLHYHGௐE\ௐFRQWLQXRXVௐLPSURYHPHQWௐௐௐ7KLVௐDSSOLHVௐ IURPௐUHVSRQVHௐWLPHVௐWRௐSDUWVௐRUௐVHUYLFHௐGHOLYHULHVௐௐ,QௐVKRUWௐGRLQJௐZKDWௐZHௐVD\ௐZKHQௐZHௐVD\ௐDOOௐWKHௐWLPHௐ )285ௐ32,176ௐ2)ௐ7+(ௐ6(59,&(ௐ9$/8(ௐ352326,7,21 ௐ5HSDLUௐ9HORFLW\ௐ±ௐ(QKDQFHௐ8SWLPHௐIRUௐWKHௐ&XVWRPHUௐௐ([WHQVLYHௐORJLVWLFVௐQHWZRUNௐSURYLGHVௐWKHௐDYDLODELOLW\ௐRIௐSDUWVௐQHFHVVDU\ௐWRௐGHOLYHUௐWLPHO\ௐUHSDLUV ௐ5HSDLUௐ4XDOLW\ௐ±ௐ3HDFHௐRIௐ0LQGௐ2XUௐH[WHQVLYHௐH[SHULHQFHௐGHGLFDWHGௐWRௐWKHௐ &XPPLQVௐSURGXFWVௐPDNHVௐXVௐWKHௐVHUYLFHௐH[SHUWVௐௐ%HVWLQFODVVௐWUDLQLQJௐSURJUDPVௐIRUௐ WHFKQLFLDQVௐௐ6HUYLFHௐ([FHOOHQFHௐ±ௐ5HOLDELOLW\ௐDQGௐ&RQVLVWHQF\ௐௐௐ3UHGLFWLYHௐPDLQWHQDQFHௐ VROXWLRQVௐXWLOL]HௐGDWDௐDQGௐDQDO\WLFVௐWRௐSUHHPSWௐIDLOXUHVௐEHIRUHௐWKH\ௐRFFXU ௐ6HUYLFHௐ,QQRYDWLRQௐ±ௐ)OH[LELOLW\ௐDQGௐ&UHDWLYLW\ௐ7HFKQLFLDQVௐWKDWௐUHPDLQௐRQVLWHௐDWௐ FXVWRPHUV¶ௐSODFHVௐRIௐEXVLQHVVௐDQGௐDUHௐGHGLFDWHGௐWRௐVSHFLILFௐFXVWRPHUV‡ௐௐௐ%XPSHUௐWRௐ EXPSHUௐVHUYLFHௐFDSDELOLWLHV   'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐKDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐ RWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ 3URSRVHUௐDQGௐRWKHUV 2UGHUVௐZLOOௐEHௐKDQGOHGௐE\ௐWKHௐORFDOௐ&661$ௐVDOHVௐWHDPௐௐ7KHௐ6RXUFHZHOOௐPHPEHUௐQHHGௐVLPSO\ௐFRQQHFWௐZLWKௐWKHௐQDWLRQDOௐDFFRXQWௐPDQDJHUௐௐ7KHௐDFFRXQWௐPDQDJHUௐZLOOௐ WKHQௐUHDFKௐRXWௐWRௐWKHௐORFDOௐVDOHVௐWRௐFRQWDFWௐWKHௐPHPEHUௐ7KHௐORFDOௐVDOHVௐUHSௐZLOOௐ FRQQHFWௐZLWKௐWKHௐ6RXUFHZHOOௐPHPEHUௐDQGௐZRUNௐZLWKௐWKHPௐRQௐSURGXFWௐFRQILJXUDWLRQௐ ORFDOௐFRGHVௐDQGௐVWDQGDUGVௐDSSOLFDWLRQௐFRPPLVVLRQLQJௐDQGௐSUHYHQWDWLYHௐPDLQWHQDQFHௐ RSWLRQV   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐ SURJUDPௐLIௐDSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐ UHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐ FRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ VHUYLFHௐJRDOVௐRUௐSURPLVHV &XPPLQVௐ6DOHVௐDQGௐ6HUYLFHௐLVௐFRPPLWWHGௐWRௐSURYLGLQJௐH[FHSWLRQDOௐVDOHVௐVHUYLFHௐDQGௐSDUWVௐVXSSRUWௐDQGௐSUHYHQWDWLYHௐPDLQWHQDQFHௐSURJUDPVௐIRUௐDOOௐ&XPPLQVௐHQJLQHVௐ JHQHUDWRUVௐDQGௐUHODWHGௐFRPSRQHQWVௐ6WDIIHGௐE\ௐ&XPPLQVௐWUDLQHGௐDQGௐFHUWLILHGௐ SURIHVVLRQDOVௐRXUௐIDFLOLWLHVௐSURYLGHௐௐHPHUJHQF\ௐFDOORXWௐVHUYLFHௐௐGD\VௐDௐ\HDUௐ 2XUௐSURPLVHௐLVௐWRௐGHOLYHUௐH[FHSWLRQDOௐSURGXFWVௐGHSHQGDEOHௐVHUYLFHௐDQGௐUHOLDEOHௐVXSSRUWௐZKHQௐDQGௐZKHUHௐ\RXௐQHHGௐLWௐ2XUௐJRDOௐLVௐWRௐNHHSௐ\RXUௐHTXLSPHQWௐRQௐWKHௐ MREௐDQGௐRSHUDWLQJௐDWௐLWVௐSHDNௐHIILFLHQF\ௐ3OHDVHௐYLVLWௐRXUௐORFDWLRQVௐSDJHௐ KWWSVVDOHVDQGVHUYLFHFXPPLQVFRPORFDWLRQV   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ8QLWHGௐ6WDWHV ௐௐ2XUௐJRDOௐLVௐNHHSௐ\RXௐHTXLSPHQWௐRSHUDWLQJௐDWௐSHDNௐHIILFLHQF\   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD ௐௐ2XUௐJRDOௐLVௐNHHSௐ\RXௐHTXLSPHQWௐRSHUDWLQJௐDWௐSHDNௐHIILFLHQF\  ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐ IXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW 1RQH  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐ VHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRU SURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ WKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐ GHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐ KDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" 1RQH   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐ RUௐUHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV 1RQH  Bid Number: RFP 092222 Vendor Name: Cummins Inc.       7DEOH0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ 8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐ PDUNHWLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 6RXUFHZHOOௐPHPEHUVௐDUHௐRXUௐFXVWRPHUVௐௐ7KHௐGLIIHUHQFHௐLVௐWKDWௐZHௐKDYHௐKLVWRULFDOO\ௐ IROORZHGௐWKHௐELGVSHFௐSURFHVVௐUHTXLUHGௐE\ௐVWDWHௐODZௐRUௐSROLF\ௐௐ:HௐHGXFDWHௐDQGௐSURPRWHௐ 6RXUFHZHOOௐWRௐRXUௐUHJLRQDOௐVDOHVௐWHDPVௐDVௐDௐVWUHDPOLQHGௐSURFHVVௐIRUௐWKHVHௐH[LVWLQJௐ FXVWRPHUVௐ(QFORVHGௐLVௐDௐVDPSOHௐSUHVHQWDWLRQௐWKDWௐZHௐKDYHௐEHHQௐSUHVHQWLQJௐTXDUWHUO\ௐWRௐHGXFDWHௐRXUௐUHJLRQDOௐVDOHVௐWHDPVௐVLQFHௐ   'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐ PHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐ PDUNHWLQJௐHIIHFWLYHQHVV &XPPLQVௐXVHVௐVHYHUDOௐGLIIHUHQWௐW\SHVௐRIௐGLJLWDOௐPHGLXP  ௐ&50ௐௐ6DOHVIRUFHௐEDVHGௐௐXVHGௐWRௐWUDFNௐDOOௐFXVWRPHUௐFRQWDFWௐTXRWDWLRQVௐRUGHUVௐ SURMHFWௐVWDWXVௐELOOLQJௐHWFௐௐ,WௐLVௐKRZௐZHௐWUDFNௐDOOௐ6RXUFHZHOOௐPHPEHUௐSURMHFWV  ௐ/DQGLQJௐ3DJHௐௐௐRIௐKLWVௐLQGLFDWLRQௐLIௐRXUௐPDUNHWௐPHVVDJHVWUDWHJ\ௐLVௐZRUNLQJ ௐ&XPPLQVௐ:HEௐ3DJHௐௐIUHHௐDFFHVVௐWRௐ7HFKQLFDOௐGRFXPHQWDWLRQௐ 3RZHU6XLWH ௐDQGௐ $SSOLFDWLRQ7HFKQLFDOௐ6HPLQDUVௐ 3RZHU+RXU  ௐ:::&XPPLQVFRP ௐௐௐௐௐ$ௐIUHHௐLQGXVWU\ௐOHDGLQJௐRQOLQHௐWRROௐIRUௐSRZHUௐV\VWHPௐSURGXFWௐVL]LQJௐDQGௐௐௐௐௐௐௐVSHFLILFDWLRQௐJHQHUDWLRQ ௐௐ7DUJHWHGௐ'LJLWDOௐௐ+HDOWKFDUH'DWDௐ&HQWHUV(GXFDWLRQ*RYHUQPHQW ௐௐ/DQGLQJௐ3DJHVௐௐ0DUNHWௐVSHFLILFௐWDUJHWLQJ ௐௐ)O\HUVௐௐ3URGXFWௐ%URFKXUHVௐ:KLWHௐSDSHUVௐRQௐDSSOLFDWLRQ ௐௐ%UDQFKௐ6LJQDJHௐௐ/RFDOௐDGYHUWLVLQJ ௐௐ,QWHUQDOௐ&RPPXQLFDWLRQௐௐ)RFXVHGௐPHHWLQJVௐRQௐVSHFLILFௐPDUNHWVௐDQGௐFXVWRPHUV ௐௐ7UDGHௐ6KRZV   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐ LQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐ WKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐ VDOHVௐSURFHVV" 7KHௐ6RXUFHZHOOௐPDWHULDOௐLVௐH[FHOOHQWௐLQௐFRPPXQLFDWLQJௐDGYDQWDJHVௐWRௐPHPEHUVௐ :HௐVLPSO\ௐXVHௐWKDWௐPDWHULDOௐWRௐHGXFDWHௐDQGௐLQIRUPௐRXUௐRZQௐVDOHVௐIRUFHௐRQௐWKHௐDGYDQWDJHௐ WRௐHQGௐXVHUVௐ:HௐKDYHௐDOVRௐSDUWLFLSDWHGௐLQௐUHJLRQDOௐHYHQWVௐDQGௐWRௐOHDUQௐPRUHௐDERXWௐ6RXUFHZHOOௐDQGௐLWVௐPHPEHUV &XVWRPHUௐௐ3URMHFWௐ7UDFNLQJௐௐ&XPPLQVௐUHTXLUHVௐDOOௐFXVWRPHUௐSURMHFWVௐEHௐORJJHGௐLQWRௐRXUௐ &50ௐ 6DOHV)RUFH ௐௐ:HௐHVWDEOLVKHGௐDௐWUDFNLQJௐPHFKDQLVPௐIRUௐDOOௐ6RXUFHZHOOௐTXRWDWLRQVௐௐ SURMHFWVௐௐ:HௐDOVRௐUHTXLUHௐDOOௐ6RXUFHZHOOௐSURMHFWVௐWRௐKDYHௐVSHFLILFௐQDPLQJௐFRQYHQWLRQௐDVௐDௐ VHFRQGDU\ௐSURFHVVௐFKHFNௐௐ7KHௐ&50ௐWUDFNVௐIURPௐTXRWHௐWRௐZLQORVVௐWRௐSURMHFWௐVWDWXVௐ WKURXJKௐFORVXUH   $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐ DYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ RUGHULQJௐSURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐ HSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐ FXVWRPHUVௐKDYHௐXVHGௐLW :HௐXVHௐDQGௐVXSSRUWௐVHYHUDOௐGLIIHUHQWௐSURFXUHPHQWௐSRUWDOVௐVXFKௐDVௐ$ULEDௐ2UDFOHௐHWF  7DEOH9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 092222 Vendor Name: Cummins Inc.        'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐ WUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐFRVWVௐWKDWௐDSSO\ &XPPLQVௐRIIHUVௐDௐH[FHOOHQWௐWHFKQLFDOௐSODWIRUPௐWKDWௐLVௐIUHHௐWRௐDOOௐFXVWRPHUVௐ VHHௐEHORZ ௐௐ,Qௐ DGGLWLRQௐZHௐRIIHUௐIHHௐEDVHGௐKDQGVRQௐ3UHYHQWDWLYHௐ0DLQWHQDQFHௐWUDLQLQJௐWRௐFXVWRPHUVௐWKDWௐ FDQௐEHௐWDLORUHGௐWRௐWKHLUௐQHHGVௐௐ $Q\ௐFXVWRPHUௐFDQௐ&XPPLQVௐIRUௐVHUYLFHௐRUௐWHFKௐVXSSRUW ,QௐDGGLWLRQௐௐWKHUHௐDUHௐIUHHௐRQOLQHௐWHFKQLFDOௐUHVRXUFHVௐDYDLODEOHௐWRௐDQ\ௐFXVWRPHUௐௐ7KHVHௐ LQFOXGHௐERWKௐOLYHௐDQGௐSUHUHFRUGHGௐVHVVLRQௐVXFKௐDV 3RZHU+RXUௐWRSLFௐH[DPSOHVௐௐௐௐ)HDWXUHVௐRIௐ*HQHUDWRUௐ6HWௐ&RQWUROௐ%DVHGௐ3DUDOOHOLQJ ௐௐௐ1)3$ௐௐ7LPHௐWRௐ5HDGLQHVV ௐௐௐ1(&ௐ&RGHௐ&KDQJHVௐIRUௐ(PHUJHQF\ௐ3RZHUௐ6\VWHPV ௐௐௐ6SHFLI\LQJௐ*DVHRXVௐ*HQHUDWRUௐ6HWVௐௐௐ,QWURGXFWLRQௐWRௐ*HQHUDWRUௐ6HWௐ6L]LQJௐ6RIWZDUHௐ ௐௐௐ(PLVVLRQVௐDQGௐ$LUௐ3HUPLWWLQJௐIRUௐ(PHUJHQF\ௐ*HQHUDWRUௐ6HWV ௐௐௐ7UDQVIHUௐ6ZLWFKௐ2SHUDWLRQௐDQGௐ$SSOLFDWLRQ ௐௐௐ3DUDOOHOLQJௐ6ROXWLRQVௐௐௐௐ*HQHUDWRUௐ6HWௐ2YHUFXUUHQWௐ3URWHFWLRQ ௐௐௐ3RZHUௐ5DWLQJVௐIRUௐ(PHUJHQF\ௐ*HQHUDWRUௐ6HWV ௐௐௐ,PSRUWDQFHௐDQGௐ%HQHILWௐRIௐ6HOHFWLYHௐ&RRUGLQDWLRQௐ 7RௐDFFHVVௐWKHௐUHFRUGHGௐZHELQDUVௐRQGHPDQGௐDQGௐGRZQORDGௐSUHVHQWDWLRQVௐYLVLWௐZZZ&XPPLQVFRPௐ$OVRௐDQ\RQHௐFDQௐVXEVFULEHௐWRௐUHFHLYHௐ3RZHU+RXUௐLQYLWDWLRQV 3RZHUௐ6XLWHŒௐRIIHUVௐWKHௐIROORZLQJௐWRROVௐDQGௐUHVRXUFHV ௐௐ*HQ6L]HŒௐௐ6L]LQJௐWRROௐWRௐRSWLPL]HௐJHQHUDWRUௐVL]LQJௐDQGௐORDGௐSURILOHௐUHFRPPHQGDWLRQV ௐௐ*HQ&DOFŒௐௐ7RROVௐWRௐFDOFXODWHௐDௐUDQJHௐRIௐSURMHFWௐSDUDPHWHUVௐLQFOXGLQJௐYHQWLODWLRQௐVKRUWௐ FLUFXLWௐH[KDXVWௐSUHVVXUHௐUHPRWHௐFRROLQJௐDQGௐIXHOௐSLSHௐVL]LQJௐ ௐௐ*HQ6SHFŒௐௐ6SHFLILFDWLRQௐGHYHORSPHQWௐWRROௐWRௐSURYLGHௐDௐVDPSOHௐ VSHFLILFDWLRQVௐIRUௐ1RUWKௐ$PHULFDQௐDQGௐ(XURSHDQௐEDVHGௐDSSOLFDWLRQVௐIRUௐ*HQHUDWRUௐ6HWௐ$76ௐ DQGௐ3DUDOOHOLQJௐDSSOLFDWLRQVௐௐ7HFKௐ/LEUDU\ௐௐ7HFKQLFDOௐFDWDORJௐFRQVLVWLQJௐRIௐVSHFLILFDWLRQௐVKHHWVௐGDWDௐVKHHWVௐDQGௐ GUDZLQJVௐIRUௐ*HQHUDWRUௐVHWVௐ$76ௐ5HPRWHௐ0RQLWRULQJௐ1HWZRUNLQJௐDQGௐ3DUDOOHOLQJௐDSSOLFDWLRQV ௐௐ$FFUHGLWHGௐ&RQWLQXLQJௐ(GXFDWLRQௐௐ3URJUDPVௐWKDWௐRIIHUௐHGXFDWLRQDOௐ VHPLQDUVௐDQGௐZHELQDUVௐWRௐJURZௐ\RXUௐWHFKQRORJ\ௐDQGௐIXOILOOௐ\RXUௐFRQWLQXLQJௐSURIHVVLRQDOௐGHYHORSPHQWௐUHTXLUHPHQWV   'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐ DGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐ SURGXFWVௐRUௐVHUYLFHVௐRIIHU &XPPLQVௐLVௐDௐZRUOGௐOHDGHUௐLQௐHPLVVLRQVௐWHFKQRORJ\ௐZDVௐWKHௐILUVWௐWRௐLQWURGXFHௐPLFUR SURFHVVRUௐEDVHGௐJHQVHWௐFRQWUROVௐDQGௐLW Vௐ$76ௐSURGXFWVௐKDYHௐWKHௐKLJKHVWௐLQWHUUXSWௐUDWLQJVௐLQௐ WKHௐLQGXVWU\ 2XUௐVDOHVௐDQGௐVHUYLFHௐSHUVRQQHOௐDUHௐWUDLQHGௐDQGௐFHUWLILHGௐWRௐHQVXUHௐFXVWRPHUVௐUHFHLYHௐ SURIHVVLRQDOௐFDUH   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ \RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐ LQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐ DJHQF\ௐIRUௐHDFK &XPPLQVௐLVௐFRPPLWWHGௐWRௐLWVௐ3ODQHWௐௐ=HURௐ(PLVVLRQVௐ6WUDWHJ\ௐௐ7KHௐIROORZLQJௐDUHௐௐJRDOௐWRௐKHOSௐDFKLHYHௐWKDWௐVWUDWHJ\ 5HGXFHௐDEVROXWHௐJUHHQKRXVHௐJDVௐ *+* ௐHPLVVLRQVௐIURPௐIDFLOLWLHVௐDQGௐRSHUDWLRQVௐE\ௐ 5HGXFHௐVFRSHௐௐDEVROXWHௐOLIHWLPHௐ*+*ௐHPLVVLRQVௐIURPௐQHZO\ௐVROGௐSURGXFWVௐE\ௐ 3DUWQHUௐZLWKௐFXVWRPHUVௐWRௐUHGXFHௐVFRSHௐௐ*+*ௐHPLVVLRQVௐIURPௐSURGXFWVௐLQௐWKHௐILHOGௐE\ௐௐ PLOOLRQௐPHWULFௐWRQV 5HGXFHௐYRODWLOHௐRUJDQLFௐFRPSRXQGVௐHPLVVLRQVௐIURPௐSDLQWௐDQGௐFRDWLQJௐRSHUDWLRQVௐE\ௐ &UHDWHௐDௐFLUFXODUௐOLIHF\FOHௐSODQௐIRUௐHYHU\ௐSDUWௐWRௐXVHௐOHVVௐXVHௐEHWWHUௐXVHௐDJDLQ *HQHUDWHௐௐOHVVௐZDVWHௐLQௐIDFLOLWLHVௐDQGௐRSHUDWLRQVௐDVௐSHUFHQWௐRIௐUHYHQXH 5HXVHௐRUௐUHVSRQVLEO\ௐUHF\FOHௐௐRIௐSDFNDJLQJௐSODVWLFVௐDQGௐHOLPLQDWHௐVLQJOHXVHௐSODVWLFVௐ LQௐGLQLQJௐIDFLOLWLHVௐHPSOR\HHௐDPHQLWLHVௐDQGௐHYHQWV 5HGXFHௐDEVROXWHௐZDWHUௐFRQVXPSWLRQௐLQௐIDFLOLWLHVௐDQGௐRSHUDWLRQVௐE\ௐ   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐ WKHௐHTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐ FRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐJUHHQVXVWDLQDELOLW\ௐIDFWRUV 7KHUHௐDUHௐWZRௐNH\ௐFHUWLI\LQJௐHQWLWLHVௐWKDWௐDUHௐLPSRUWDQWௐWRௐRXUௐLQGXVWU\ௐDQGௐRXUௐFXVWRPHUVௐ (3$ௐDQGௐ8/ௐௐ$OOௐ&XPPLQVௐSURGXFWVௐDUHௐ(3$ௐFHUWLILHGௐIRUௐHPLVVLRQVௐFRPSOLDQFHௐௐ$OOௐ SURGXFWVௐDUHௐDOVRௐ8/ௐ/LVWHGௐDQGௐWHVWHG ,QௐDGGLWLRQௐ&XPPLQVௐKDVௐEHHQௐQDPHGௐRQHௐRIௐWKHௐZRUOG¶VௐWRSௐௐRUJDQL]DWLRQVௐLQQRYDWLQJௐIRUௐDௐEHWWHUௐHQYLURQPHQWDOௐIXWXUHௐEDVHGௐRQௐDௐUHYLHZௐRIௐWKHௐFRPSDQ\¶Vௐ³*UHHQௐ3DWHQWௐ 3RUWIROLR´ 7KHௐUDQNLQJௐLQௐ6DJDFLRXVௐ,3¶Vௐ*5((1ௐ,QGH[ௐIROORZVௐ&XPPLQV¶ௐUHFRUGௐ\HDUௐIRUௐJOREDOௐ SDWHQWVௐRIௐDOOௐW\SHVௐLQௐௐ7KHௐFRPSDQ\ௐUHFHLYHGௐௐJOREDOௐSDWHQWVௐWKDWௐ\HDUௐWRSSLQJௐLWVௐSUHYLRXVௐUHFRUGௐRIௐௐUHDFKHGௐLQௐௐ7KDW¶VௐDௐQHDUO\ௐௐLPSURYHPHQWௐRYHUௐ&XPPLQV¶ௐ SUHYLRXVௐUHFRUGௐDQGௐDௐPRUHௐWKDQௐௐLQFUHDVHௐRYHUௐ  Bid Number: RFP 092222 Vendor Name: Cummins Inc.        'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ %XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ %XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐ RZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐ KDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH ,QௐFRQFHUWௐZLWKௐWKHௐ:RPHQ Vௐ%XVLQHVVௐ(QWHUSULVHௐ1DWLRQDOௐ&RXQFLOௐ :%(1& ௐ&XPPLQVௐLVௐ SURXGௐWRௐEHௐLQFOXGHGௐRQௐWKHௐWKௐDQQXDOௐOLVWௐRIௐ$PHULFD Vௐ7RSௐ&RUSRUDWLRQVௐIRUௐ:RPHQ Vௐ %XVLQHVVௐ(QWHUSULVHVௐ :%(V ௐWKHௐRQO\ௐQDWLRQDOௐDZDUGௐKRQRULQJௐFRUSRUDWLRQVௐIRUௐZRUOGFODVVௐ VXSSOLHUௐGLYHUVLW\ௐSURJUDPVௐWKDWௐUHGXFHௐEDUULHUVௐDQGௐGULYHௐJURZWKௐIRUௐZRPHQRZQHGௐ EXVLQHVVHVௐ$VௐWKHௐRQO\ௐQDWLRQDOௐDZDUGௐKRQRULQJௐFRUSRUDWLRQVௐZKRௐFKRRVHௐWRௐLQFRUSRUDWHௐ SROLFLHVௐDQGௐSURJUDPVௐWRௐHQDEOHௐJURZWKௐDQGௐUHGXFHௐEDUULHUVௐIRUௐZRPHQRZQHGௐEXVLQHVVHVௐ &XPPLQVௐLVௐFRPPLWWHGௐWRௐLQFUHDVLQJௐRSSRUWXQLW\ௐLQௐPDUNHWVௐERWKௐGRPHVWLFDOO\ௐDQGௐLQWHUQDWLRQDOO\ௐIXHOLQJௐLQQRYDWLRQௐDQGௐHPSRZHULQJௐFRPPXQLWLHVௐWKURXJKௐHFRQRPLFௐJURZWKௐDQGௐ MREௐFUHDWLRQௐௐ:%(1&ௐLVௐWKHௐODUJHVWௐWKLUGSDUW\ௐFHUWLILHUௐRIௐEXVLQHVVHVௐRZQHGௐFRQWUROOHGௐ DQGௐRSHUDWHGௐE\ௐZRPHQௐLQௐWKHௐ8QLWHGௐ6WDWHV   :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ \RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ \RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" &XPPLQVௐLVௐDௐZHOOௐNQRZQௐVXSSOLHUௐWRௐPRVWௐ6RXUFHZHOOௐPHPEHUVௐௐ&XPPLQVௐLVௐXQLTXHௐLQௐ WKDWௐLWௐRZQVௐLWVௐ1RUWKௐ$PHULFDQௐGLVWULEXWRUVௐௐ:KLFKௐPHDQVௐPHPEHUVௐDUHௐGHDOLQJௐZLWKௐ &XPPLQVௐ,QFௐDQGௐQRWௐDௐUGௐSDUW\ௐGHDOHUௐRUௐ//&ௐௐ7KLVௐJLYHVௐ&XPPLQVௐGLUHFWௐFRQWUROௐRYHUௐ LVௐVDOHVௐDQGௐVHUYLFHௐRUJDQL]DWLRQVௐௐ:HௐIHHOௐWKLVௐLVௐDௐWUHPHQGRXVௐDGYDQWDJHௐWRௐ6RXUFHZHOOௐ PHPEHUV  7DEOH:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUH DQGRYHUDOOVWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQW XSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐ ODERU" &XPPLQVௐRIIHUVௐDௐௐ\HDUௐFRPSUHKHQVLYHௐZDUUDQW\ௐௐ$GGLWLRQDOௐFRYHUDJHௐLVௐ DYDLODEOHௐSDVWௐWKHௐௐ\HDUV   'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐ RWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" 1RQHௐDVௐORQJௐDVௐWKHௐSURGXFWௐLVௐDSSOLHGௐSURSHUO\ௐDQGௐURXWLQHௐPDLQWHQDQFHௐLVௐ SHUIRUPHGௐௐ,WௐZRXOGௐH[FOXGHௐQRUPDOௐZHDUௐLWHPVௐVXFKௐDVௐEHOWVௐKRVHVௐILOWHUV   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐ WHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" <HV   $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐ FDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐVHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" 1R   :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐ RUௐDUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐ WRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" &XPPLQVௐFRYHUVௐDQ\ௐSURGXFWVௐVXSSOLHGௐE\ௐXVௐௐ,IௐWKHUHௐKDSSHQHGௐWRௐEHௐUGௐSDUW\ௐVXSSOLHUௐLQYROYHGௐWKDWௐZRXOGௐEHௐKDQGOHGௐLQWHUQDOO\ௐE\ௐ&XPPLQVௐVRௐWKDWௐ HQGௐXVHUVௐZRXOGௐQRWௐEHௐEXUGHQHGௐE\ௐWKDWௐLVVXH   :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐ SURJUDPVௐDQGௐSROLFLHV" &XPPLQVௐGRHVௐQRWௐH[FKDQJHௐRUௐDFFHSWௐUHWXUQHGௐSURGXFWVௐௐ,QௐWKHௐUDUHௐFDVHௐ WKHUHௐLVௐDQௐLVVXHௐ&XPPLQVௐZLOOௐIL[ௐLQௐSODFHௐRUௐUHSODFHௐLIௐWKHௐSURGXFWௐLVௐVWLOOௐ XQGHUௐZDUUDQW\ௐௐ:HௐFDQௐDOVRௐSURYLGHௐDVVLVWDQFHௐWRௐIDFLOLWDWHௐXVHGௐ HTXLSPHQWௐVDOHVௐRUௐWUDGHௐLQV   'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐ LWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO &XPPLQVௐRIIHUVௐPXOWLSOHௐ3UHYHQWDWLYHௐ0DLQWHQDQFHௐFRQWUDFWௐRSWLRQVௐௐ,WௐUHDOO\ௐ GHSHQGVௐXSRQௐWKHௐDSSOLFDWLRQௐDQGRUௐFXVWRPHUௐUHTXHVWHGௐVHUYLFH Bid Number: RFP 092222 Vendor Name: Cummins Inc.       7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐ PHWKRGV 1HWௐௐGD\Vௐௐ6WDQGDUGௐFRPPHUFLDOௐSXUFKDVHௐRUGHUௐDQGௐLQYRLFH   'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐ E\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV 1RQHௐDWௐWKLVௐWLPH   'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐ SURSRVHௐWRௐXVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐ RUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐ DJUHHPHQWVௐHWF ௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH :HௐZRXOGௐSURYLGHௐDௐFRPPHUFLDOௐTXRWDWLRQௐLQௐDFFRUGDQFHௐZLWKௐ 6RXUFHZHOOௐFRQWUDFWௐWHUPVௐௐ,IௐUHTXHVWHGௐZHௐFRXOGௐDOVRௐSURYLGHௐDௐ 3UHYHQWDWLYHௐ0DLQWHQDQFHௐDJUHHPHQWௐEDVHGௐXSRQௐFXVWRPHUௐ DSSOLFDWLRQQHHGV   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐZHௐDFFHSWௐ3FDUGௐDQGௐWKHUHௐLVௐQRௐIHH  7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQ EHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDVGHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW &KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐ SURGXFWFDWHJRU\ௐGLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐ GLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ 6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,Iௐ DSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH &XPPLQVௐKDVௐHOLPLQDWHGௐ0653ௐDQGௐ/LVWௐSULFLQJௐIRUௐ&RPPHUFLDOௐ SURGXFWVௐௐ:KDWௐZHௐSURSRVHௐLVௐDௐFRVWௐSOXVௐIL[HGௐPDUNXSௐRQௐDOOௐ&XPPLQVௐFRQWHQWௐ,QௐHVVHQFHௐLQVWHDGௐRIௐJRLQJௐIURPௐ0653ௐZLWKௐDௐ GLVFRXQWௐWRௐDFKLHYHௐDௐWDUJHWௐPDUJLQௐௐ:HௐJRௐIURPௐFRVWௐWRௐDFKLHYHௐ WKHௐWDUJHWௐPDUJLQ  4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐ SURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ \RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ 0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH &XPPLQVௐZLOOௐRIIHUௐDௐPHPEHUௐSULFHௐWKDWௐLVௐDSSUR[ௐௐEHORZௐ)DLUௐ 0DUNHWௐ9DOXHௐௐ7KHௐVDOHVௐSHUVRQௐZLOOௐEHௐDOORZHGௐWRௐJRௐORZHUௐWKDQௐ WKDWௐSULFHௐLIௐUHTXLUHG  'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐ SURJUDPVௐWKDWௐ\RXௐRIIHU 1RQHௐௐ0RVWௐWUDQVDFWLRQVௐDUHௐRQHRIIௐSURGXFWௐRUௐSURMHFW   3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐ UHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐ PD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐ SHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐ UHTXHVW $OOௐ&XPPLQVௐSULFLQJௐLVௐEDVHGௐXSRQௐDௐWDUJHWௐPDUJLQௐIURPௐFRVWௐ FRVWௐ SOXV ௐௐ:HௐZRXOGௐPDLQWDLQௐWKDWௐWDUJHWௐPDUJLQௐRQௐDOOௐ&XPPLQVௐFRQWHQWௐௐ:HௐZRXOGௐDOVRௐRIIHUௐGLVFRXQWVௐRQௐDQ\ௐVHUYLFHௐUHTXHVWHG  ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ 127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐ SXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐ VKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐ FRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU 2XUௐTXRWDWLRQௐZRXOGௐLQFOXGHௐDOOௐUHTXLUHGௐLWHPVௐOHVVௐLQVWDOODWLRQௐWKDWௐ DUHௐUHTXLUHGௐWRௐIXOILOOௐWKHௐSURMHFWௐUHTXLUHPHQWVௐௐ,WHPL]HGௐSULFLQJௐLVௐ DYDLODEOHௐVRௐWKDWௐDOOௐSURGXFWௐDQGௐVHUYLFHVௐTXRWHGௐDUHௐDFFRXQWHGௐIRUௐ DQGௐRSHQௐIRUௐUHYLHZGLVFXVVLRQ  ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐ FRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP &XPPLQVௐTXRWHௐLIௐEDVHGௐXSRQௐ)2%ௐIDFWRU\ௐZLWKௐ)UHLJKWௐDOORZHGௐWRௐ ILUVWௐSRLQWௐRIௐGHVWLQDWLRQௐLQௐWKHௐFRQWLJXRXVௐௐVWDWHVௐ7KHUHௐPD\ௐEHௐ SRWHQWLDOௐIUHLJKWௐFKDUJHVௐRQௐUGௐSDUW\ௐFRQWHQWௐLIௐUHTXLUHG   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐ SURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\ )UHLJKWௐLVௐDOORZHGௐWRௐWKHௐILUVWௐGHVWLQDWLRQௐLQௐWKHௐFRQWLJXRXVௐௐ VWDWHVௐௐ7KHUHௐZRXOGௐEHௐDGGLWLRQDOௐFRVWௐIRUௐDQ\ௐRIIVKRUHௐGHOLYHULHVௐௐ:HௐFRXOGௐFRRUGLQDWHௐVKLSPHQWௐRUௐWKHௐFXVWRPHUௐFRXOGௐXVHௐWKHLUௐRZQௐ IUHLJKWௐIRUZDUGHUௐௐ7KHUHௐZRXOGௐEHௐQRௐIUHLJKWௐFKDUJHௐWRௐWKHௐILUVWௐSRUWௐ LQௐWKHௐFRQWLJXRXVௐ86   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO :KLOHௐQRQHௐDUHௐRIIHUHGௐLQௐWKHௐSURSRVDOௐZHௐGRௐKDYHௐIUHLJKWௐRSWLRQVௐ IRUௐDGGLWLRQDOௐFRVWௐௐ'HGLFDWHGௐWUXFNௐWDQGHPௐGULYHUVௐHWF  Bid Number: RFP 092222 Vendor Name: Cummins Inc.       7DEOH3ULFLQJ2IIHUHG /LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ GHSDUWPHQWV 6RXUFHZHOOௐPHPEHUVௐZRXOGௐ UHFHLYHௐDSSUR[ௐௐORZHUௐ SULFHVௐWKDQௐ)DLUௐPDUNHWௐYDOXH 7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐ ZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐ UHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ 9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ3URYLGHௐ VXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ 6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWH $OOௐSURMHFWVௐDUHௐORJJHGௐLQWRௐWKHௐ&XPPLQVௐ&50ௐVRIWZDUHௐWRROௐ 6DOHVIRUFH ௐௐ7KLVௐWRROௐWUDFNVௐIURPௐLQTXLU\ௐWRௐZRQORVVௐWRௐ LQWHUQDOௐSURMHFWௐVWDWXVௐDQGௐILQDOO\ௐZRQௐSURMHFWௐFORVHGௐ3URMHFWௐ VWDWXVௐFORVHGௐLVௐWKHௐSULPDU\ௐௐVRUWௐDQGௐWKLVௐGHWHUPLQHVௐWKHௐ WRWDOௐTXDUWHUO\ௐVDOHVௐWRௐPHPEHUVௐௐ7KDWௐVDOHVௐWRWDOௐ FORVHGௐLQௐ WKHௐTXDUWHU ௐLVௐZKDWௐLVௐXVHGௐWRௐFDOFXODWHௐWKHௐ6RXUFHZHOOௐIHH   ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐ VXFFHVVௐZLWKௐWKHௐFRQWUDFW 3OHDVHௐVHHௐ&50ௐ6RXUFHZHOOௐ5HSRUWௐௐ4XDUWHUO\ௐVDOHVௐDUHௐWUDFNHGௐLQௐWKHௐ&50ௐௐ7KHVHௐLQFOXGHVௐWKHௐQXPEHUௐRIௐRSHQௐ RSSRUWXQLWLHVௐSURMHFWVௐZRQௐSURMHFWVௐORVWௐSURMHFWVௐFORVHG   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ 6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ &RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐ LVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ 0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV ௐRIௐZKROHௐJRRGVௐVDOHV  7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐ DUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO $OOௐFRPPHUFLDOௐJHQHUDWRUௐSURGXFWVௐGLHVHOௐDQGௐQDWXUDOௐJDVSURSDQHௐIURPௐNZௐWRௐ0:ௐௐDQGௐ$XWRPDWLFௐ7UDQVIHUௐ6ZLWFKHVௐ $76 ௐௐDPSVௐWRௐௐDPSVௐௐ7KHVHௐ DUHௐVKRZQௐE\ௐPRGHOௐௐRQௐWKHௐSULFLQJௐVKHHWV   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐ VXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐ WLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐ VHUYLFHV 6XEௐFDWHJRULHVௐDUHௐSDUWVௐDFFHVVRULHVௐ(QJWR2UGHUௐVROXWLRQVௐௐ6HHௐSULFHௐVKHHWV  7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDO FRPPHQWVLQWKHWH[WER[SURYLGHGDVQHFHVVDU\ /LQH ,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV  6WDWLRQDU\ௐHOHFWULFDOௐJHQHUDWLRQௐV\VWHPVௐEDFNXSௐRUௐ VWDQGE\ௐJHQHUDWRUௐVHWVௐPRELOHௐDQGௐJURXQGௐSRZHUௐ XQLWVௐDQGௐWUDLOHUௐPRXQWHGௐJHQHUDWRUV <HV 1R 3URGXFWௐUDQJHௐLVௐPZ   3DUWVௐDQGௐDFFHVVRULHVௐLQFOXGLQJௐHQFORVXUHVௐIXHOௐ WDQNVௐDXWRPDWLFௐWUDQVIHUௐVZLWFKHVௐSDUDOOHOLQJௐHTXLSPHQWௐVZLWFKௐJHDUVௐFRQQHFWLRQௐER[HVௐFRQWUROVௐ DODUPௐPRGXOHVௐEDWWHULHVௐEORFNௐKHDWHUVௐDQGௐ QHWZRUNLQJௐWRROV <HV 1R $OOௐVWDQGDUGௐRSWLRQVௐLQௐRXUௐRIIHULQJ   5HODWHGௐVHUYLFHVௐLQFOXGLQJௐGHVLJQௐFXVWRPL]DWLRQௐ HQJLQHHULQJௐFRPPLVVLRQLQJௐLQVWDOODWLRQௐGHOLYHU\ௐ PDLQWHQDQFHௐUHSDLUௐWUDLQLQJௐDQGௐRSHUDWLRQௐVHUYLFHௐDQGௐPDLQWHQDQFHௐDJUHHPHQWVௐGHFRPPLVVLRQLQJௐDQGௐ UHSXUSRVLQJௐFXVWRPௐVKRSௐZRUNௐDQGௐUHQWDOௐVHUYLFHV <HV 1R &XPPLQVௐLVௐQRWௐLQௐWKHௐUHQWDOௐEXVLQHVVௐKRZHYHUௐ ZHௐGRௐVHOOௐUHQWDOௐSURGXFWV  Bid Number: RFP 092222 Vendor Name: Cummins Inc.       Bid Number: RFP 092222 Vendor Name: Cummins Inc. Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." Pricing - Sourcewell final pricing submission.pdf - Tuesday September 20, 2022 11:21:31 Financial Strength and Stability - 2022-02-03_Cummins_Reports_Fourth_Quarter_and_Full_Year_2021 546 (1).pdf - Monday August 08, 2022 09:02:52 Marketing Plan/Samples - Sourcewell GPO Training.pdf - Tuesday September 20, 2022 13:04:49 WMBE/MBE/SBE or Related Certificates - Awards.PNG - Monday August 29, 2022 15:02:03 Warranty Information - Warranty - Commercial Generators.pdf - Monday August 29, 2022 14:49:07 Standard Transaction Document Samples - Sample - Sourcewell Project Tracking .xlsx - Thursday September 22, 2022 08:51:01 Upload Additional Document - PowerSuite and Power Hour - On line tech training and documentation.pdf - Thursday September 08, 2022 10:41:06       $GGHQGD7HUPVDQG&RQGLWLRQV   352326(5$)),'$9,7$1'$6685$1&(2)&203/,$1&( ,FHUWLI\WKDW,DPWKHDXWKRUL]HGUHSUHVHQWDWLYHRIWKH3URSRVHUVXEPLWWLQJWKHIRUHJRLQJ3URSRVDOZLWKWKHOHJDODXWKRULW\WRELQGWKH 3URSRVHUWRWKLV$IILGDYLWDQG$VVXUDQFHRI&RPSOLDQFH  7KH3URSRVHULVVXEPLWWLQJWKLV3URSRVDOXQGHULWVIXOODQGFRPSOHWHOHJDOQDPHDQGWKH3URSRVHUOHJDOO\H[LVWVLQJRRGVWDQGLQJLQ WKHMXULVGLFWLRQRILWVUHVLGHQFH   7KH3URSRVHUZDUUDQWVWKDWWKHLQIRUPDWLRQSURYLGHGLQWKLV3URSRVDOLVWUXHFRUUHFWDQGUHOLDEOHIRUSXUSRVHVRIHYDOXDWLRQIRU FRQWUDFWDZDUG   7KH3URSRVHULQFOXGLQJDQ\SHUVRQDVVLVWLQJZLWKWKHFUHDWLRQRIWKLV3URSRVDOKDVDUULYHGDWWKLV3URSRVDOLQGHSHQGHQWO\DQGWKH 3URSRVDOKDVEHHQFUHDWHGZLWKRXWFROOXGLQJZLWKDQ\RWKHUSHUVRQFRPSDQ\RUSDUWLHVWKDWKDYHRUZLOOVXEPLWDSURSRVDOXQGHU WKLVVROLFLWDWLRQDQGWKH3URSRVDOKDVLQDOOUHVSHFWVEHHQFUHDWHGIDLUO\ZLWKRXWDQ\IUDXGRUGLVKRQHVW\7KH3URSRVHUKDVQRW GLUHFWO\RULQGLUHFWO\HQWHUHGLQWRDQ\DJUHHPHQWRUDUUDQJHPHQWZLWKDQ\SHUVRQRUEXVLQHVVLQDQHIIRUWWRLQIOXHQFHDQ\SDUWRI WKLVVROLFLWDWLRQRURSHUDWLRQVRIDUHVXOWLQJFRQWUDFWDQGWKH3URSRVHUKDVQRWWDNHQDQ\DFWLRQLQUHVWUDLQWRIIUHHWUDGHRU FRPSHWLWLYHQHVVLQFRQQHFWLRQZLWKWKLVVROLFLWDWLRQ$GGLWLRQDOO\LI3URSRVHUKDVZRUNHGZLWKDFRQVXOWDQWRQWKH3URSRVDOWKH FRQVXOWDQW DQLQGLYLGXDORUDFRPSDQ\ KDVQRWDVVLVWHGDQ\RWKHUHQWLW\WKDWKDVVXEPLWWHGRUZLOOVXEPLWDSURSRVDOIRUWKLV VROLFLWDWLRQ   7RWKHEHVWRILWVNQRZOHGJHDQGEHOLHIDQGH[FHSWDVRWKHUZLVHGLVFORVHGLQWKH3URSRVDOWKHUHDUHQRUHOHYDQWIDFWVRU FLUFXPVWDQFHVZKLFKFRXOGJLYHULVHWRDQRUJDQL]DWLRQDOFRQIOLFWRILQWHUHVW$QRUJDQL]DWLRQDOFRQIOLFWRILQWHUHVWH[LVWVZKHQD YHQGRUKDVDQXQIDLUFRPSHWLWLYHDGYDQWDJHRUWKHYHQGRU¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURO RIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI   ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDW KWWSVVDPJRY6$0RU   3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHG Bid Number: RFP 092222 Vendor Name: Cummins Inc.       E\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\ 3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVH UHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶V$IILGDYLWKDYHWKHOHJDODXWKRULW\WRVXEPLWWKLV 3URSRVDORQEHKDOIRIWKH3URSRVHUDQGWKDWWKLVHOHFWURQLFDFNQRZOHGJPHQWKDVWKHVDPHOHJDOHIIHFWYDOLGLW\DQGHQIRUFHDELOLW\DVLI, KDGKDQGVLJQHGWKH3URSRVDO7KLVVLJQDWXUHZLOOQRWEHGHQLHGVXFKOHJDOHIIHFWYDOLGLW\RUHQIRUFHDELOLW\VROHO\EHFDXVHDQHOHFWURQLF VLJQDWXUHRUHOHFWURQLFUHFRUGZDVXVHGLQLWVIRUPDWLRQ.LUN$GDPV6U$FFRXQW([HFXWLYH±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id Number: RFP 092222 Vendor Name: Cummins Inc.       Notes and Exclusions: Standard Commercial Generator 1. All prices quoted above are standard base genset models with radiator. Additional options available to meet AHJ or regional specifications. 2. All KW ratings indicated in price sheet are standby ratings. 3. Additional Cummins factory features and options will match target priced for base model. 4. Startup will be priced separately based on location and project specific requirements. 5. Any initial onsite emission testing that may be needed is not included in the above pricing. 6. Freight is included for Cummins product in the contiguous 48. However, additional freight charges may apply for 3rd party items. 7. Cummins is committed to introducing new models. Contact your National Account Executive 8. All products have been quoted at standard industry voltages (120V/240V) single phase. Additional voltages are available. 9. For Canadian customers - Please note all prices are listed in US dollars. 10. Please refer to Bank of Canada posted daily rates to calculate exchange rate to Canadian Dollar prices. 11. Open market pricing will apply for non-cummins content Standard Commercial Generators Model #KW FUEL Emission PHASE Sourcewell Member C10D6 10KW DIESEL EPA Tier 4i 1 or 3 10,679.50$ C15D6 15KW DIESEL EPA Tier 4i 1 or 3 10,090.68$ C20D6 20KW DIESEL EPA Tier 4i 1 or 3 11,950.31$ C25D6 25KW DIESEL EPA Tier 3 1 or 3 12,383.85$ C30D6 30KW DIESEL EPA Tier 3 1 or 3 12,424.84$ C35D6 35KW DIESEL EPA Tier 3 1 or 3 12,608.70$ C40D6 40KW DIESEL EPA Tier 3 1 or 3 12,982.61$ C50D6 50KW DIESEL EPA Tier 3 1 or 3 13,315.53$ C60D6 50KW DIESEL EPA Tier 3 1 or 3 14,414.91$ C50D6C 60KW DIESEL EPA Tier 3 1 or 3 15,218.63$ C60D6C 60KW DIESEL EPA Tier 3 1 or 3 16,448.45$ C80D6C 80KW DIESEL EPA Tier 3 1 or 3 17,777.64$ C100D6C 100KW DIESEL EPA Tier 3 1 or 3 20,759.01$ C125D6C 125KW DIESEL EPA Tier 3 1 or 3 21,539.13$ C125D6D 125KW DIESEL EPA Tier 3 1 or 3 23,914.29$ C150D6D 150KW DIESEL EPA Tier 3 1 or 3 29,638.51$ C175D6D 175KW DIESEL EPA Tier 3 1 or 3 32,457.14$ C200D6D 200KW DIESEL EPA Tier 3 1 or 3 33,121.74$ 230DSHAD 200KW DIESEL EPA Tier 3 1 or 3 39,529.19$ 250DQDAA 250KW DIESEL EPA Tier 3 3 42,223.60$ 275DQDAB 275KW DIESEL EPA Tier 3 3 40,406.21$ 300DQDAC 300KW DIESEL EPA Tier 3 3 47,180.12$ 400DFEJ 400KW DIESEL EPA Tier 2 2 63,171.43$ 500DFEK 500KW DIESEL EPA Tier 2 2 66,345.34$ 600DQCA 600KW DIESEL EPA Tier 2 2 98,337.89$ 750DQCB 750KW DIESEL EPA Tier 2 3 119,874.53$ 800DQCC 800KW DIESEL EPA Tier 2 3 129,032.30$ 900DQFAC 900KW DIESEL EPA Tier 2 3 172,911.80$ 1000DQFAD 1000KW DIESEL EPA Tier 2 3 166,429.81$ The units below require applicaton, code, and 3rd party considerations. Please contact National Account Mgr for pricing and delivery C1250D6E 1250kW DIESEL EPA Tier 2 3 223,608.87$ C1500D6E 1500kW DIESEL EPA Tier 2 3 255,651.79$ 1750 DQKAA 1750KW DIESEL EPA Tier 2 3 305,223.60$ 1750DQKAD 1750KW DIESEL EPA Tier 2 3 368,708.07$ 2000 DQKAB 200KW DIESEL EPA Tier 2 3 354,083.23$ 2000DQKAE 2000KW DIESEL EPA Tier 2 3 364,598.76$ 2250 DQKAF 2250KW DIESEL EPA Tier 2 3 446,488.20$ 2500 DQKAN 2500KW DIESEL EPA Tier 2 3 503,040.99$ 2500DQLE 2500KW DIESEL EPA Tier 2 3 575,817.39$ 2750DQLF 2750KW DIESEL EPA Tier 2 3 634,439.75$ C3000 D6E 3000kKW DIESEL EPA Tier 2 3 765,166.46$ C3250 D6E 3250KW DIESEL EPA Tier 2 3 801,009.94$ Stby Gas C20N6 20KW NG/ Propane EPA 1 or 3 7,874.53$ C25N6 25KW NG/ Propane EPA 1 or 3 8,218.63$ C30N6 30KW NG/ Propane EPA 1 or 3 8,749.07$ C36N6 36KW NG/ Propane EPA 1 or 3 10,935.40$ C40N6 40KW NG/ Propane EPA 1 or 3 11,782.61$ C45N6 45KW NG/ Propane EPA 1 or 3 13,094.41$ C50N6 50KW NG/ Propane EPA 1 or 3 14,306.83$ C60N6 60KW NG/ Propane EPA 1 or 3 15,709.32$ C70N6 70KW NG/ Propane EPA 1 or 3 17,351.55$ C80N6 80KW NG/ Propane EPA 1 or 3 19,037.27$ C100N6 100KW NG/ Propane EPA 1 or 3 21,418.63$ C125N6 125kw NG/ Propane EPA 1 or 3 26,667.08$ C150N6 150kw NG/ Propane EPA 1 or 3 31,176.40$ C175N6B 175kW NG/ Propane EPA 1 or 3 43,722.98$ C200N6B 200kW NG/ Propane EPA 1 or 3 53,043.48$ C200N6 200kW NG/ Propane EPA 1 or 3 79,718.01$ C250N6 250kW NG/ Propane EPA 1 or 3 95,526.71$ C300N6 300kW NG/ Propane EPA 1 or 3 105,455.90$ C350N6 350kW NG/ Propane EPA 1 or 3 137,711.80$ C400N6 400kW NG/ Propane EPA 1 or 3 166,096.89$ C450N6 450kW NG/ Propane EPA 1 or 3 179,670.81$ C500N6B 500kW NG/ Propane EPA 1 or 3 191,927.95$ C550N6 550kW NG/ Propane EPA 1 or 3 233,298.14$ C600N6 600kW NG/ Propane EPA 1 or 3 284,433.54$ C650N6 650kW NG/ Propane EPA 1 or 3 289,122.98$ C750N6 750kW NG/ Propane EPA 1 or 3 319,086.96$ C1000N6B 1000kW NG/ Propane EPA 1 or 3 398,134.16$ C1300N6 1300kW NG/ Propane EPA 1 or 3 407,298.14$ Additional NG units available upon request. Contact National Account Mgr for pricing and delivery Rental Pwr C70D2RE 70KW Diesel EPA T4F 3 70,416.15$ C100D2RE 100KW Diesel EPA T4F 3 80,626.09$ C150D2RE 150KW Diesel EPA T4F 3 99,122.98$ C200D2RE 200KW Diesel EPA T4F 3 118,982.61$ C275D2RE 275KW Diesel EPA T4F 3 152,759.01$ C500D6RE 500KW Diesel EPA T4F 3 270,316.77$ C1000D6RE 1000kW Diesel EPA T4F 3 635,517.50$ Due to the high 3rd party content and long lead time - Please contact National Account Mgr for for Sourcewell Pricing and delivery Automatic Transfer Switches (ATS) Notes and Exclusions All prices quoted above are standard base models; 3pole with NEMA1 cabinet. options available to include NEMA3R, 4 pole, closed transfer mode, etc. for additional pricing. Startup will be priced separately based on location and project specific requirements. Freight is FOB jobsite, freight allowed in the contiguous 48. Model #Amp Enclosure Listing Pole OTECA 40 Nema 1 UL-1008 3 1,734$ OTECA 70 Nema 1 UL-1008 3 1,783$ OTECA 125 Nema 1 UL-1008 3 1,812$ OTECB 150 Nema 1 UL-1008 3 1,975$ OTECB 225 Nema 1 UL-1008 3 2,601$ OTECB 260 Nema 1 UL-1008 3 2,793$ OTECC 300 Nema 1 UL-1008 3 3,123$ OTECC 400 Nema 1 UL-1008 3 3,340$ OTECC 600 Nema 1 UL-1008 3 5,964$ OTECD 800 Nema 1 UL-1008 3 7,424$ OTECD 1000 Nema 1 UL-1008 3 10,860$ OTECE 1200 Nema 1 UL-1008 3 11,119$ OTEC SE A 40 Nema 1 UL-1008 3 4,502$ OTEC SE A 70 Nema 1 UL-1008 3 4,211$ OTEC SE A 100 Nema 1 UL-1008 3 4,229$ OTEC SE A 125 Nema 1 UL-1008 3 4,246$ OTEC SE B 150 Nema 1 UL-1008 3 4,616$ OTEC SE B 200 Nema 1 UL-1008 3 5,521$ OTEC SE B 225 Nema 1 UL-1008 3 5,975$ OTEC SE B 250 Nema 1 UL-1008 3 6,752$ OTEC SE C 300 Nema 1 UL-1008 3 6,436$ OTEC SE C 400 Nema 1 UL-1008 3 6,927$ OTEC SE C 600 Nema 1 UL-1008 3 9,371$ OTEC SE D 800 Nema 1 UL-1008 3 12,661$ OTEC SE D 1000 Nema 1 UL-1008 3 14,480$ High Interrup ATS X-Series CXSB 40 Nema 1 UL-1008 3 5,706$ CXSB 70 Nema 1 UL-1008 3 5,407$ CXSB 125 Nema 1 UL-1008 3 5,522$ CXSB 150 Nema 1 UL-1008 3 5,611$ CXSB 225 Nema 1 UL-1008 3 6,396$ CXSB 260 Nema 1 UL-1008 3 6,779$ CXSB 300 Nema 1 UL-1008 3 7,704$ CXSB 400 Nema 1 UL-1008 3 8,017$ CXTC 150 Nema 1 UL-1008 3 7,124$ CXTC 225 Nema 1 UL-1008 3 7,340$ CXTC 260 Nema 1 UL-1008 3 7,722$ CXTC 300 Nema 1 UL-1008 3 8,648$ CXTC 400 Nema 1 UL-1008 3 9,358$ CXTC 600 Nema 1 UL-1008 3 10,388$ CXTD 600 Nema 1 UL-1008 3 10,601$ CXTD 800 Nema 1 UL-1008 3 12,793$ CXRE 1000 Nema 1 UL-1008 3 18,938$ CXRE 1200 Nema 1 UL-1008 3 19,361$ CXRF 1200 Nema 1 UL-1008 3 19,766$ CXRF 1600 Nema 1 UL-1008 3 21,963$ CXRG 1600 Nema 1 UL-1008 3 21,709$ CXRG 2000 Nema 1 UL-1008 3 24,123$ CXRH 2600 Nema 1 UL-1008 3 33,616$ CXRH 3000 Nema 1 UL-1008 3 37,352$ Service Entrance Rated ATS CXSB SE 40 Nema 1 UL-1008 3 6,135$ CXSB SE 70 Nema 1 UL-1008 3 7,550$ CXSB SE 125 Nema 1 UL-1008 3 7,870$ CXSB SE 150 Nema 1 UL-1008 3 8,729$ CXSB SE 225 Nema 1 UL-1008 3 10,709$ CXSB SE 260 Nema 1 UL-1008 3 11,181$ CXSB SE 300 Nema 1 UL-1008 3 11,829$ CXSB SE 400 Nema 1 UL-1008 3 13,066$ CXTC SE 150 Nema 1 UL-1008 3 8,878$ CXTC SE 225 Nema 1 UL-1008 3 9,663$ CXTC SE 260 Nema 1 UL-1008 3 10,045$ CXTC SE 300 Nema 1 UL-1008 3 10,974$ CXTC SE 400 Nema 1 UL-1008 3 12,694$ CXTC SE 600 Nema 1 UL-1008 3 12,711$ CXTD SE 600 Nema 1 UL-1008 3 16,291$ CXTD SE 800 Nema 1 UL-1008 3 16,161$ CXRE SE 1000 Nema 1 UL-1008 3 24,211$ CXRE SE 1200 Nema 1 UL-1008 3 26,902$ CXRF SE 1200 Nema 1 UL-1008 3 27,262$ CXRF SE 1600 Nema 1 UL-1008 3 30,291$ CXRG SE 1600 Nema 1 UL-1008 3 30,314$ CXRG SE 2000 Nema 1 UL-1008 3 33,682$ Bypass ATS BTPCB 150 Nema 1 UL-1008 3 13,062$ BTPCB 225 Nema 1 UL-1008 3 13,632$ BTPCB 260 Nema 1 UL-1008 3 14,316$ BTPCC 300 Nema 1 UL-1008 3 16,412$ BTPCC 400 Nema 1 UL-1008 3 19,563$ BTPCC 600 Nema 1 UL-1008 3 24,248$ BTPCD 800 Nema 1 UL-1008 3 27,308$ BTPCD 1000 Nema 1 UL-1008 3 34,887$ CBRF 1200 Nema 1 UL-1008 3 61,985$ CBRF 1600 Nema 1 UL-1008 3 65,360$ CBRG 1600 Nema 1 UL-1008 3 69,225$ CBRG 2000 Nema 1 UL-1008 3 77,072$ CBRH 2600 Nema 1 UL-1008 3 97,516$ CBRH 3000 Nema 1 UL-1008 3 108,646$ EV Chargers HE9819025-01-CSA 43,814$ HE9819025-01-CSS 44,346$ HE9821001-01-CSS 82,827$ HE9820006-01-CSS 15,474$ HE9820006-01-CSA 20,321$ Portable Pumps CP1350D4/ CP1350D4E 1350 Contact Acct Mgr CP2600D4 CP2600D4E 2600 Contact Acct Mgr Field Service/ Start up 10% discount - off typical sale price Installation support 10% discount - off typical sale price Member specific Training 5% discount - off typical sale price Custom Enclosure and Fuel Tanks 10% discount - off typical sale price Field Technician Labor 5% discount - off typical sale price Maintenance Agreements 5% discount - off typical sale price Engineer to Order products and 5% discount - off typical sale price Cummins Inc - Sourcewell Service & ETO Discount Percentage 50kW DC Mob BAA 3M AC 50kW DC Mobile BAA 9M AC 180kW DC Flex Cab BAA DC Column BAA 3M DC DC Column BAA 7M DC Trailerized, tier 4, fully automatic dry priming Trailerized, tier 4, fully automatic dry priming 10. Please refer to Bank of Canada posted daily rates to calculate exchange rate to Canadian Dollar prices. 092222-CAT Rev. 3/2022 1 Solicitation Number: RFP #092222 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Caterpillar Inc., 5212 N. O’Connor Blvd., Suite 1100, Irving, TX 75039 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Electrical Energy Power Generation Equipment with Related Parts, Supplies, and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires November 22, 2026, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above.         092222-CAT Rev. 3/2022 2 Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer used, close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily         092222-CAT Rev. 3/2022 3 apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change;         092222-CAT Rev. 3/2022 4 x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. Supplier may not enter into a contract with a U.S. Federal Government entity prior to obtaining necessary internal approvals and will not be obligated to provide Equipment, Products, or Services to any U.S. Federal Government entity under this Contract unless separately agreed in writing. Supplier may work with such parties and may agree to provide equipment or services under the Contract on a case-by-case basis. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws.         092222-CAT Rev. 3/2022 5 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements.         092222-CAT Rev. 3/2022 6 E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: x Participating Entity Name (e.g., City of Staples Highway Department); x Participating Entity Physical Street Address; x Participating Entity City; x Participating Entity State/Province; x Participating Entity Zip/Postal Code; x Participating Entity Contact Name; x Participating Entity Contact Email Address; x Participating Entity Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Supplier.         092222-CAT Rev. 3/2022 7 B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited         092222-CAT Rev. 3/2022 8 assignment will be invalid. Provided, however, that Caterpillar is permitted to subcontract certain of its rights and obligations to Caterpillar dealers for performance without Sourcewell’s prior written consent. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Intentionally omitted. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier.         092222-CAT Rev. 3/2022 9 b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services.         092222-CAT Rev. 3/2022 10 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract.         092222-CAT Rev. 3/2022 11 The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms         092222-CAT Rev. 3/2022 12 no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Supplier will maintain coverage for all claims the Supplier may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Supplier’s professional services required under this Contract. Minimum Limits: $2,000,000 per claim or event $2,000,000 – annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. A Participating Dealer may name a Participating Entity as an additional insured on a case-by-case basis.         092222-CAT Rev. 3/2022 13 D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier’s Participating Dealers must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier’s Participating Dealer conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Intentionally omitted.         092222-CAT Rev. 3/2022 14 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Caterpillar Inc. By: __________________________ By: __________________________ Jeremy Schwartz Jaime Mineart Title: Chief Procurement Officer Title: Vice President & General Manager Retail Electric Power Solutions Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________                     5)3(OHFWULFDO(QHUJ\3RZHU*HQHUDWLRQ(TXLSPHQWZLWK 5HODWHG3DUWV6XSSOLHVDQG6HUYLFHV  9HQGRU'HWDLOV &RPSDQ\1DPH &DWHUSLOODU $GGUHVV 12 &RQQRU%OYG ,UYLQJ7; &RQWDFW -DLPH0LQHDUW (PDLO 0LQHDUWB-DLPHB0#FDWFRP 3KRQH )D[  +67 6XEPLVVLRQ'HWDLOV &UHDWHG2Q 7KXUVGD\$XJXVW 6XEPLWWHG2Q 7KXUVGD\6HSWHPEHU 6XEPLWWHG%\ -DLPH0LQHDUW (PDLO 0LQHDUWB-DLPHB0#FDWFRP 7UDQVDFWLRQGDIIFDFFHIDDGEIE 6XEPLWWHU V,3$GGUHVV  Bid Number: RFP 092222 Vendor Name: Caterpillar         6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFK DGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKH TXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ RQHௐOHJDOௐHQWLW\ௐRQO\ ௐௐ ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐDVௐ6XSSOLHU &DWHUSLOODUௐ,QF   ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐ LQFOXGHGௐLQௐWKHௐ3URSRVDO 1$  ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐ QDPHVௐRIௐWKHௐ3URSRVHUௐRUௐ3URSRVHU Vௐ VXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ/LQHௐௐDERYH 1$  3URYLGHௐ\RXUௐ&$*(ௐFRGHௐRUௐ8QLTXHௐ(QWLW\ௐ ,GHQWLILHUௐ 6$0    3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ1ௐ2 &RQQRUௐ%OYGௐ6WHௐௐ,UYLQJௐ7;ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVௐ RUௐDGGUHVVHV  KWWSVZZZFDWHUSLOODUFRPௐKWWSVZZZFDWFRPHQB86KWPO   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐ WLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐ UHSUHVHQWDWLYHௐPXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐ WKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐ DZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐWKHௐ UHVXOWLQJௐFRQWUDFW  $XWKRUL]HGௐ5HSௐ-DLPHௐ0LQHDUW 7LWOHௐ9LFHௐ3UHVLGHQWௐ ௐ*HQHUDOௐ0DQDJHUௐ5HWDLOௐ(OHFWULFௐ3RZHUௐ6ROXWLRQV $GGUHVVௐௐ1ௐ2 &RQQRUௐ%OYGௐ6WHௐௐ,UYLQJௐ7;ௐ (PDLOௐ0LQHDUWB-DLPHB0#FDWFRP3KRQHௐ  ௐ   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  3ULPDU\ௐ&RQWDFWௐ1LFROHௐ:DUQVWHGW 7LWOHௐ7HUULWRU\ௐ6DOHVௐ0DQDJHU $GGUHVVௐௐ1ௐ2 &RQQRUௐ%OYGௐ6WHௐௐ,UYLQJௐ7;ௐ (PDLOௐ:DUQVWHGWBQLFROHBD#FDWFRP 3KRQHௐ  ௐ   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐ DQ\ௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐ SKRQH  2WKHUௐ&RQWDFWௐ6WHYHௐ7XUQHU 7LWOHௐ$PHULFDVௐ6DOHVௐ0DQDJHUௐ5HWDLOௐ(OHFWULFௐ3RZHUௐ6ROXWLRQV $GGUHVVௐௐ1ௐ2 &RQQRUௐ%OYGௐ6WHௐௐ,UYLQJௐ7;ௐ (PDLOௐ7XUQHUB6WHSKHQB0#FDWFRP 3KRQHௐ  ௐ 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 092222 Vendor Name: Caterpillar          3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐ LQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐ EXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐORQJHYLW\ௐ UHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐ RUௐVHUYLFHV &DWHUSLOODUௐZDVௐIRXQGHGௐLQௐௐZKHQௐWZRௐHQWUHSUHQHXUVௐPHUJHGௐWKHLUௐFRPSDQLHVௐௐ +ROWௐ0DQXIDFWXULQJௐ&RPSDQ\ௐDQGௐ&/ௐ%HVWௐ7UDFWRUௐ&RPSDQ\ௐ7KHௐPHUJHUௐZDVௐDௐ JUHDWௐVXFFHVVௐEHFDXVHௐWKHௐHWKLFVௐRIௐERWKௐPHQௐZHUHௐIRFXVHGௐRQௐKLJKௐTXDOLW\ௐ SURGXFWVௐDQGௐWKHௐEHVWௐFXVWRPHUௐVXSSRUW 7KHௐNH\ௐWRௐWKLVௐVDWLVIDFWLRQௐLVௐWZRIROGௐEXLOGௐWKHௐEHVWௐSURGXFWVௐDQGௐHPSRZHUௐRXUௐ GHDOHUVௐWRௐRIIHUௐWKHௐEHVWௐVXSSRUWௐ7KURXJKௐWKLVௐFRPELQDWLRQௐZHௐDUHௐSURXGௐWRௐSURYHௐWKDWௐRXUௐSURGXFWVௐRIIHUௐWKHௐEHVWௐYDOXHௐWRௐRXUௐFXVWRPHUVௐUHJDUGOHVVௐRIௐZKHUHௐWKH\ௐDUHௐ ORFDWHG &DWHUSLOODUௐSURGXFHGௐLWVௐILUVWௐGLHVHOௐHQJLQHௐLQௐௐ,Qௐௐ&DWHUSLOODUௐFUHDWHGௐDௐGLYLVLRQௐGHGLFDWHGௐWRௐWKHௐVSHFLILFௐQHHGVௐRIௐDௐEURDGௐUDQJHௐRIௐGLHVHOௐHQJLQHௐ FXVWRPHUVௐLQFOXGLQJௐSRZHUௐJHQHUDWLRQௐ,QௐௐWKHௐ(QHUJ\ௐ ௐ7UDQVSRUWDWLRQௐ VHJPHQWௐLQFOXGLQJௐDOOௐ3RZHUௐ*HQHUDWLRQௐGLYLVLRQVௐFRQWULEXWHGௐPRUHௐWKDQௐௐ%LOOLRQௐ RIௐUHYHQXHௐJOREDOO\ௐIRUௐ&DWHUSLOODUௐ,QFௐZLWKௐPRUHௐWKDQௐௐ%LOOLRQௐLQௐ1RUWKௐ$PHULFDௐDORQH 6LQFHௐWKHௐIRXQGLQJௐ&DWHUSLOODUௐ,QFௐKDVௐUHWDLQHGௐWKHௐFXOWXUHௐRIௐIRFXVLQJௐRQௐFXVWRPHUௐ QHHGVௐDQGௐVXSSRUWLQJௐSURGXFWVௐDIWHUௐWKHௐVDOHௐ2XUௐFRPSDQ\ௐFXOWXUHௐLVௐNHHQO\ௐIRFXVHGௐRQௐFXVWRPHUௐVDWLVIDFWLRQௐDQGௐHYHU\ௐHPSOR\HHௐUHDOL]HVௐWKDWௐDௐFXVWRPHU Vௐ H[SHULHQFHௐXVLQJௐWKHௐSURGXFWௐZLOOௐGHWHUPLQHௐZKHWKHUௐKHௐRUௐVKHௐZLOOௐSXUFKDVHௐDQRWKHUௐ RQH &DWHUSLOODUௐKDVௐDௐUREXVWௐ&RGHௐRIௐ&RQGXFWௐWKDWௐFDQௐEHௐIRXQGௐDWௐ&DWHUSLOODUௐ_ௐ&RGHௐRIௐ &RQGXFWௐ_ௐ&DWHUSLOODUௐ9DOXHVௐLQௐ$FWLRQௐ+HUHௐLVௐDௐTXRWHௐIURPௐ-LPௐ8PSOHE\ௐ &DWHUSLOODUௐ&KLHIௐ([HFXWLYHௐ2IILFHUௐVXPPDUL]LQJௐWKLVௐFRGHௐDQGௐLWVௐVLJQLILFDQFHௐLQௐ &DWHUSLOODUௐFXOWXUHௐ³:HௐDUHௐSURXGௐWKDWௐWKHௐSHRSOHௐRQௐRXUௐWHDPௐFRPHௐIURPௐDFURVVௐ WKHௐJOREHௐZLWKௐGLYHUVHௐEDFNJURXQGVௐH[SHULHQFHVௐDQGௐSHUVSHFWLYHVௐ7KLVௐGLYHUVHௐFXOWXUHௐDQGௐFKDUDFWHUௐPDNHௐXVௐVWURQJHUௐ:KDWௐXQLWHVௐXVௐZLWKLQௐWKLVௐGLYHUVLW\ௐLVௐDௐ FRPPRQௐVHWௐRIௐ9DOXHVௐWKDWௐZHௐDUHௐQRWௐMXVWௐDFFRXQWDEOHௐIRUௐWKHௐZRUNௐZHௐGRௐZHௐ DOVRௐFDUHௐGHHSO\ௐDERXWௐKRZௐZHௐGRௐLWௐ2XUௐ&RGHௐRIௐ&RQGXFWௐGHILQHVௐWKRVHௐ9DOXHVௐLQௐ DFWLRQௐ±ZKDWௐZHௐVWDQGௐIRUௐDQGௐKRZௐZHௐFRQGXFWௐRXUVHOYHVௐZLWKௐRXUௐFXVWRPHUVௐVXSSOLHUVௐDQGௐRQHௐDQRWKHUௐ,WVௐSXUSRVHௐLVௐQRWௐWRௐSURYLGHௐDௐVHWௐRIௐUXOHVௐWKDWௐFRYHUVௐ HYHU\ௐVLWXDWLRQௐRUௐFKDOOHQJHௐZHௐPD\ௐIDFHௐEXWௐWRௐJXLGHௐXVௐLQௐOLYLQJௐௐWKRVHௐௐYDOXHVௐௐ HYHU\ௐGD\ௐ7KHௐ&RGHௐRIௐ&RQGXFWௐH[SODLQVௐௐZKDWௐௐ,QWHJULW\ௐௐ([FHOOHQFHௐ7HDPZRUNௐ &RPPLWPHQWௐDQGௐ6XVWDLQDELOLW\ௐPHDQௐWRௐXVௐDQGௐKRZௐZHௐXVHௐWKHVHௐ9DOXHVௐWRௐPDNHௐVRXQGௐHWKLFDOௐGHFLVLRQVௐ2XUௐ&RGHௐRIௐ&RQGXFWௐLVௐRQHௐRIௐWKHௐPRVWௐLPSRUWDQWௐ GRFXPHQWVௐZHௐSURGXFHௐDWௐ&DWHUSLOODUௐ :HௐFDQௐSURYHௐPHDVXUDEOHௐDGYDQWDJHVௐLQௐWRWDOௐRZQLQJௐDQGௐRSHUDWLQJௐFRVWVௐDVௐZHOOௐDVௐWDQJLEOHௐEHQHILWVௐLQௐWHUPVௐRIௐVWDQGDUGௐVDIHW\ௐIHDWXUHVௐWHOHPDWLFௐLQIRUPDWLRQௐ VKDULQJௐDQGௐPDQ\ௐWUDLQLQJௐDQGௐDSSOLFDWLRQௐVXSSRUWௐVHUYLFHVௐRIIHUHGௐE\ௐRXUௐGHDOHUV   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ HYHQWௐRIௐDQௐDZDUG" &DWHUSLOODUௐLVௐKRQRUHGௐWRௐKDYHௐVHUYHGௐ6RXUFHZHOOௐDQGௐLWVௐPHPEHUVௐZKRௐKDYHௐ SXUFKDVHGௐ&DWௐFRQVWUXFWLRQௐHTXLSPHQWௐZRUNWRROVௐDQGௐHOHFWULFDOௐSRZHUௐJHQHUDWLRQௐ SURGXFWVௐWKURXJKௐ6RXUFHZHOOௐVLQFHௐௐ)XUWKHUPRUHௐZHௐDUHௐSURXGௐWRௐKDYHௐHDUQHGௐ WKHௐ6RXUFHZHOOௐ/HJDF\ௐ$ZDUGௐLQௐௐ&DWHUSLOODUௐLVௐWKHௐWRSௐFRQWULEXWRUௐWRௐJHQHUDWRUௐVDOHVௐLQௐRXUௐFXUUHQWௐ3RZHUௐ*HQHUDWLRQௐDQGௐ6HUYLFHVௐFRQWUDFWௐ&$7ௐ7RJHWKHUௐ ZLWKௐWKHௐ0DFKLQHௐFRQWUDFWௐZHௐORRNௐIRUZDUGௐWRௐWKHௐRSSRUWXQLW\ௐWRௐIXUWKHUௐJURZௐ EXVLQHVVௐDQGௐVHUYHௐPHPEHUௐQHHGVௐWRJHWKHUௐLQௐWKLVௐQHZௐ3RZHUௐ*HQHUDWLRQௐFRQWUDFWௐ :LWKௐDYHUDJHௐௐJURZWKௐRYHUௐWKHௐSDVWௐௐ\HDUVௐZHௐZLOOௐEHௐGHGLFDWHGௐWRௐFRQWLQXLQJௐZLWKௐWKLVௐDQQXDOௐJURZWK  Bid Number: RFP 092222 Vendor Name: Caterpillar          'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐ VWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐ LQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ 6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐ RIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐ LQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 0DLQWDLQLQJௐILQDQFLDOௐVWUHQJWKௐLVௐDௐFULWLFDOௐSULRULW\ௐIRUௐ&DWHUSLOODUௐ:HௐUHFHLYHௐGHEWௐௐ UDWLQJVௐIURPௐWKHௐPDMRUௐFUHGLWௐUDWLQJௐDJHQFLHVௐ&DWHUSLOODUௐLVௐPLG$ௐUDWHGௐE\ௐ6 3ௐ DQGௐ)LWFKௐDQGௐKDVௐDௐORZ$ௐUDWLQJௐZLWKௐDௐSRVLWLYHௐRXWORRNௐIURPௐ0RRG\ Vௐ 0DLQWDLQLQJௐRXUௐPLG$ௐFUHGLWௐUDWLQJௐLVௐFULWLFDOௐWRௐRXUௐFDVKௐGHSOR\PHQWௐSULRULWLHVௐ 'XHௐWRௐRXUௐSUXGHQWௐIRFXVௐRQௐILQDQFLDOௐVWUHQJWKௐRQௐDௐFRPSDUDWLYHௐEDVLVௐ&DWHUSLOODUௐ KDVௐJHQHUDOO\ௐGHPRQVWUDWHGௐKLJKHUௐSURILWDELOLW\ௐORZHUௐOHYHUDJHௐDQGௐEHWWHUௐOLTXLGLW\ WKDQௐRXUௐFRPSHWLWRUௐSHHUௐJURXSௐ2XUௐOLTXLGLW\ௐSRVLWLRQௐLVௐH[WUHPHO\ௐVWURQJௐZLWKௐW\SLFDOO\ௐWKHௐKLJKHVWௐSHUFHQWDJHௐRIௐFDVKௐDVௐDௐSHUFHQWௐRIௐWRWDOௐDVVHWVௐRQௐWKHௐௐ EDODQFHௐVKHHWௐYVௐRXUௐFRPSHWLWRUV 3OHDVHௐVHHௐௐ,QYHVWRUௐ3UHVHQWDWLRQௐZKLFKௐSURYLGHVௐDGGLWLRQDOௐGHWDLOVௐDERXWௐRXUௐILQDQFLDOௐSRVLWLRQௐ7KHௐIXOOௐWH[WௐRIௐWKHௐ6(&ௐILOLQJௐGRFXPHQWVௐFDQௐEHௐIRXQGௐRQௐRXUௐ SXEOLFௐZHEVLWHௐKWWSVLQYHVWRUVFDWHUSLOODUFRPILQDQFLDOVVHFILOLQJVGHIDXOWDVS[ ,QௐௐIXOOௐ\HDUௐVDOHVௐDQGௐUHYHQXHVௐZHUHௐ%ௐ(QWHUSULVHௐRSHUDWLQJௐFDVKௐ)ORZௐZDVௐ%ௐ'XULQJௐWKHௐ\HDUௐWKHௐFRPSDQ\ௐSDLGௐGLYLGHQGVௐRIௐ%ௐDQGௐ UHSXUFKDVHGௐ%ௐRIௐ&DWHUSLOODUௐFRPPRQௐVWRFNௐ/LTXLGLW\ௐUHPDLQHGௐVWURQJௐZLWK DQௐHQWHUSULVHௐFDVKௐEDODQFHௐRIௐ%ௐDWௐWKHௐHQGௐRIௐௐ$IWHUௐSD\LQJௐ XQLQWHUUXSWHGௐULVLQJௐDQQXDOௐGLYLGHQGVௐIRUௐPRUHௐWKDQௐWZRௐGHFDGHVௐ&DWHUSLOODUௐ,QF 1<6(&$7 ௐUHDFKHGௐWKHௐWKௐFRQVHFXWLYHௐ\HDUௐPDUNௐIRUௐLQFOXVLRQௐLQௐWKHௐHOLWHௐJURXSௐ RIௐFRPSDQLHVௐGHVLJQDWHGௐDVௐ'LYLGHQGௐ$ULVWRFUDWVௐ,QௐDGGLWLRQௐWRௐDௐPLQLPXPௐRIௐௐ FRQVHFXWLYHௐ\HDUVௐRIௐGLYLGHQGௐKLNHVௐDௐFRPSDQ\ௐPXVWௐEHௐDௐFRPSRQHQWௐRIௐWKHௐ 6 3ௐௐLQGH[ௐDQGௐDQGௐPXVWௐKDYHௐDௐPDUNHWௐFDSLWDOL]DWLRQௐRIௐDWௐOHDVWௐ%ௐWRௐ TXDOLI\ௐDVௐDௐ'LYLGHQGௐ$ULVWRFUDW   :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ"0DUNHWௐVKDUHௐLQIRUPDWLRQௐEH\RQGௐZKDWௐLVௐPDGHௐSXEOLFO\ௐDYDLODEOHௐWKURXJKௐRXUௐDQQXDOௐUHSRUWVௐLVௐFRQVLGHUHGௐFRQILGHQWLDOௐ0DUNHWௐVKDUHௐGDWDௐLVௐQRWௐUHDGLO\ௐDYDLODEOHௐZLWKLQௐ WKHௐLQGXVWU\ௐ7KHUHௐDUHௐQRWௐPDQ\ௐPDQXIDFWXUHUVௐRIIHULQJௐSURGXFWVௐIRUௐWKHௐ86ௐDQGௐ &DQDGDௐWKDWௐPHHWௐWKHௐUHTXLUHGௐUHJXODWLRQVௐ&DWHUSLOODUௐLVௐDௐVLJQLILFDQWௐFRQWULEXWRUௐWRௐ WKHௐRYHUDOOௐ3RZHUௐ*HQHUDWLRQௐVHFWRUௐZLWKLQௐWKHௐ86ௐDQGௐ&DQDGD   :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" 0DUNHWௐVKDUHௐLQIRUPDWLRQௐEH\RQGௐZKDWௐLVௐPDGHௐSXEOLFO\ௐDYDLODEOHௐWKURXJKௐRXUௐDQQXDOௐ UHSRUWVௐLVௐFRQVLGHUHGௐFRQILGHQWLDOௐ0DUNHWௐVKDUHௐGDWDௐLVௐQRWௐUHDGLO\ௐDYDLODEOHௐZLWKLQௐWKHௐLQGXVWU\ௐ7KHUHௐDUHௐQRWௐPDQ\ௐPDQXIDFWXUHUVௐRIIHULQJௐSURGXFWVௐIRUௐWKHௐ86ௐDQGௐ &DQDGDௐWKDWௐPHHWௐWKHௐUHTXLUHGௐUHJXODWLRQVௐ&DWHUSLOODUௐLVௐDௐVLJQLILFDQWௐFRQWULEXWRUௐWRௐ WKHௐRYHUDOOௐ3RZHUௐ*HQHUDWLRQௐVHFWRUௐZLWKLQௐWKHௐ86ௐDQGௐ&DQDGD   +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐ EDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1Rௐ&DWHUSLOODUௐKDVௐQHYHUௐILOHGௐIRUௐEDQNUXSWF\  +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐ LWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐ DSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐSURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐ RIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,Iௐ DSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ \RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐIRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐ GHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐ SURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ \RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" &DWHUSLOODUௐLVௐDௐZRUOGௐFODVVௐPDQXIDFWXUHUௐZKLFKௐGLVWULEXWHVௐSURGXFWVௐWKURXJKௐDௐYDVWௐ DQGௐFDSDEOHௐGHDOHUௐQHWZRUNௐ2XUௐGHDOHUVௐDUHௐVWURQJௐLQGHSHQGHQWௐFRPSDQLHVௐDQGௐLQௐ 1RUWKௐ$PHULFDௐDORQHௐWKH\ௐKDYHௐDௐFRPELQHGௐQHWௐZRUWKௐRIௐELOOLRQVௐRIௐGROODUVௐ7KHLUௐ ODUJHௐYDOXDWLRQௐLVௐDௐFRPSHWLWLYHௐDGYDQWDJHௐEHFDXVHௐLWௐDOORZVௐWKHPௐWRௐKDYHௐWKHௐ LQIUDVWUXFWXUHௐWRௐVXSSRUWௐFXVWRPHUVௐUHJDUGOHVVௐRIௐORFDWLRQௐLQGXVWU\ௐIOHHWௐVL]HௐRUௐ DSSOLFDWLRQௐ:HௐEHOLHYHௐRXUௐGHDOHUVௐKDYHௐWKHௐODUJHVWௐDPRXQWௐRIௐVHUYLFHௐSDUWVௐ DYDLODEOHௐLQௐWKHLUௐLQYHQWRU\ௐௐ $QRWKHUௐDGYDQWDJHௐRIௐLQGHSHQGHQWO\ௐRZQHGௐGHDOHUVௐLVௐWKDWௐWKH\ௐNQRZௐWKHLUௐFXVWRPHUVௐ DQGௐPDUNHWௐZHOOௐ7KH\ௐWDLORUௐWKHLUௐVHUYLFHVௐVSHFLILFDOO\ௐWRௐWKHLUௐFXVWRPHUV ௐQHHGVௐௐ &DWHUSLOODUௐDQGௐHDFKௐGHDOHUௐKDYHௐVLJQHGௐDௐVDOHVௐDQGௐVHUYLFHௐDJUHHPHQWௐWKDWௐRXWOLQHVௐWKHௐVSHFLILFௐH[SHFWDWLRQVௐIURPௐERWKௐSDUWLHVௐ,QௐDௐEURDGௐRYHUYLHZௐ&DWHUSLOODUௐ PDQXIDFWXUHVௐSURGXFWVௐDQGௐVHOOVௐWKHPௐWRௐRXUௐGHDOHUVௐ7KHௐGHDOHUVௐWKHQௐVHOOௐWKRVHௐ SURGXFWVௐWRௐFXVWRPHUVௐ&DWHUSLOODUௐGRHVௐQRWௐVHOOௐGLUHFWO\ௐWRௐVWDWHௐDQGௐORFDOௐ JRYHUQPHQWVௐ 7KRXJKௐZHௐZLOOௐVLJQௐWKLVௐFRQWUDFWௐDVௐDௐPDQXIDFWXUHUௐRXUௐGHDOHUVௐZLOOௐEHௐJLYHQௐWKHௐ RSSRUWXQLW\ௐWRௐDYDLOௐWKHPVHOYHVௐRIௐWKHௐRSSRUWXQLW\ௐSUHVHQWHGௐE\ௐWKHௐFRQWUDFWௐDQGௐZLOOௐ H[HFXWHௐDOOௐWKHௐWUDQVDFWLRQVௐZLWKௐJRYHUQPHQWDOௐFXVWRPHUVௐDVௐWKH\ௐGRௐWRGD\ௐ7KLVௐ LQFOXGHVௐEXWௐLVௐQRWௐOLPLWHGௐWRௐFRQVXOWDWLRQௐTXRWLQJௐDFFHSWLQJௐSD\PHQWௐGHOLYHU\ௐ ZDUUDQW\ௐVXSSRUWௐSDUWVௐVDOHVௐDQGௐVHUYLFHௐ7KLVௐLVௐQRௐGLIIHUHQWௐWKDQௐVDOHVௐRFFXUULQJௐ RXWௐWKHௐWHUPVௐRIௐWKLVௐDJUHHPHQWௐ &DWHUSLOODUௐGHDOHUVௐKHDUWLO\ௐHPEUDFHௐWKHௐRWKHUௐ6RXUFHZHOOௐFRQWUDFWVௐFXUUHQWO\ௐDYDLODEOHௐWRௐWKHPௐ &$7ௐ&$7ௐDQGௐ&$7 ௐ7KH\ௐKDYHௐDOOௐEHHQௐWUDLQHGௐ RQௐFRQWUDFWௐXVDJHௐ,QௐIDFWௐWKHௐFXUUHQWௐ(OHFWULFௐ3RZHUௐFRQWUDFWௐLVௐOHYHUDJHGௐE\ௐDWௐ OHDVWௐௐRIௐRXUௐGHDOHUVௐLQௐ1RUWKௐ$PHULFDௐ&DWHUSLOODUௐRIIHUVௐVSHFLILFௐGLVFRXQWVௐWRௐ 6RXUFHZHOOௐPHPEHUVௐௐ%\ௐXVLQJௐDQ\ௐ6RXUFHZHOOௐ&RQWUDFWௐRXUௐGHDOHUVௐDJUHHௐWRௐKRQRUௐWKRVHௐGLVFRXQWV   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐ DUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐ SDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ 5)3 &DWHUSLOODUௐDQGௐLWVௐVXEVLGLDULHVௐRSHUDWHௐDFURVVௐWKHௐJOREHௐLQௐDௐYDULHW\ௐRIௐPDUNHWVௐWKDWௐ UHTXLUHௐ&DWHUSLOODUௐWRௐDGKHUHௐWRௐDOOௐORFDOO\ௐPDQGDWHGௐODZVௐDQGௐUHJXODWLRQVௐLQௐRUGHUௐWRௐ GRௐEXVLQHVVௐ:LWKௐUHJDUGVௐWRௐWKHௐWHUULWRULHVௐFRYHUHGௐE\ௐWKLVௐ5)3ௐ&DWHUSLOODUௐZLOOௐ FRPSO\ௐZLWKௐDSSOLFDEOHௐODZVௐLQௐRUGHUௐWRௐGRௐEXVLQHVVௐLQௐWKHௐWHUULWRULHVௐGHVFULEHGௐ KHUHLQ  Bid Number: RFP 092222 Vendor Name: Caterpillar          3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐ LQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐ RUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV &DWHUSLOODUௐKDVௐQRWௐEHHQௐVXVSHQGHGௐRUௐGLVEDUUHGௐLQௐWUDGLQJௐKLVWRU\  7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐ LQௐWKHௐSDVWௐILYHௐ\HDUV 3OHDVHௐQRWHௐ7RௐOLVWௐDOOௐWKHௐDZDUGVௐUHFHLYHGௐLQௐWKHௐSDVWௐௐ\HDUVௐZRXOGௐXQQHFHVVDULO\ௐ OHQJWKHQௐRXUௐUHVSRQVHௐௐ)RUௐEUHYLW\ௐZHௐDUHௐKLJKOLJKWLQJௐVRPHௐUHFRJQLWLRQௐUHFHLYHGௐ LQௐௐௐDQGௐௐ$OVRௐQRWHௐWKHUHௐDUHௐPDQ\ௐJOREDOௐDZDUGVௐௐ )RUWXQHௐ0DJD]LQHௐௐRQௐWKHௐ)RUWXQHௐௐ )RUWXQHௐ0DJD]LQHௐ:RUOG Vௐ0RVWௐ$GPLUHGௐ&RPSDQLHVௐ :RUOGௐ ௐ1RUWKௐ$PHULFDௐ'RZௐ-RQHVௐ6XVWDLQDELOLW\ௐ,QGH[ௐ)RUEHVௐ%HVWௐ(PSOR\HUVௐIRUௐGLYHUVLW\ௐௐDQGௐ ௐ%HVWௐ*OREDOௐ%UDQGVௐ,QWHUEUDQGௐ 7KHௐ:DOOௐ6WUHHWௐ-RXUQDOௐ%HVWௐ0DQDJHGௐ&RPSDQLHVௐLQௐௐDQGௐ 7KHௐ:DOOௐ6WUHHWௐ-RXUQDOௐ:RUOG Vௐ0RVWௐ6XVWDLQDEO\ௐ0DQDJHGௐ&RPSDQLHVௐ+XPDQௐ5LJKWVௐ&DPSDLJQௐ)RXQGDWLRQௐ&RUSRUDWHௐ(TXDOLW\ௐ,QGH[ௐ 'RZௐ-RQHVௐ6XVWDLQDELOLW\ௐ,QGH[ௐ :RUOGௐDQGௐ1RUWKௐ$PHULFD ௐௐ\HDUVௐ:RUOG¶Vௐ0RVWௐ 6XVWDLQDEO\ௐ0DQDJHGௐ&RPSDQLHVௐ±ௐ7KHௐ:DOOௐ6WUHHWௐ-RXUQDOௐ8QLWHGௐ:D\ௐ:RUOGௐ :LGH¶Vௐ*OREDOௐ&RUSRUDWHௐ/HDGHUVKLSௐ3URJUDPௐ 86ௐ3UHVLGHQW¶Vௐ9ROXQWHHUௐ6HUYLFHௐ$ZDUGௐIURPௐ-XQLRUௐ$FKLHYHPHQWௐ &RUSRUDWHௐ(TXDOLW\ௐ,QGH[ௐ±ௐ+XPDQௐ5LJKWVௐ&DPSDLJQௐ)RXQGDWLRQௐ &65ௐ&KLQDௐ7RSௐௐ±ௐWKHௐWKௐ&65ௐ&KLQDௐ(GXFDWLRQௐ$ZDUGௐ &KLQD ௐ&KLQDௐ&65ௐ ([FHOOHQFHௐ$ZDUGௐ±ௐ&KLQDௐ3KLODQWKURS\ௐ7LPHVௐ &KLQD ௐௐௐ &RUSRUDWHௐ6RFLDOௐ5HVSRQVLELOLW\ௐ5HVHDUFKௐ&HQWHUௐRIௐ6RXWKHUQௐ:HHNO\ௐ &KLQD ௐ2XWVWDQGLQJௐ&RQWULEXWLRQௐWRௐ3RYHUW\ௐ$OOHYLDWLRQௐ±ௐ&KLQDௐ)RXQGDWLRQௐIRUௐ3RYHUW\ௐ $OOHYLDWLRQௐ &KLQD ௐ ௐ*OREDOௐௐ±ௐ)RUWXQHௐ0DJD]LQHௐ $PHULFD¶Vௐ0RVWௐ5HVSRQVLEOHௐ&RPSDQLHVௐௐௐ ௐௐ±ௐ1HZVZHHNௐ%HVW0DQDJHGௐ&RPSDQLHVௐRIௐௐ ௐௐ±ௐ7KHௐ:DOOௐ6WUHHWௐ-RXUQDOௐ 7RSௐ&RPSDQLHVௐIRUௐ&XVWRPHUௐ6DWLVIDFWLRQௐ±ௐ7KHௐ:DOOௐ6WUHHWௐ-RXUQDOௐ 7KHௐ&(2ௐ/HDGHUERDUGௐ&29,'ௐ5HSXWDWLRQௐ5DQNLQJVௐ±ௐ6-5ௐ$OO$PHULFDௐ ([HFXWLYHௐ7HDPௐ±ௐ,QVWLWXWLRQDOௐ,QYHVWRUௐ7RSௐௐ*OREDOௐ/LFHQVRUVௐ±ௐ*OREDOௐ/LFHQVHௐ%HVWௐ*OREDOௐ%UDQGVௐ7RSௐௐ±ௐ ,QWHUEUDQGௐ:RUOG¶Vௐ0RVWௐ9DOXDEOHௐ%UDQGVௐௐ±ௐ)RUEHVௐ ௐ%HVWௐ3ODFHVௐWRௐ:RUNௐIRUௐ'LVDELOLW\ௐ,QFOXVLRQௐ±ௐ'LVDELOLW\ௐ(TXDOLW\ௐ,QGH[ௐ :RUOG¶Vௐ%HVWௐ(PSOR\HUVௐௐ±ௐ)RUEHVௐ%HVWௐ(PSOR\HUVௐIRUௐ:RPHQௐௐ±ௐ)RUEHVௐ $PHULFD¶Vௐ%HVWௐ(PSOR\HUVௐE\ௐ6WDWHௐௐ±ௐ)RUEHVௐ $PHULFD Vௐ%HVWௐ(PSOR\HUVௐIRUௐ'LYHUVLW\ௐௐ±ௐ)RUEHVௐ %HVWௐ(PSOR\HUVௐIRUௐ1HZௐ*UDGVௐௐ±ௐ)RUEHVௐ*OREDOௐௐ±ௐ)RUEHVௐௐௐ ௐ %HVWௐ(PSOR\HUVௐIRUௐ9HWHUDQVௐௐDQGௐ±ௐ)RUEHVௐ 7RSௐ9HWHUDQ)ULHQGO\ௐ&RPSDQ\ௐ±ௐ86ௐ9HWHUDQVௐ0DJD]LQHௐ ௐ*UHDWௐ3ODFHௐWRௐ:RUNௐ±ௐ*UHDWௐ3ODFHௐWRௐ:RUNௐ,QVWLWXWHௐ %UD]LO ௐ ௐ*UHDWௐ3ODFHௐWRௐ:RUNௐLQௐWKHௐ$Jௐ%XVLQHVVௐௐ*UHDWௐ3ODFHௐWRௐ:RUNௐ,QVWLWXWHௐ %UD]LO ௐ &KLOH¶Vௐௐ%HVWௐ3ODFHVௐLQௐௐWRௐ:RUNௐIRUௐ/*%74ௐ(TXDOLW\ௐSZFௐ+XPDQௐ5LJKWVௐ &DPSDLJQௐ 7RSௐRIௐ0LQGௐ&RPSDQ\ௐ³,QGXVWU\ௐFDWHJRU\´ௐ 3LUDFLFDEDௐ%UD]LO ௐ &HUWLILFDWLRQௐRQௐ3URPRWLQJௐ:RUN/LIHௐ%DODQFHௐLQௐ+\RJRௐ3UHIHFWXUHௐ±ௐ+\RJRௐ:RUNௐDQGௐ/LIHௐ&HQWHUௐ -DSDQ ௐ +\RJR¶Vௐ:RPHQ¶Vௐ6XFFHVVௐLQௐ%XVLQHVVௐ3URPRWLRQௐ&RPSDQ\ௐ±ௐ+\RJRௐ:RPHQௐ (PSRZHUPHQWௐ ௐௐ 3URPRWLRQௐ&HQWHUௐ -DSDQ ௐ+DQDGDௐ$ZDUGௐIRUௐ:,1ௐ$NDVKLௐ±ௐ+\RJRௐ:RPHQௐDQGௐ)XWXUHௐ$VVRFLDWLRQௐ -DSDQ ௐ +\RJRௐ&KLOGFDUHௐ6XSSRUWLQJௐ&RPSDQ\ௐ$ZDUGௐ -DSDQ ௐ 6FLHQFHௐ ௐ7HFKQRORJ\ௐ,QGXVWU\ௐ6XPPLWௐ2XWVWDQGLQJௐ&RQWULEXWLRQௐ±ௐ7KHௐ(FRQRPLFௐ 2EVHUYHUௐ &KLQD ௐௐ&KLQDௐ*RRGௐ&RPSDQLHVௐ,QGXVWU\ௐ/HDGHUVKLSௐ±ௐ-LHPLDQFRPௐ &KLQD ௐ &DWŠௐ*ௐ)DVW5HVSRQVHௐ1DWXUDOௐ*DVௐ*HQHUDWRUௐ6HWௐ(DUQVௐ*ROGௐ$ZDUGௐLQௐ &RQVXOWLQJ6SHFLI\LQJௐ(QJLQHHU¶Vௐௐ3URGXFWௐRIௐWKHௐ<HDUௐ&RPSHWLWLRQ   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV 7KHௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐVHFWRUௐLVௐH[WUHPHO\ௐLPSRUWDQWௐWRௐ&DWHUSLOODUௐ:Hௐ GRௐQRWௐWUDFNௐJRYHUQPHQWௐDQGௐHGXFDWLRQௐVHSDUDWHO\ௐ+RZHYHUௐLWௐLVௐVDIHௐWRௐDVVXPHௐ WKDWௐWKHௐEXONௐRIௐWKHVHௐVDOHVௐLVௐWRௐVWDWHௐFRXQW\ௐPXQLFLSDOௐDQGௐVSHFLDOௐGLVWULFWVௐ:HௐKDYHௐDௐGHGLFDWHGௐWHDPௐWRௐHQVXUHௐVXFFHVVௐLQௐWKLVௐPDUNHWௐ2YHUDOOௐWKHௐSHUFHQWDJHௐRIௐ RXUௐVDOHVௐWRௐQRQIHGHUDOௐJRYHUQPHQWௐDJHQFLHVௐYDULHVௐEHWZHHQௐௐDQGௐ  Bid Number: RFP 092222 Vendor Name: Caterpillar          :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV 7KHௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐVHFWRUௐLVௐH[WUHPHO\ௐLPSRUWDQWௐWRௐ&DWHUSLOODUௐ:Hௐ GRௐQRWௐWUDFNௐJRYHUQPHQWௐDQGௐHGXFDWLRQௐVHSDUDWHO\ௐ+RZHYHUௐLWௐLVௐVDIHௐWRௐDVVXPHௐ WKDWௐWKHௐEXONௐRIௐWKHVHௐVDOHVௐLVௐWRௐVWDWHௐFRXQW\ௐPXQLFLSDOௐDQGௐVSHFLDOௐGLVWULFWVௐ:Hௐ KDYHௐDௐGHGLFDWHGௐWHDPௐWRௐHQVXUHௐVXFFHVVௐLQௐWKLVௐPDUNHWௐ2YHUDOOௐWKHௐSHUFHQWDJHௐRIௐ RXUௐVDOHVௐWRௐQRQIHGHUDOௐJRYHUQPHQWௐDJHQFLHVௐYDULHVௐEHWZHHQௐௐDQGௐ   /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐ SXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" &DWௐGHDOHUVௐW\SLFDOO\ௐKROGௐFRQWUDFWVௐZLWKௐVWDWHVௐDQGௐSURYLQFHVௐ$GGLWLRQDOO\ௐZHௐDUHௐ FRQWUDFWௐKROGHUVௐZLWKௐ201,$ௐ-XVWௐDVௐZHௐZRXOGௐQHYHUௐVKDUHௐ6RXUFHZHOOௐWUDQVDFWLRQௐ LQIRUPDWLRQௐZLWKௐRWKHUௐFRRSHUDWLYHVௐZHௐIHHOௐLWௐLVௐLQDSSURSULDWHௐWRௐVKDUHௐYROXPHVௐZLWKௐWKRVHௐFRQWUDFWV   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐ KROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐ HDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ \HDUV" /LVWHGௐEHORZௐDUHௐWKHௐFXUUHQWௐ3RZHUௐ*HQHUDWLRQௐ*6$ௐFRQWUDFWVௐWKDWௐ&DWHUSLOODUௐKROGVௐ6,1ௐௐ3RZHUௐ'LVWULEXWLRQௐ(TXLSPHQWௐ    ௐ ௐ ௐDVௐRIௐWRGD\ௐௐௐ&RQWUDFWௐ1XPEHUௐ*6)5ௐ )XWXUHௐVDOHVௐZLOOௐEHௐXQGHUௐQHZௐFRQWUDFWௐ *6)8  7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU &LW\ௐRIௐ2JGHQ 0RQLFDௐ.DSS  8QLWHGௐ:DWHUௐ&RQVHUYDWLRQௐ'LVWULFW &KULVௐ+HQGULFNV  5HQHZDEOHௐ:DWHUௐ5HVRXUFHV %UHQWௐ5K\PHU  7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\ W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH \HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH 3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV &LW\ௐRIௐ &KDUORWWH *RYHUQPHQW 1RUWK&DUROLQD 1& $ௐFLW\ௐORFDOௐWRௐ1RUWKௐ&DUROLQD 3XUFKDVHGௐௐXQLWVௐ VSHFLILFௐWRௐ(3ௐSURGXFWV  0DQDWHHௐ&RXQW\*RYHUQPHQW )ORULGD)/ $ௐFRXQW\ௐORFDOௐWRௐ)ORULGD 3XUFKDVHGௐௐXQLWVௐ VSHFLILFௐWRௐ(3ௐSURGXFWV  %RQLWDௐ6SULQJVௐ8WLOLWLHV *RYHUQPHQW )ORULGD)/ $ௐFLW\ௐORFDOௐWRௐ)ORULGD 3XUFKDVHGௐௐXQLWVௐ VSHFLILFௐWRௐ(3ௐSURGXFWV  8QLYHUVLW\ௐRIௐ)ORULGD *RYHUQPHQW )ORULGD)/ &ROOHJHௐLQௐ*DLQHVYLOOHௐ)ORULGD 3XUFKDVHGௐௐXQLWVௐ VSHFLILFௐWRௐ(3ௐSURGXFWV  &LW\ௐRIௐ 5DOHLJKௐ3XEOLFௐ 8WLOLWLHV *RYHUQPHQW 1RUWK&DUROLQD 1& :DWHUௐDQGௐVDQLWDU\ௐVHZHUௐVHUYLFHV 3XUFKDVHGௐRQHௐXQLWௐ VSHFLILFௐWRௐ(3ௐSURGXFWV  7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHU RIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFKVHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUG SDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 092222 Vendor Name: Caterpillar          6DOHVௐIRUFH 7KHௐ&DWௐGHDOHUௐVDOHVIRUFHௐLVௐWKHௐPRVWௐFDSDEOHௐDQGௐKLJKO\ௐWUDLQHGௐLQௐWKHௐLQGXVWU\ௐ7KHௐ &DWௐGHDOHUௐVDOHVSHRSOHௐDUHௐFRQVXOWDQWVௐWRௐWKHLUௐFXVWRPHUVௐDQGௐDGYLVHௐWKHLUௐFXVWRPHUVௐ RQௐWKHௐEHVWௐVROXWLRQVௐIRUௐWKHLUௐDSSOLFDWLRQௐDQGௐMREௐ$VௐDௐPDQXIDFWXUHUௐZHௐUHTXHVWௐRXUௐ GHDOHUVௐWRௐIROORZௐVWULFWௐWUDLQLQJௐSURWRFROVௐWRௐHQVXUHௐRXUௐVDOHVௐIRUFHௐUHPDLQVௐFXUUHQWௐRQௐ DOOௐSURGXFWௐXSGDWHVௐ6SHFLILFDOO\ௐDVௐLWௐUHODWHVௐWRௐJRYHUQPHQWDOௐVDOHVௐHDFKௐGHDOHUௐKDVௐ RQHௐRUௐPRUHௐSHRSOHௐQDPHGௐWRௐEHௐDௐNH\ௐOLDLVRQௐEHWZHHQௐXVௐDVௐPDQXIDFWXUHUௐDQGௐ WKHLUௐGHDOHUௐVDOHVௐWHDPௐ7KLVௐSHUVRQௐLVௐRIIHUHGௐDGGLWLRQDOௐLQGHSWKௐWUDLQLQJௐRQௐ6RXUFHZHOOௐDQGௐHQVXUHVௐWKDWௐDOOௐFRQWUDFWௐWHUPVௐDUHௐIROORZHGௐ,QௐDGGLWLRQௐGHDOHUVௐDOVRௐ KDYHௐHOHFWULFௐSRZHUௐVSHFLDOLVWVௐORFDWHGௐLQௐKRXVHௐWRௐZRUNௐZLWKௐFXVWRPHUVௐRQௐDOOௐ DVSHFWVௐRIௐWKHLUௐSRZHUௐJHQHUDWLRQௐEXVLQHVVௐ ,Qௐ1RUWKௐ$PHULFDௐRXUௐGHDOHUVௐHPSOR\ௐPRUHௐWKDQௐௐSHRSOHௐDFURVVௐWKHௐPDFKLQHௐ HQHUJ\ௐSDUWVௐDQGௐVHUYLFHௐGLYLVLRQVௐ7KHௐGHDOHUௐVDOHVௐWHDPVௐDUHௐVXSSRUWHGௐE\ௐDௐ QHWZRUNௐRIௐ&DWHUSLOODUௐSURIHVVLRQDOVௐ(DFKௐGHDOHUௐKDVௐLQௐWHUULWRU\ௐVXSSRUWௐRIௐௐ &DWHUSLOODUௐVDOHVPDUNHWLQJௐHPSOR\HHVௐ,WௐLVௐWKHௐUHVSRQVLELOLW\ௐRIௐWKHVHௐSHRSOHௐWRௐHQVXUHௐWKDWௐWKHௐGHDOHUௐDQGௐ&DWHUSLOODUௐDUHௐZRUNLQJௐZHOOௐWRJHWKHUௐWRௐFRQVWDQWO\ௐLPSURYHௐ DQGௐWRௐDGDSWௐWRௐPDUNHWSODFHௐFKDQJHVௐ%H\RQGௐWKHௐWHUULWRU\ௐH[SHUWVௐWKHௐVDOHVௐDQGௐ PDUNHWLQJௐGHSDUWPHQWௐDWௐ&DWHUSLOODUௐLVௐVWDIIHGௐE\ௐPRUHௐWKDQௐௐSHRSOHௐZKRVHௐ PLVVLRQௐLVௐWRௐIRFXVௐRQௐFXVWRPHUௐVDWLVIDFWLRQௐ(YHQௐPRUHௐDUHௐHPSOR\HGௐEHKLQGWKHVFHQHVௐWRௐHQVXUHௐLQGXVWU\ௐOHDGLQJௐSURGXFWௐGHVLJQௐXSௐWRௐGDWHௐSURGXFWௐLQIRUPDWLRQௐ DQGௐPDLQWDLQLQJௐWKHௐHDVHௐRIௐGRLQJௐEXVLQHVVௐLQௐDQௐLQFUHDVLQJO\ௐFRQQHFWHGௐPDUNHWSODFH   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐ PHWKRGV 7KHௐ&DWௐGHDOHUௐQHWZRUNௐLVௐNH\ௐWRௐWKHௐVXFFHVVௐRIௐRXUௐFRPSDQ\ௐ:LWKLQௐ&DQDGDௐDQGௐ WKHௐ8QLWHGௐ6WDWHVௐZHௐKDYHௐPRUHௐWKDQௐௐGHDOHUௐRZQHGௐORFDWLRQVௐWKDWௐVHOOௐDQGௐUHQWௐ HTXLSPHQWௐ3OHDVHௐUHIHUௐWRௐRXUௐGLUHFWRU\ௐOLVWLQJௐRIௐ&DWௐGHDOHUௐORFDWLRQVௐDQGௐORFDWLRQVௐ PDSௐLQௐWKHௐDWWDFKHGௐ³&DWௐ'HDOHUௐ'LUHFWRU\´ௐ&DWௐGHDOHUVௐDUHௐLQGHSHQGHQWO\ௐRZQHGௐDQGௐPDQ\ௐFRYHUௐDQௐHQWLUHௐVWDWHௐRUௐSURYLQFHௐ,QௐVRPHௐFDVHVௐGHDOHUVௐFURVVௐ VWDWHSURYLQFLDOௐERXQGDULHVௐDQGௐLQௐRWKHUௐFDVHVௐPRUHௐWKDQௐRQHௐGHDOHUௐZLOOௐEHௐORFDWHGௐ LQௐDௐVWDWH ௐ(DFKௐGHDOHUௐKDVௐPXOWLSOHௐEUDQFKHVௐDQGௐDௐPRELOHௐVHUYLFHௐIOHHWௐWKDWௐFDQௐ VHUYHௐFXVWRPHUVௐUHJDUGOHVVௐRIௐORFDWLRQௐ7KHVHௐDUHௐIXOOௐSK\VLFDOௐORFDWLRQVௐRXUௐJRYHUQPHQWDOௐFXVWRPHUVௐFDQௐXVHௐ %HFDXVHௐRIௐWKHௐVL]HௐRIௐ&DWௐGHDOHUVௐWKH\ௐDUHௐH[FHSWLRQDOO\ௐFDSDEOHௐWRௐVHUYHௐ JRYHUQPHQWDOௐFXVWRPHUVௐDQGௐFXVWRPHUVௐLQௐWKHௐJRYHUQPHQWDOௐLQGXVWU\ௐ'HDOHUVௐKDYHௐ WUDLQHGௐVSHFLDOLVWVௐWKDWௐFRYHUௐPDQ\ௐLQGXVWULHVௐ0DQ\ௐRIௐRXUௐGHDOHUௐVDOHVௐUHSVௐVHOOௐ PRUHௐWKDQௐௐRIௐWKHLUௐVDOHVௐWKURXJKௐ6RXUFHZHOOௐ7RௐVXSSRUWௐWKHVHௐGHDOHUVௐDQGௐ VSHFLDOLVWVௐLQௐWKHௐILHOGௐ&DWHUSLOODUௐKDVௐDQௐHOHFWULFௐSRZHUௐGLYLVLRQௐZLWKௐௐGHGLFDWHGௐ HOHFWULFௐSRZHUௐWHUULWRU\ௐPDQDJHUVௐGHGLFDWHGௐWRௐWUDLQLQJௐDQGௐIRFXVHGௐRQௐWKHௐHOHFWULFௐ SRZHUௐLQGXVWU\ௐ7RௐKHOSௐZLWKௐ6RXUFHZHOOௐVDOHVௐZHௐKDYHௐDௐGHGLFDWHGௐVDOHVௐUHSௐ1LFROHௐ:DUQVWHGWௐZKRௐLVௐH[SHUWௐRQௐFRRSHUDWLYHௐSXUFKDVLQJௐIRUௐWKHௐSRZHUௐJHQHUDWLRQௐJURXSௐ DVௐZHOOௐDVௐDQௐLQWHUQௐWRௐDVVLVWௐZLWKௐGD\ௐWRௐGD\ௐWDVNVௐ&DWHUSLOODUௐDOVRௐSXOOVௐWRJHWKHUௐ WKHௐHOHFWULFௐSRZHUௐVSHFLDOLVWVௐLQWRௐDௐ'HDOHUௐ$GYLVRU\ௐJURXSௐWRௐKDYHௐDௐFRQWLQXRXVௐ IHHGEDFNௐORRSௐRQௐLQGXVWU\ௐWUHQGVௐDQGௐWRௐFROODERUDWHௐRQௐIXWXUHௐQHZௐSURGXFWௐLQWURGXFWLRQVௐௐ &ROOHFWLYHO\ௐ&DWௐGHDOHUV ௐODUJHௐQHWௐZRUWKௐSHUPLWVௐWKHPௐWRௐVWRFNௐDௐKLJKௐYROXPHௐRIௐௐ UHSODFHPHQWௐSDUWVௐௐDOORZLQJௐJRYHUQPHQWDOௐFXVWRPHUVௐWKHௐIDVWHVWௐWXUQDURXQGௐRQௐSDUWVௐDYDLODELOLW\ௐDQGௐUHSDLUௐWLPHௐ&DWௐGHDOHUVௐUHFRJQL]HௐWKHௐLPSRUWDQFHௐRIௐJRYHUQPHQWDOௐ EXVLQHVVௐWRௐWKHLUௐRYHUDOOௐVXFFHVVௐDQGௐWKHLUௐSURGXFWௐVXSSRUWௐVDOHVௐUHSVௐDUHௐZHOOௐ YHUVHGௐLQௐZRUNLQJௐZLWKௐJRYHUQPHQWௐHQWLWLHVௐ 3OHDVHௐUHIHUௐWRௐWKHௐ&DWௐGHDOHUௐORFDWLRQVௐOLVWௐDQGௐPDSௐLQFOXGHGௐLQௐ$GGLWLRQDOௐ 'RFXPHQWV  Bid Number: RFP 092222 Vendor Name: Caterpillar          6HUYLFHௐIRUFH $Wௐ&DWHUSLOODUௐZHௐDUHௐYHU\ௐSURXGௐRIௐWKHௐVD\LQJௐ7KHௐVDOHVௐGHSDUWPHQWௐVHOOVௐWKHௐILUVWௐ PDFKLQHௐWKHௐVHUYLFHௐGHSDUWPHQWௐVHOOVௐHYHU\ௐRQHௐDIWHUௐWKDWௐ7KHௐ&DWௐGHDOHUௐQHWZRUNௐ LQௐ1RUWKௐ$PHULFDௐFROOHFWLYHO\ௐHPSOR\VௐPRUHௐWKDQௐௐIDFWRU\ௐWUDLQHGௐWHFKQLFLDQVௐ SDUWVௐH[SHUWVௐSURGXFWௐVXSSRUWௐPDQDJHUVௐDQGௐRWKHUௐVHUYLFHRULHQWHGௐVWDIIௐ7KHVHௐ SHRSOHௐDUHௐVXSSRUWHGௐE\ௐWKHௐEHVWௐUHSDLUௐVKRSௐHTXLSPHQWௐDQGௐPDWHULDOVௐ$VௐPDFKLQHVௐ DQGௐHQJLQHVௐDUHௐFRQVWDQWO\ௐXSGDWHGௐVRௐWRRௐDUHௐRXUௐVHUYLFHௐH[SHUWVௐ:HௐFRQGXFWௐ SURGXFWVSHFLILFௐWUDLQLQJௐHYHU\ௐZHHNௐRIௐWKHௐ\HDUௐ7HFKQLFLDQௐVKRUWDJHௐLVௐDQௐLQGXVWU\ZLGH FRQFHUQௐEXWௐEHFDXVHௐ&DWௐGHDOHUVௐDUHௐODUJHௐORQJௐHVWDEOLVKHGௐFRPSDQLHVௐWKH\ௐFDQௐ RIIHUௐVWURQJௐFRPSHQVDWLRQௐDQGௐEHQHILWௐSDFNDJHVௐWKDWௐHQFRXUDJHௐWKHௐEHVWௐSHRSOHௐWRௐ VHHNௐHPSOR\PHQWௐDQGௐWRௐUHWDLQௐWKHPௐRQFHௐKLUHGௐ&DWHUSLOODUௐZRUNVௐYHU\ௐFORVHO\ௐZLWKௐGHDOHUVௐDQGௐWKURXJKௐDௐSURJUDPௐFDOOHGௐ7KLQNௐ%LJௐZHௐDUHௐDEOHௐWRௐNHHSௐWKHௐSLSHOLQHௐ RIௐKLJKௐTXDOLW\ௐHPSOR\HHVௐIXOOௐ ௐ ,QௐDGGLWLRQௐWRௐWKHௐWHFKQLFLDQVௐDQGௐPHFKDQLFVௐWKDWௐZRUNௐRQௐWKHௐJHQHUDWRUVௐGLUHFWO\ௐHDFKௐGHDOHUௐKDVௐDௐVHUYLFHௐVXSSRUWௐVWDIIௐWKDWௐLQFOXGHVௐFXVWRPHUIDFLQJௐFRQVXOWDQWVௐZKRௐ DUHௐUHVSRQVLEOHௐIRUௐZRUNLQJௐZLWKௐFXVWRPHUVௐWRௐVHWௐXSௐPDLQWHQDQFHௐDQGௐUHSDLUௐ VFKHGXOHVௐWRௐHQVXUHௐWKHௐEHVWௐSRVVLEOHௐXSWLPHௐ&ROOHFWLYHO\ௐVHUYLFHௐVXSSRUWௐVWDIIௐ PDNHVௐXSௐWKHௐEXONௐRIௐHDFKௐGHDOHUV ௐVWDIIௐ5RXJKO\ௐKDOIௐRIௐWKHLUௐSHUVRQQHOௐLQYHVWPHQWௐJRHVௐWRௐHQVXULQJௐFXVWRPHUௐVXFFHVVௐYLDௐSURGXFWௐVXSSRUWௐ ௐ 7KHௐGHDOHUௐVHUYLFHௐWHDPVௐDUHௐVXSSRUWHGௐE\ௐDௐQHWZRUNௐRIௐ&DWHUSLOODUௐSURIHVVLRQDOVௐ (DFKௐGHDOHUௐKDVௐLQௐWHUULWRU\ௐVXSSRUWௐRIௐௐ&DWHUSLOODUௐSDUWVVHUYLFHௐHPSOR\HHVௐ,WௐLVௐ WKHௐUHVSRQVLELOLW\ௐRIௐWKHVHௐSHRSOHௐWRௐHQVXUHௐWKDWௐWKHௐGHDOHUௐDQGௐ&DWHUSLOODUௐDUHௐ ZRUNLQJௐZHOOௐWRJHWKHUௐWRௐFRQVWDQWO\ௐLPSURYHௐDQGௐWRௐDGDSWௐWRௐPDUNHWSODFHௐFKDQJHVௐ %H\RQGௐWKHௐWHUULWRU\ௐH[SHUWVௐWKHௐVHUYLFHௐDQGௐVXSSRUWௐJURXSVௐDWௐ&DWHUSLOODUௐDUHௐVWDIIHGௐ E\ௐWKRXVDQGVௐRIௐSHRSOHௐZKRVHௐPLVVLRQௐLVௐWRௐIRFXVௐRQௐSRVWVDOHௐFXVWRPHUௐVDWLVIDFWLRQௐ (YHQௐPRUHௐDUHௐHPSOR\HGௐEHKLQGWKHVFHQHVௐWRௐHQVXUHௐWHFKQLFDOௐOLWHUDWXUHௐLVௐXSௐWRௐ GDWHௐVHUYLFHௐVWDQGDUGVௐDUHௐDGKHUHௐWRௐDQGௐUHSDLUௐTXHVWLRQVௐDUHௐDQVZHUHGௐTXLFNO\ௐ +LVWRULFDOO\ௐZHௐKDYHௐH[FHHGHGௐRXUௐௐKRXUௐUHVSRQVHௐUDWHௐWDUJHWௐLQௐUHVSRQGLQJௐWRௐ GHDOHUௐVHUYLFHௐLQTXLULHV   'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐ ZLOOௐEHௐKDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐ RWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ 3URSRVHUௐDQGௐRWKHUV 2XUௐVLPSOHௐRUGHUௐSURFHVVௐKDVௐEHHQௐDQGௐZLOOௐFRQWLQXHௐWRௐEHௐZHOOௐDSSUHFLDWHGௐE\ௐ 6RXUFHZHOOௐDQGௐ6RXUFHZHOOௐPHPEHUVௐ  ௐௐ:KHQௐDௐPHPEHUௐGHFLGHVௐWRௐSXUFKDVHௐDௐQHZௐ&DWௐ*HQHUDWRUௐWKH\ௐLQFOXGHௐWKHௐ FRQWUDFWௐQXPEHUௐDQGௐWKHLUௐ6RXUFHZHOOௐPHPEHUௐQXPEHUௐRQௐWKHௐ3XUFKDVHௐ2UGHUௐWKH\ௐ LVVXHௐWRௐWKHௐ&DWௐGHDOHUௐ  ௐௐ7KHௐ&DWௐGHDOHUௐWKHQௐDFFHSWVௐWKHௐ32ௐLVVXHVௐWKHௐLQYRLFHௐDFFHSWVௐSD\PHQWௐDQGௐGHOLYHUVௐWKHௐJHQHUDWRUௐ  ௐௐ$IWHUௐWKHௐJHQHUDWRUௐKDVௐEHHQௐGHOLYHUHGௐWKHௐGHDOHUௐDVௐSDUWௐRIௐWKHLUௐQRUPDOௐ SURFHVVௐLQFOXGHVௐWKHௐPHPEHUௐQXPEHUௐZKHQௐILOLQJௐWKHLUௐVDOHVௐFODLPVௐZLWKௐ&DWHUSLOODUௐ  ௐௐ$WௐPRQWKௐHQGௐ&DWHUSLOODUௐDJJUHJDWHVௐWKHVHௐUHSRUWVௐDQGௐVHQGVௐWKHௐVDOHVௐLQIRUPDWLRQௐTXDUWHUO\ௐWRௐ6RXUFHZHOOௐDORQJௐZLWKௐWKHௐDGPLQLVWUDWLYHௐIHHௐ ,03257$17ௐ127(ௐௐ6KRXOGௐDௐPHPEHUௐZLVKௐWRௐLQFOXGHௐDGGLWLRQDOௐWHUPVௐDQGௐ FRQGLWLRQVௐWRௐWKLVௐFRQWUDFWௐRUௐWRௐRWKHUZLVHௐUHTXHVWௐDௐ3DUWLFLSDWLQJௐ$GGHQGXPௐWKDWௐ DJUHHPHQWௐௐ3$ௐVKRXOGௐEHௐH[HFXWHGௐEHWZHHQௐௐWKHௐPHPEHUௐDQGௐ&DWௐGHDOHUௐGLUHFWO\  Bid Number: RFP 092222 Vendor Name: Caterpillar          'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐ SURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐ SURJUDPௐLIௐDSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐ UHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐ FRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐ WKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ VHUYLFHௐJRDOVௐRUௐSURPLVHV :HௐDUHௐSURXGௐWKDWௐRXUௐUHSXWDWLRQௐVWDQGVௐRQௐKDYLQJௐWKHௐEHVWௐFXVWRPHUௐVXSSRUWௐLQௐWKHௐ LQGXVWU\ௐ,QௐIDFWௐRXUௐFDSDELOLWLHVௐDUHௐLQGXVWU\ௐOHDGLQJௐ6KRXOGௐDௐFXVWRPHUௐHYHUௐKDYHௐDௐ SUREOHPௐRUௐLVVXHௐZLWKௐDௐJHQHUDWRUௐWKHLUௐ&DWௐGHDOHUௐLVௐHPSRZHUHGௐWRௐUHVROYHௐWKDWௐ LVVXHௐORFDOO\ௐ,IௐWKHௐSUREOHPௐLVௐDௐUHVXOWௐRIௐDௐGHIHFWௐLQௐPDWHULDOௐRUௐZRUNPDQVKLSௐ &DWHUSLOODUௐKDVௐDௐVWDQGDUGௐZDUUDQW\ௐWRௐDGGUHVVௐ(YHU\ௐ&DWௐGHDOHUௐKDVௐDௐFRPPRQௐ GHWDLOHGௐVHUYLFHௐSURFHVVௐLQௐSODFHௐ&DWHUSLOODUௐVXSSRUWVௐDQGௐYHULILHVௐWKDWௐDOOௐWKHௐGHDOHUௐ VHUYLFHௐWHFKQLFLDQVௐDUHௐVXSSOLHGௐZLWKௐWKHௐWRROVௐDQGௐHTXLSPHQWௐQHHGHGௐWRௐUHSDLUௐDOOௐ&DWௐSURGXFWVௐ :LWKௐDQௐDEXQGDQFHௐRIௐ&DWHUSLOODUௐ1HWZRUNௐVHUYLFHௐORFDWLRQVௐ RYHUௐௐORFDWLRQV ௐ LQFOXGLQJௐDQௐHVWLPDWHGௐVDOHVௐDQGௐVHUYLFHௐWHDPௐRIௐௐௐVHUYLFHௐED\VௐDQGௐௐILHOGௐVHUYLFHௐWUXFNVௐRXUௐKLJKO\ௐVNLOOHGWUDLQHGௐ&DWHUSLOODUௐGHDOHUௐWHFKQLFLDQVௐDUHௐ LQௐFORVHௐSUR[LPLW\ௐWRௐ6RXUFHZHOOௐFXVWRPHUVௐZLWKLQௐWKHௐ86ௐDQGௐ&DQDGDௐ7KHௐ&DWHUSLOODUௐ QHWZRUNௐSURYLGHVௐXQPDWFKHGௐVHUYLFHௐFDSDELOLWLHVௐWRௐPHHWௐFXVWRPHUௐVHUYLFLQJௐ UHTXLUHPHQWVௐ 7HFKQLFLDQVௐKDYHௐDFFHVVௐWRௐDQௐHOHFWURQLFௐOLEUDU\ௐRIௐWHFKQLFDOௐLQIRUPDWLRQௐLQFOXGLQJௐ 6HUYLFHௐ/HWWHUVௐ7HFKQLFDOௐ,QIRUPDWLRQௐ%XOOHWLQVௐ6\VWHPௐ2SHUDWLRQVௐ7URXEOHVKRRWLQJௐ DQGௐ'LVDVVHPEO\ௐDQGௐ$VVHPEO\ௐPDQXDOVௐ7KHVHௐPDQXDOVௐDUHௐSURYLGHGௐIRUௐHYHU\ௐ&DWௐSURGXFWௐௐ(DFKௐGHDOHUௐDOVRௐKDVௐRQHௐRUௐPRUHௐ7HFKQLFDOௐ&RPPXQLFDWRUVௐZKRௐDUHௐ GHGLFDWHGௐWRௐVXSSRUWLQJௐWKHௐVHUYLFHௐWHFKQLFLDQVௐE\ௐDFWLQJௐDVௐDௐOLDLVRQௐEHWZHHQௐWKHௐ VKRSௐSHUVRQQHOௐDQGௐ&DWHUSLOODUௐ ௐ7KHௐVHUYLFHௐWHFKQLFLDQVௐDOVRௐKDYHௐDௐGHDOHUௐVXSSRUWௐQHWZRUNௐ '61 ௐV\VWHPௐZLWKௐGLUHFWௐ DFFHVVௐWRௐ&DWHUSLOODU Vௐ6HUYLFHௐ(QJLQHHUVௐ&DWHUSLOODUௐUHVSRQGVௐWRௐPRUHௐWKDQௐௐRIௐ DOOௐKLJKௐSULRULW\ௐWLFNHWVௐZLWKLQௐRQHௐKRXUௐ ௐ 'HSHQGLQJௐRQௐDௐFXVWRPHU VௐQHHGVௐWKH\ௐPD\ௐFKRRVHௐWRௐKDQGOHௐVHUYLFHௐLVVXHVௐ WKHPVHOYHVௐLQௐFRQMXQFWLRQௐZLWKௐWKHLUௐGHDOHUௐRUௐWKH\ௐPD\ௐDVNௐWKHLUௐGHDOHUௐWRௐKDQGOHௐ WKHPௐHQWLUHO\ௐ7RௐPHHWௐWKHௐYDU\LQJௐGHVLUHVௐRIௐHDFKௐFXVWRPHUௐ&DWHUSLOODUௐRIIHUVௐDௐZLGHௐ UDQJHௐRIௐVHUYLFHௐSURJUDPVௐ &DWௐ,QVSHFWௐ&RQGLWLRQௐ0RQLWRULQJௐ &XVWRPHUௐ6XSSRUWௐ$JUHHPHQWVௐ 626ௐ6HUYLFHVௐ IOXLGௐDQDO\VLV   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ8QLWHGௐ6WDWHV :HௐDUHௐKDSS\ௐWRௐVHUYHௐDOOௐJHRJUDSKLFௐDUHDVௐDQGௐDOOௐ6RXUFHZHOOௐPHPEHUௐVHFWRUVௐZLWKௐ LQௐWKHௐ8QLWHGௐ6WDWHVௐZLWKௐRXUௐFRPSOHWHௐSURGXFWௐDQGௐVHUYLFHௐRIIHULQJVௐ&DWHUSLOODUௐKDVௐ VXFFHVVIXOO\ௐXWLOL]HGௐ6RXUFHZHOOௐௐWRௐVHOOௐJHQHUDWRUVௐLQௐDOOௐVWDWHV  'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD :HௐDUHௐKDSS\ௐWRௐVHUYHௐDOOௐJHRJUDSKLFௐDUHDVௐDQGௐDOOௐ6RXUFHZHOOௐPHPEHUௐVHFWRUVௐ ZLWKLQௐ&DQDGDௐZLWKௐRXUௐFRPSOHWHௐSURGXFWௐDQGௐVHUYLFHௐRIIHULQJVௐ,QௐIDFWௐZHௐVHHௐWKHௐ &DQDGLDQௐPDUNHWௐDVௐDௐVLJQLILFDQWௐJURZWKௐRSSRUWXQLW\ௐIRUௐ6RXUFHZHOOௐXVHௐDQGௐDUHௐ DFWLYHO\ௐHQFRXUDJLQJௐLWVௐXVHௐ&DWHUSLOODUௐFXUUHQWO\ௐKDVௐ&DQDGDௐ6RXUFHZHOOௐJURZWKௐLQௐ RXUௐ&DQDGDௐ'HDOHU¶Vௐௐ*URZWKௐ3ODQVௐ:HௐKDYHௐJDLQHGௐPRPHQWXPௐZLWKௐRXUௐ FXUUHQWௐFRQWUDFWௐ&$7ௐLQௐ&DQDGD   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐ IXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW :HௐDUHௐKDSS\ௐWRௐVHUYHௐDOOௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐDQGௐ&DQDGD  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐ VHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRU SURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐ GHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐ KDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" :HௐDUHௐKDSS\ௐWRௐVHUYHௐDOOௐ6RXUFHZHOOௐ0HPEHUௐVHFWRUVௐZLWKLQௐWKHௐ8QLWHGௐ6WDWHVௐDQGௐ &DQDGDௐZLWKௐRXUௐFRPSOHWHௐSURGXFWௐDQGௐVHUYLFHௐRIIHULQJௐWKURXJKௐ6RXUFHZHOOௐ &DWHUSLOODU VௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐDUHௐQRQH[FOXVLYHௐLHௐQRQHௐRIௐWKHPௐ UHVWULFWௐ&DWHUSLOODUௐIURPௐSURPRWLQJௐDQ\ௐRWKHUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWV  'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐUHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV 7KHUHௐDUHௐQRௐUHVWULFWLRQVௐRUௐOLPLWDWLRQVௐIRUௐVDOHVௐWRௐPHPEHUVௐLQௐ+DZDLLௐ$ODVNDௐRUௐ86ௐ7HUULWRULHV 7DEOH0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 092222 Vendor Name: Caterpillar          'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ 8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐ PDUNHWLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐ WKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH &DWHUSLOODUௐLVௐFRPPLWWHGௐWRௐFRRSHUDWLQJௐZLWKௐ6RXUFHZHOOௐWRௐIXOO\ௐDQGௐFRQWLQXDOO\ௐWUDLQௐRXUௐ ௐPDQDJHPHQWௐDQGௐVDOHVௐVWDIIௐZLWKLQௐWKHௐGHDOHUௐQHWZRUNௐWRௐHQVXUHௐPD[LPXPௐ DZDUHQHVVௐDQGௐHPEUDFHPHQWௐRIௐRXUௐ6RXUFHZHOOௐFRQWUDFWௐ7RௐVKRZௐRXUௐFRPPLWPHQWௐZHௐ KDYHௐHQJDJHGௐWRௐGHSOR\ௐWKHௐSURYHQௐDELOLW\ௐRIௐWKHௐ*RYHUQPHQWௐ6ROXWLRQVௐ7HDPௐ//&ௐ *67 ௐ RIௐ/HEDQRQௐ7HQQHVVHHௐWRௐWUDLQௐDQGௐIXUWKHUௐVXSSRUWௐRXUௐVDOHVௐPDQDJHPHQWௐDQGௐGHDOHUௐ QHWZRUNௐLQௐWKHௐHYHQWௐRIௐDௐFRQWUDFWௐDZDUGௐLQௐWKLVௐ5)3ௐSURFHVVௐ*67¶VௐH[WHQVLYHௐNQRZOHGJHௐ DQGௐXQGHUVWDQGLQJௐRIௐWKHௐ6RXUFHZHOOௐVWDWXHVௐKLVWRU\ௐDQGௐSURFHVVHVௐZLOOௐEHௐRXUௐFRQWLQXDOௐSULRULW\ௐLQௐWKHௐVXSSRUWௐDQGௐHGXFDWLRQௐRIௐRXUௐGLVWULEXWLRQௐFKDQQHOௐ*67ௐEXLOGVௐ6RXUFHZHOOௐ DZDUHQHVVௐDQGௐHQWKXVLDVPௐZLWKLQௐRXUௐGHDOHUௐQHWZRUNௐ&RQVLVWHQWௐUHPRWHௐDQGௐRQVLWHௐ GHDOHUௐWUDLQLQJௐDWௐUHJLRQDOௐDQGௐQDWLRQDOௐGHDOHUௐPHHWLQJVௐZLOOௐFRQWLQXHௐWRௐOHDGௐWRௐH[HPSODU\ௐ VDOHVௐJURZWKௐRIௐRXUௐSURSRVHGௐ6RXUFHZHOOௐFRQWUDFWௐ*67ௐDOVRௐVWDIIVௐDௐ'HDOHUௐ6XSSRUWௐ6SHFLDOLVWௐZKRௐLVௐGHGLFDWHGௐWRௐDVVLVWLQJௐVDOHVௐUHSVௐZLWKௐWKHLUௐTXHVWLRQVௐDQGௐQHHGVௐ &DWHUSLOODUௐLVௐDOVRௐOLVWHGௐDVௐDௐVWUDWHJLFௐVXSSOLHUௐSDUWQHUௐIRUௐ1DWLRQDOௐ&RRSHUDWLYHௐ 3XUFKDVLQJௐ3DUWQHUVௐ 1&33 ௐWKHௐSURIHVVLRQDOௐDVVRFLDWLRQௐIRUௐFRRSHUDWLYHௐSURFXUHPHQWௐௐ 'RFXPHQWDWLRQௐDQGௐWUDLQLQJௐUHJDUGLQJௐ6RXUFHZHOOௐSURMHFWVௐDUHௐDYDLODEOHௐRQௐRXUௐLQWHUQDOௐ GHDOHUௐZHEVLWHௐ&DWHUSLOODUௐDOVRௐGRHVௐRQVLWHௐDQGௐYLUWXDOௐWUDLQLQJௐIRUௐGHDOHUVௐWRௐHGXFDWHௐDQGௐ GULYHௐ6RXUFHZHOOௐJURZWKௐ 2XUௐFXUUHQWௐPDUNHWLQJௐVWUDWHJ\ௐZLWKௐ6RXUFHZHOOௐFRQWUDFWௐ&$7ௐSURYHVௐWRௐEHௐHIIHFWLYHௐ ZLWKௐ\HDURYHU\HDUௐVDOHVௐJURZWKௐ6LQFHௐLQFHSWLRQௐRIௐ&DWHUSLOODU¶Vௐ6RXUFHZHOOௐFRQWUDFWVௐ ௐ&DWHUSLOODUௐJHQHUDWRUVௐKDYHௐEHHQௐVROGௐOHYHUDJLQJௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ6KRXOGௐZHௐ EHௐIRUWXQDWHௐHQRXJKௐWRௐEHௐDZDUGHGௐDௐFRQWUDFWௐIRUௐ(QHUJ\ௐ*HQHUDWLRQௐLQௐUHVSRQVHௐWRௐ5)3ௐௐZHௐZLOOௐSURXGO\ௐDQQRXQFHௐWKHௐDZDUGௐSXEOLFO\ௐWKURXJKௐRXUௐPXOWLSOHௐFXVWRPHUIDFLQJௐ WRXFKSRLQWVௐWRௐLQFOXGHௐௐEXWௐQRWௐOLPLWHGௐWRௐ  ௐ3UHVVௐ5HOHDVH  ௐ$QQRXQFHPHQWௐLQௐPRQWKO\ௐ(OHFWULFௐ3RZHUௐFXVWRPHUௐHQHZVOHWWHU  ௐ)HDWXUHௐRQௐFDWFRPௐFRRSHUDWLYHௐSXUFKDVLQJௐIRFXVHGௐZHESDJHௐௐ KWWSVZZZFDWFRPHQB86DUWLFOHVHOHFWULFSRZHUVRXUFHZHOOFRRSHUDWLYHSXUFKDVLQJKWPOௐௐௐ  ௐ$QQRXQFHPHQWௐRQௐ&DWௐ(OHFWULFௐ3RZHUௐVRFLDOௐPHGLDௐFKDQQHOVௐ )%ௐ/LQNHG,Qௐ7ZLWWHU ௐௐ  ௐ6RXUFHZHOOௐSURPRWLRQௐDWௐLQGXVWU\ௐHYHQWVௐZHௐDWWHQGௐZKHUHௐWKHௐDXGLHQFHௐLQFOXGHVௐQRQSURILWVௐDQGௐJRYHUQPHQWௐZLWKLQௐWKHௐ6/('ௐPDUNHWௐLQFOXGLQJௐVFKRROVௐODQGILOOௐDQGௐZDWHUVHZHUௐ WUHDWPHQWௐDSSOLFDWLRQVௐ([DPSOHVௐRIௐௐHYHQWVௐZKHUHௐ*67ௐUHSUHVHQWDWLYHVௐDWWHQGHGௐLQௐ VXSSRUWௐRIௐ&DWHUSLOODUௐDQGௐ6RXUFHZHOOௐLQFOXGHGௐ$PHULFDQௐ3XEOLFௐ:RUNVௐ$VVRFLDWLRQௐ 3:; ௐ :DVWHFRQௐ:DVWH([SRௐ:DWHUௐ(QYLURQPHQWௐ)HGHUDWLRQ Vௐ7HFKQLFDOௐ([KLELWLRQௐDQGௐ&RQIHUHQFHௐ :()7(& ௐ*RYHUQPHQWௐ)OHHWௐ([SRௐ *); ௐ1DWLRQDOௐ,QVWLWXWHௐRIௐ*RYHUQPHQWௐ 3URFXUHPHQWௐ 1,*3 ௐ&DOLIRUQLDௐ$VVRFLDWLRQௐRIௐ3XEOLFௐ3URFXUHPHQWௐ2IILFLDOVௐ &$332 ௐ 1DWLRQDOௐ$VVRFLDWLRQௐRIௐ&RXQW\ௐ(QJLQHHUVௐ 1$&( ௐDQGௐ$PHULFDQௐ3XEOLFௐ:RUNVௐ$VVRFLDWLRQௐ $3:$ ௐ6QRZௐ&RQIHUHQFHௐ  ௐ8SGDWHௐSURPRWLRQDOௐOLWHUDWXUH  ௐ'HDOHUௐDZDUHQHVVௐSURPRWLRQDOௐHYHQWV   'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐ PDUNHWLQJௐHIIHFWLYHQHVV &DWHUSLOODUௐDQGௐWKHௐ&DWௐGHDOHUௐQHWZRUNௐDUHௐOHDGHUVௐLQௐXVLQJௐHPHUJLQJௐWHFKQRORJLHVௐWRௐ UHDFKௐRXUௐFXVWRPHUVௐ:HௐPDQDJHௐVHYHUDOௐVRFLDOௐPHGLDௐSODWIRUPVௐDQGௐFDQௐWDUJHWௐJRYHUQPHQWDOௐVHJPHQWVௐ:HௐDOVRௐORRNௐDWௐSDVWௐSXUFKDVHௐKLVWRU\ௐDQGௐILQDQFLQJௐLQIRUPDWLRQௐ WRௐUHFRJQL]HௐLQௐDGYDQFHௐZKHQௐFXVWRPHUVௐPD\ௐEHௐFRQVLGHULQJௐUHSODFLQJௐPDFKLQHVௐWKH\ௐ RZQௐ &DWHUSLOODUௐKDVௐWHDPVௐRIௐSHRSOHௐZKRௐKDQGOHௐOHDGVௐIURPௐ&DWFRPௐWRௐJURZௐDQGௐHQKDQFHௐ RQOLQHௐSUHVHQFHௐ&DWௐ(OHFWULFௐ3RZHUௐKDVௐDQௐRQOLQHௐSRUWDOௐWKDWௐKDVௐDELOLW\ௐIRUௐFXVWRPHUVௐWRௐ VL]HௐDௐXQLWௐDQGௐYLHZௐLQYHQWRU\ௐ2XUௐGHDOHUVௐKDYHௐUHVRXUFHVௐIRUௐOHDGௐJHQHUDWLRQௐIURPௐWKLUGௐ SDUW\ௐGDWDEDVHVௐWRௐXQGHUVWDQGௐZKLFKௐRSSRUWXQLWLHVௐDUHௐFRPLQJௐLQௐWKHௐJRYHUQPHQWDOௐDQGௐQRQ SURILWௐVHFWLRQௐ2XUௐGHDOHUVௐXWLOL]HௐWKHVHௐUHVRXUFHVௐSOXVௐ&DWHUSLOODUௐ,QFௐUHVRXUFHVௐWRௐIRFXVௐDQGௐGULYHௐDQGௐXQGHUVWDQGௐSLSHOLQHௐRIௐRSSRUWXQLW\ௐWKDWௐZHௐFDQௐSURPRWHௐWKHௐ6RXUFHZHOOௐ VROXWLRQௐWKURXJK   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐ LQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐ WKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ 6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐ VDOHVௐSURFHVV" 6RXUFHZHOOௐLVௐDௐZHOOUHVSHFWHGௐFRQWUDFWLQJௐDJHQF\ௐZLWKLQௐWKHௐSXEOLFௐSURFXUHPHQWௐLQGXVWU\ௐ,Wௐ LVௐLPSRUWDQWௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUGௐWKDWௐRXUௐSURGXFWVௐDQGௐORJRVௐEHௐLQFOXGHGௐLQௐ 6RXUFHZHOOௐPDUNHWLQJௐDQGௐZHEVLWHௐ:HௐEHOLHYHௐWKDWௐWKHௐPRVWௐLPSRUWDQWௐUROHௐWKDWௐ6RXFHZHOOௐ FDQௐSOD\ௐLQௐPDUNHWLQJௐRXUௐFRQWUDFWௐDQGௐSURGXFWVௐLVௐWRௐPDUNHWௐWKHPVHOYHVௐDQGௐSURPRWHௐ FRQWUDFWௐSXUFKDVLQJௐDFURVVௐWKHௐLQGXVWU\ ,QௐWKHௐHYHQWௐRIௐDQௐDZDUGௐ&DWHUSLOODUௐZLOOௐSXWௐKLJKௐSULRULW\ௐLQௐEXLOGLQJௐDZDUHQHVVௐDQGௐ HQWKXVLDVPௐZLWKLQௐRXUௐGHDOHUௐQHWZRUNௐDQGௐFXVWRPHUௐEDVHௐWRௐOHYHUDJHௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐDVௐRXUௐJRௐWRௐPDUNHWௐVWUDWHJ\  Bid Number: RFP 092222 Vendor Name: Caterpillar          $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐ DYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ RUGHULQJௐSURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐ HSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐ FXVWRPHUVௐKDYHௐXVHGௐLW :HௐGRௐRIIHUௐDௐHSURFXUHPHQWௐRUGHULQJௐSURFHVVௐIRUௐSDUWVௐYLDௐSDUWVFDWFRPௐ:HௐFDQௐDOVRௐ LQWHJUDWHௐLQWRௐDௐYDULHW\ௐRIௐSURFXUHPHQWௐV\VWHPVௐIRUௐKLJKௐYROXPHௐFXVWRPHUVௐ :HௐHQDEOHௐFXVWRPHUVௐWRௐVL]HௐDQGௐFRQILJXUHௐRXUௐOHVVௐFRPSOH[ௐSURGXFWVௐYLHZௐDYDLODEOHௐ LQYHQWRU\ௐDQGௐHQJDJHௐGHDOHUVௐRQOLQHௐDWௐSRZHUFDWFRPௐ2XUௐODUJHUௐSURGXFWVௐDUHௐFRPSOH[ௐ DQGௐRIWHQௐFXVWRPFRQILJXUHGௐ$ௐFRQVXOWDWLYHௐVDOHVSHUVRQௐLVௐLQWHJUDOௐWRௐHQVXULQJௐWKDWௐ JHQHUDWRUௐVHWVௐDUHௐFRQILJXUHGௐDQGௐEXLOWௐWRௐSHUIRUPௐZHOOௐLQௐWKHLUௐH[SHFWHGௐGXWLHVௐ)RUௐWKLVௐUHDVRQௐZHௐRQO\ௐLQFOXGHௐRXUௐOHVVௐFRPSOH[ௐSURGXFWVௐRQOLQHௐ:HௐHQFRXUDJHௐRXUௐLQGHSHQGHQWௐ GHDOHUVௐWRௐRIIHUௐRSWLRQVௐEH\RQGௐWKRVHௐIURPௐ&DWHUSLOODUௐ6RXUFHZHOOௐPHPEHUVௐDUHௐIUHHௐWRௐ XVHௐWKRVHௐRSWLRQV  7DEOH9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐ WUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐ FRVWVௐWKDWௐDSSO\ $OOௐGHDOHUVௐRIIHUௐEDVLFௐRSHUDWLRQௐVDIHW\ௐDQGௐPDLQWHQDQFHௐWUDLQLQJௐZLWKௐHYHU\ௐVDOHௐ$OOௐ &DWHUSLOODUௐRSHUDWLRQௐDQGௐPDLQWHQDQFHௐPDQXDOVௐSURYLGHGௐZLWKௐRXUௐHTXLSPHQWௐKDYHௐ LQVWUXFWLRQVௐIRUௐVDIHௐRSHUDWLRQௐRIௐRXUௐHTXLSPHQWௐ6KRXOGௐDௐFXVWRPHUௐGHVLUHௐPRUHௐDGYDQFHGௐ WUDLQLQJௐVXFKௐDVௐSURGXFWLYLW\ௐLPSURYHPHQWௐRUௐDGYDQFHGௐUHSDLUVௐHDFKௐRIௐRXUௐGHDOHUVௐFDQௐVXSSO\ௐWKDWௐWUDLQLQJௐ2IWHQௐWKHUHௐLVௐDௐFRVWௐDVVRFLDWHGௐZLWKௐWKDWௐVSHFLILFௐWUDLQLQJௐDQGௐLIௐZRXOGௐ EHௐQHJRWLDWHGௐEHWZHHQௐWKHௐGHDOHUௐDQGௐWKHௐFXVWRPHUௐ ௐ &DWHUSLOODUௐDOVRௐRIIHUVௐWUDLQLQJௐSURJUDPVௐGLUHFWO\ௐWRௐFXVWRPHUVௐLQௐWKUHHௐDUHDVௐௐRSHUDWLRQௐ VDIHW\ௐDQGௐVHUYLFHௐ0HPEHUVௐPD\ௐDFFHVVௐFRXUVHVௐRQOLQHௐYLDௐ&' VௐRUௐWKURXJKௐLQVWUXFWRUOHGௐ FODVVHVௐOHDGLQJௐWRௐRSHUDWRUௐFHUWLILFDWLRQVௐ7KHௐIHHVௐIRUௐWKHVHௐVHUYLFHVௐYDU\ௐGHSHQGLQJௐRQௐWKHௐ GHSWKௐRIௐWUDLQLQJௐGHVLUHGௐௐ7KHVHௐKLJKOHYHOௐLQVWUXFWOHGௐFRXUVHVௐFDQௐEHௐFRQGXFWHGௐDWௐௐ RQHௐRIௐRXUௐGHGLFDWHGௐWUDLQLQJௐIDFLOLWLHVௐLQௐWKHௐ86ௐRUௐRQௐDௐFXVWRPHU VௐORFDOௐVLWHௐXVLQJௐWKHLUௐ RZQௐHTXLSPHQW  Bid Number: RFP 092222 Vendor Name: Caterpillar          'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐ DGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐ SURGXFWVௐRUௐVHUYLFHVௐRIIHU 7HFKQRORJ\ௐLVௐDௐNH\ௐSURGXFWௐGLIIHUHQWLDWRUௐIRUௐ&DWHUSLOODUௐௐ7RௐGHVFULEHௐHDFKௐRIௐWKHPௐLQௐGHWDLOௐ ZRXOGௐH[SDQGௐWKHௐOHQJWKௐRIௐWKLVௐUHVSRQVHௐEH\RQGௐDௐUHDVRQDEOHௐOHYHOௐௐ)RUௐEUHYLW\ௐNH\ௐௐ WHFKQRORJLHVௐVSHFLILFௐWRௐSURGXFWVௐLQௐWKLVௐ5)3ௐDUHௐOLVWHGௐEHORZௐௐ0RUHௐGHWDLOVௐDUHௐDYDLODEOHௐ RQௐRXUௐSURGXFWௐSDJHVௐRQௐZZZFDWFRPௐ ௐௐௐௐ&DWௐ5HPRWHௐ$VVHWௐ0RQLWRULQJௐDQGௐWHOHPDWLFVௐDUHௐDYDLODEOHௐRQௐHYHU\ௐJHQHUDWRUௐ *HQHUDWRUVௐVPDOOHUௐWKDQௐ&ௐFRPHௐHTXLSSHGௐZLWKௐ3URGXFWௐ/LQNௐGHYLFHVௐZKLFKௐDOORZௐHDVHௐRIௐVHWXSௐIRUௐPRQLWRULQJௐ7KLVௐDOORZVௐFXVWRPHUVௐDQGௐGHDOHUVௐWRௐPRQLWRUௐJHQHUDWRUௐKHDOWKௐDQGௐ RSHUDWLRQௐZLWKௐWKHௐLQWHQWௐRIௐHDUO\ௐLVVXHௐGHWHFWLRQௐ7KURXJKௐRXUௐSURSULHWDU\ௐIOHHWௐPRQLWRULQJௐ VRIWZDUHௐZHௐDUHௐOHDGHUVௐLQௐXVLQJௐWHFKQRORJ\ௐWRௐSUHYHQWௐXQH[SHFWHGௐGRZQWLPHௐ ௐௐௐௐௐௐ&DWHUSLOODUௐKDVௐLQYHVWHGௐLQௐFRQWUROOHUௐWHFKQRORJ\ௐIRUௐJHQHUDWRUVௐRIIHULQJௐRXUௐ(0&3ௐ ௐFRQWUROௐSDQHOௐIRUௐPRVWௐJHQHUDWRUௐRIIHULQJVௐ7KLVௐFRQWUROOHUௐKDVௐDQௐHDV\WRXVHௐLQWHUIDFHௐ DQGௐDOORZVௐIRUௐSDUDOOHOLQJௐRIௐPXOWLSOHௐXQLWVௐFUHDWLQJௐUHGXQGDQFLHVௐௐDQGௐDOORZLQJௐFXVWRPHUVௐ HYHQௐPRUHௐSURWHFWLRQௐDJDLQVWௐRXWDJHVௐ ௐௐௐௐ&DWHUSLOODUௐHTXLSVௐHYHU\ௐ7LHUௐௐ,QWHULP6WDJHௐ,,,%ௐHQJLQHௐZLWKௐ$&(57ŒௐWHFKQRORJ\ௐZLWKௐ DQௐLGHDOௐFRPELQDWLRQௐRIௐHOHFWURQLFௐIXHOௐDLUௐDQGௐDIWHUWUHDWPHQWௐFRPSRQHQWVௐEDVHGௐRQௐHQJLQHௐ VL]HௐWKHௐW\SHௐRIௐDSSOLFDWLRQௐDQGௐWKHௐJHRJUDSKLFௐORFDWLRQௐLQௐZKLFKௐLWௐZLOOௐZRUNௐ$SSO\LQJௐWHFKQRORJLHVௐV\VWHPDWLFDOO\ௐDQGௐVWUDWHJLFDOO\ௐRSWLPL]HVௐWKHPௐWRௐPHHWௐRXUௐFXVWRPHUV¶ௐKLJKௐ H[SHFWDWLRQVௐIRUௐSURGXFWLYLW\ௐIXHOௐHIILFLHQF\ௐUHOLDELOLW\ௐDQGௐVHUYLFHௐOLIHௐ7KHௐULJKWௐWHFKQRORJ\ௐ ILQHWXQHGௐIRUௐWKHௐULJKWௐDSSOLFDWLRQௐUHVXOWVௐLQௐLPSURYHGௐIXHOௐHIILFLHQF\ௐERRVWHGௐSRZHUௐDQGௐ SHUIRUPDQFHௐDFURVVௐDSSOLFDWLRQVௐQRௐDGGLWLRQDOௐVSDFHௐUHTXLUHPHQWVௐDQGௐUHGXFHGௐHPLVVLRQVௐ ZLWKௐXSௐWRௐௐSHUFHQWௐUHGXFWLRQௐLQௐSDUWLFXODWHௐPDWWHUௐ SP ௐDQGௐௐSHUFHQWௐUHGXFWLRQௐLQௐ R[LGHVௐRIௐQLWURJHQௐ 12[  ௐௐௐௐ$VௐWKHௐJOREDOௐFOLPDWHௐFKDQJHVௐPRUHௐFRPSDQLHVௐDUHௐWXUQLQJௐWRௐVXVWDLQDEOHௐVROXWLRQVௐ WRௐKHOSௐORZHUௐWKHLUௐFDUERQௐIRRWSULQWௐ5HQHZDEOHௐK\GURJHQௐDQGௐK\GURJHQௐEOHQGVௐDUHௐDPRQJௐVHYHUDOௐDOWHUQDWLYHௐIXHOVௐFXVWRPHUVௐDUHௐFRQVLGHULQJௐDFKLHYLQJௐWKHLUௐVXVWDLQDELOLW\ௐJRDOVௐ /HYHUDJLQJௐௐ\HDUVௐRIௐH[SHUWLVHௐLQௐK\GURJHQௐWHFKQRORJLHVௐDFURVVௐPXOWLSOHௐHQGௐPDUNHWVௐ &DWHUSLOODUௐFRQWLQXHVௐWRௐLPSURYHௐWKHௐSHUIRUPDQFHௐRIௐK\GURJHQIXHOHGௐSRZHUௐWHFKQRORJLHVௐZLWKௐ PLQLPDOௐLPSDFWVௐRQௐPDLQWHQDQFHௐFRVWVௐDQGௐVFKHGXOHVௐDYDLODELOLW\ௐDQGௐRSHUDWLRQV ௐௐௐௐ&DWHUSLOODUௐRIIHUVௐDௐIXOOௐUDQJHௐRIௐ&DWŠௐ0LFURJULGௐSURMHFWVௐIURPௐN:ௐWRௐ0:ௐ WKURXJKௐRXUௐJOREDOௐGHDOHUௐQHWZRUNௐ7KHௐSURMHFWVௐZRXOGௐLQFOXGHௐDQௐLQWHJUDWHGௐRUௐVWDQGDORQHௐVROXWLRQௐXVLQJௐVRODUௐHQHUJ\ௐVWRUDJHௐDQGRUௐGLHVHOJDVௐJHQHUDWRUௐVHWVௐ:HௐFDQௐDOVRௐRIIHUௐ PRQLWRULQJௐVHUYLFHVௐIRUௐRXUௐSURMHFWVௐ7KHௐVROXWLRQVௐDUHௐDOOௐPRGXOHௐDQGௐVFDODEOHௐ2XUௐ&$7ௐ GHDOHUVௐFDQௐRIIHUௐSURGXFWௐXSJUDGHVௐILQDQFLQJௐVHUYLFHVௐZDUUDQWLHVௐVHUYLFHௐDJUHHPHQWVௐDQGௐ SDUWVௐDYDLODELOLW\ௐ:HௐZLOOௐFXVWRPL]HௐRXUௐPLFURJULGௐWHFKQRORJLHVௐWRௐPHHWௐ\RXUௐEXVLQHVVௐDQGௐLQGXVWU\ௐQHHGV ௐௐௐௐ,Qௐௐ&DWHUSLOODUௐDFTXLUHGௐ7DQJHQWௐ(QHUJ\ௐ6ROXWLRQVௐDQௐ(QHUJ\DVDVHUYLFHௐ FRPSDQ\ௐ7DQJHQWௐSURYLGHVௐFXVWRPHUVௐZLWKௐWXUQNH\ௐVROXWLRQVௐIRUௐUHGXFLQJௐHQHUJ\ௐFRVWVௐLQFUHDVLQJௐHQHUJ\ௐHIILFLHQF\ௐUHGXFLQJௐHPLVVLRQVௐPRQHWL]LQJௐHOHFWULFௐJULGௐVXSSRUWௐDQGௐ SURYLGLQJௐUHVLOLHQF\ௐIRUௐFXVWRPHUௐRSHUDWLRQVௐ7DQJHQWௐ(QHUJ\¶VௐSURSULHWDU\ௐVRIWZDUHௐVROXWLRQVௐ PRQLWRUௐSDWWHUQVௐIURPௐJULGௐDQGௐFOLHQWௐIDFLOLWLHVௐDQDO\]HௐRSSRUWXQLWLHVௐLQௐHQHUJ\ௐPDUNHWVௐDQGௐ WKHQௐGLVSDWFKௐUHVRXUFHVௐWRௐPD[LPL]HௐUHWXUQௐZLWKRXWௐGLVUXSWLQJௐQRUPDOௐEXVLQHVVௐRSHUDWLRQV   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐ WKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐ LQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐ DJHQF\ௐIRUௐHDFK $Wௐ&DWHUSLOODUௐVXVWDLQDELOLW\ௐLVௐDQௐLPSRUWDQWௐFRPPLWPHQWௐWRௐEXLOGLQJௐDௐEHWWHUௐZRUOGௐ 6XVWDLQDELOLW\ௐLVௐSDUWௐRIௐZKRௐZHௐDUHௐDQGௐZKDWௐZHௐGRௐHYHU\ௐGD\ௐௐLWௐLVௐRQHௐRIௐ&DWHUSLOODU VௐௐFRUHௐYDOXHVௐௐ:HௐUHFRJQL]HௐSURJUHVVௐLQYROYHVௐDௐEDODQFHௐRIௐHQYLURQPHQWDOௐVWHZDUGVKLSௐ VRFLDOௐUHVSRQVLELOLW\ௐDQGௐHFRQRPLFௐJURZWKௐ ௐ :HௐFRQVLGHUௐWKLVௐDVௐZHௐZRUNௐWRZDUGௐDௐYLVLRQௐRIௐDௐZRUOGௐLQௐZKLFKௐSHRSOH VௐEDVLFௐQHHGVௐௐ VXFKௐDVௐVKHOWHUௐFOHDQௐZDWHUௐHGXFDWLRQௐDQGௐUHOLDEOHௐHQHUJ\ௐௐDUHௐIXOILOOHGௐ:HௐSURYLGHௐZRUNௐௐ HQYLURQPHQWVௐSURGXFWVௐVHUYLFHVௐDQGௐVROXWLRQVௐWKDWௐPDNHௐSURGXFWLYHௐDQGௐHIILFLHQWௐXVHௐRIௐ UHVRXUFHVௐDVௐZHௐVWULYHௐWRௐDFKLHYHௐRXUௐYLVLRQௐ:HௐEHOLHYHௐWKLVௐFRPPLWPHQWௐVXSSRUWVௐWKHௐௐ HQGXULQJௐWKHௐVXFFHVVௐRIௐRXUௐFXVWRPHUVௐVWRFNKROGHUVௐGHDOHUVௐDQGௐRXUௐSHRSOHௐ&DWHUSLOODUௐLVௐ DௐSURXGௐ\HDUௐPHPEHUௐRIௐWKHௐ'RZௐ-RQHVௐ6XVWDLQDELOLW\ௐ,QGLFHVௐLQFOXGLQJௐERWKௐWKHௐ:RUOGௐDQGௐ1RUWKௐ$PHULFDௐ,QGLFHVௐ7KHௐDQQXDOVௐ'-6,ௐSURFHVVௐIROORZVௐDௐEHVWLQFODVVௐDSSURDFKௐ HYDOXDWLQJௐQXPHURXVௐFRUSRUDWHௐHFRQRPLFௐHQYLURQPHQWDOௐDQGௐVRFLDOௐSHUIRUPDQFHௐIDFWRUVௐ)RUௐ PRUHௐRQௐVXVWDLQDELOLW\ௐDWௐ&DWHUSLOODUௐSOHDVHௐYLVLWௐRXUௐௐ6XVWDLQDELOLW\ௐ5HSRUWௐIRXQGௐDWௐ &DWHUSLOODUௐ_ௐௐ6XVWDLQDELOLW\ௐ5HSRUW &DWHUSLOODUௐKDVௐUHFHQWO\ௐDFTXLUHGௐ7DQJHQWௐ(QHUJ\ௐ6ROXWLRQVௐ7DQJHQWௐLVௐDQௐHQHUJ\DVDVHUYLFHௐ FRPSDQ\ௐWKDWௐSURYLGHVௐH[SHUWLVHௐWRௐFXVWRPHUVௐLQௐVWUXFWXULQJௐDQGௐGHYHORSLQJௐSURMHFWVௐWKDWௐ PRQHWL]HௐWKHLUௐSRZHUௐJHQHUDWLRQௐDVVHWVௐ7KLVௐFDSDELOLW\ௐLQFUHDVHVௐDௐFXVWRPHU¶VௐILQDQFLDOௐUDWLRQDOHௐIRUௐQHZௐLQVWDOODWLRQVௐDQGௐDWௐWKHௐVDPHௐWLPHௐLQFUHDVHVௐSRZHUௐUHOLDELOLW\ௐDQGௐ VXSSRUWVௐWKHLUௐ(6*ௐ (QYLURQPHQWDOௐ6RFLDOௐDQGௐ*RYHUQDQFH ௐLQLWLDWLYHVௐ7KLVௐLQYHVWPHQWௐ LQFUHDVHVௐRXUௐDELOLW\ௐWRௐSDUWLFLSDWHௐLQௐWKHௐJURZLQJௐXWLOLW\ௐVHFWRUௐDQGௐVHOOௐPRUHௐHOHFWULFௐSRZHUௐ SURGXFWVௐ(OHFWULILFDWLRQௐDQGௐ'HFDUERQL]DWLRQௐDUHௐPDMRUௐJURZLQJௐWUHQGVௐLQௐRXUௐHQHUJ\ௐVSDFHௐ7DQJHQWௐFDQௐKHOSௐZLWKௐWKHௐUHOLDELOLW\ௐRIௐSRZHUௐWKDWௐFXVWRPHUVௐDUHௐORRNLQJௐIRUௐZKLOHௐVLPSOLI\LQJௐ WKHௐSRZHUௐV\VWHPVௐDVௐZHௐPRYHௐIRUZDUGௐWKURXJKௐWKLVௐ(QHUJ\ௐ7UDQVLWLRQ  Bid Number: RFP 092222 Vendor Name: Caterpillar          ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐ WKHௐHTXLSPHQWௐRUௐSURGXFWVௐ LQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐ FRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV 3ODQWVௐFHUWLILHGௐZLWKௐ,'2ௐௐ(QYLURQPHQWDOௐ0DQDJHPHQWௐ6\VWHPௐLQFOXGHௐ  ௐௐ$QFKRUௐ&RXSOLQJௐௐ*ROGVERURௐ1&ௐ,62ௐௐ6HSWௐௐ  ௐௐ$QFKRUௐ&RXSOLQJௐௐ0HQRPLQHHௐௐ,62ௐௐௐௐ-DQௐௐௐ  ௐௐ0DSOHWRQௐௐௐVHOIFHUWLILFDWLRQௐLVVXHGௐ-DQௐௐ  ௐௐ5HPDQௐ6HUYLFHVௐௐ&RULQWKௐ06ௐௐ,62ௐௐ6HSWௐௐ  ௐ5HPDQௐ6HUYLFHVௐௐ)UDQNOLQௐௐ,62ௐ0D\ௐௐ &HUWLILFDWLRQVௐVSHFLILFௐWRௐ(3ௐSURGXFWௐPDQXIDFWXULQJௐ  ௐௐௐௐ/DID\HWWHௐ,1ௐ±ௐ,62ௐௐௐ1RYௐ  ௐௐௐௐ*ULIILQௐ*$ௐ±ௐ,62ௐௐ±ௐ)HEௐ  ௐௐௐௐ6HJXLQௐ7;ௐ,62ௐ   'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ %XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ %XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐ RZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐ KDYHௐREWDLQHGௐ8SORDGௐGRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 7ZRௐ&$7ௐGHDOHUVௐLQௐ1$ௐDUHௐRZQHGௐE\ௐZRPHQௐ)ROH\ௐ(TXLSPHQWௐZLWKௐWHUULWRU\ௐSULPDULO\ௐLQௐ .DQVDVௐDQGௐ0LVVRXULௐDQGௐ&DVKPDQௐ(TXLSPHQWௐEDVHGௐLQௐ1HYDGDௐ,QௐDGGLWLRQௐWRௐWKHVHௐWZRௐ RZQHUVௐWKHUHௐDUHௐௐRWKHUௐZRPHQௐLQௐRXUௐ1$ௐGHDOHUௐQHWZRUNௐZKRௐKROGௐWKHௐWLWOHVௐRIௐ 3UHVLGHQWௐ9LFHௐ3UHVLGHQWௐRUௐ'LUHFWRUௐ ௐ 2QHௐRIௐWKHௐPRUHௐUHFRJQL]HGௐLQLWLDWLYHVௐZLWKLQௐ&DWHUSLOODU Vௐ*OREDOௐ6XSSO\ௐ1HWZRUNௐ'LYLVLRQௐLVௐWKHௐ&DWHUSLOODUௐ,QFௐ3URSULHWDU\ௐ,QIRUPDWLRQௐ6XSSOLHUௐ'LYHUVLW\ௐ3URJUDPௐZKLFKௐVSXUVௐHFRQRPLFௐ JURZWKௐE\ௐLQFUHDVLQJௐEXVLQHVVௐRSSRUWXQLWLHVௐWRௐPLQRULW\RZQHGௐZRPHQRZQHGௐYHWHUDQௐDQGௐ VHUYLFHௐGLVDEOHGௐYHWHUDQRZQHGௐVPDOOௐGLVDGYDQWDJHGௐEXVLQHVVHVௐDQGௐWKRVHௐFHUWLILHGௐLQௐ +8%=RQHVௐDOOௐZKLOHௐHQVXULQJௐH[SHFWDWLRQVௐDUHௐPHWௐZLWKௐUHJDUGVௐWRௐTXDOLW\ௐYHORFLW\ௐFDSDFLW\ௐDQGௐFRVWௐ&XUUHQWO\ௐPRUHௐWKDQௐௐRIௐRXUௐGLUHFWௐDQGௐLQGLUHFWௐSXUFKDVLQJௐLVௐFRQGXFWHGௐZLWKௐ VXSSOLHUVௐLQௐWKHVHௐFDWHJRULHVௐ ௐ &DWHUSLOODUௐLVௐDௐSURXGௐPHPEHUௐRIௐWKHௐ1DWLRQDOௐ0LQRULW\ௐ6XSSOLHUௐ'HYHORSPHQWௐ&RXQFLOௐ 106'& ௐ:HௐDOVRௐXVHௐWKHௐ6\VWHPௐIRUௐ$ZDUHௐ0DQDJHPHQWௐ 6$0 ௐ6%$ௐDQGௐ106'&ௐ GDWDEDVHVௐWRௐORFDWHௐ6'%ௐ926%ௐ6'926%ௐDQGௐ+8%=RQHௐVXSSOLHUVௐ ௐ 6XSSOLHUௐ'LYHUVLW\ௐLVௐGLVFXVVHGௐZLWKௐ*OREDOௐ6XSSO\ௐ1HWZRUNௐ'LYLVLRQௐOHDGHUVKLSௐGXULQJௐWKHௐ0RQWKO\ௐ2SHUDWLQJௐ5HVXOWVௐ5HYLHZௐPHHWLQJVௐ7KLVௐLQௐWXUQௐIRUFHVௐDFFRXQWDELOLW\ௐIRUௐGLYHUVௐ VXSSOLHUௐLQFOXVLRQௐE\ௐPHDVXULQJௐGULYHUVௐVXFKௐDVௐWKHௐQXPEHUௐRIௐVRXUFLQJௐSURMHFWVௐZKLFKௐ LQFOXGHௐ'LYHUVௐ6XSSOLHUVௐDQGௐWKHௐYDOXHVௐRIௐWKHௐSURMHFWVௐLQௐZKLFKௐWKH\ௐSDUWLFLSDWHௐ7KHௐJRDOௐ LVௐWRௐFUHDWHௐJUHDWHUௐWUDQVSDUHQF\ௐWRௐGHWHUPLQHௐZKLFKௐWHDPVௐDUHௐFUHDWLQJௐLQFOXVLYHௐ HQYLURQPHQWVௐDQGௐZKLFKௐDUHௐQRWௐ $ௐIXOOௐUHSRUWௐRQௐ&DWHUSLOODUௐ'LYHUVLW\ௐDQGௐ,QFOXVLRQௐFDQௐEHௐIRXQGௐDWௐ&DWHUSLOODUௐ_ௐ&DWHUSLOODUௐ ௐ'LYHUVLW\ௐ ௐ,QFOXVLRQௐ5HSRUWௐ+LJKOLJKWVௐ3URJUHVVௐZLWKௐ*URZWKௐLQௐ'LYHUVHௐ3RSXODWLRQV  Bid Number: RFP 092222 Vendor Name: Caterpillar          :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ \RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ \RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" %(67ௐ29(5$//ௐ9$/8(ௐௐ/2:(67ௐ/,)(ௐ&<&/(ௐ&267ௐ &$7ௐSURGXFWVௐGHOLYHUௐWKHௐEHVWௐYDOXHௐIRUௐWKHௐPRQH\ௐ:HௐDUHௐKDSS\ௐWRௐGHPRQVWUDWHௐWRௐ FXVWRPHUVௐWKDWௐRXUௐJHQHUDWRUVௐRIIHUௐWKHௐORZHVWௐRYHUDOOௐRZQLQJௐDQGௐRSHUDWLQJௐFRVWVௐZKHQௐ IDFWRUVௐVXFKௐDVௐIXHOௐHIILFLHQF\ௐUHSDLUௐIUHTXHQF\ௐSURGXFWLYLW\ௐDQGௐUHVDOHௐYDOXHௐDUHௐIDFWRUHGௐ LQௐ:HௐEHOLHYHௐWKDWௐJRYHUQPHQWௐDJHQFLHVௐDUHௐWDVNHGௐWRௐEHௐWKHௐEHVWௐVWHZDUGVௐRIௐWD[SD\HUௐ IXQGVௐDQGௐRXUௐSURGXFWVௐFDQௐSURYHௐWKDWௐWKH\ௐDUHௐWKHௐEHVWௐVROXWLRQௐ6RXUFHZHOOௐPHPEHUVௐDUHௐ LQௐWKHௐEHVWௐSRVLWLRQௐWRௐDOORZௐWKHVHௐGLVFXVVLRQVௐWRௐWDNHௐSODFHௐLQௐFRQWUDVWௐWRௐDௐORFDOௐELGௐVLWXDWLRQௐZKHUHௐWKHௐIRFXVௐLVௐRIWHQௐRQO\ௐRQௐLQLWLDOௐSULFHௐ (;7(1'('ௐ6(59,&(ௐ&29(5$*( 7RௐVKRZௐWKHௐYDOXHௐWKDWௐZHௐSODFHௐRQௐWKLVௐSURSRVHGௐFRQWUDFWௐZHௐZLOOௐFRQWLQXHௐWRௐRIIHUௐDௐFRPSOLPHQWDU\ௐ*ROGௐDQGௐ3ODWLQXPௐ([WHQGHGௐ6HUYLFHௐ&RYHUDJHௐRQௐPRVWௐPRGHOVௐZKHQௐ SXUFKDVHGௐWKURXJKௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ'HWDLOVௐRQௐWKHVHௐRIIHULQJVௐFDQௐEHௐIRXQGௐLQௐIO\HUVௐ LQFOXGHGௐLQௐ$WWDFKPHQWVௐ &$7ௐ6$)(7<ௐ6(59,&(6ௐௐ6$)(7<ௐ)($785(6ௐ ,QௐDGGLWLRQௐWRௐWKHௐWDQJLEOHௐPHDVXUDEOHௐDVSHFWVௐRIௐWKHௐOLIHௐF\FOHௐFRVWௐHTXDWLRQௐZHௐDOVRௐEULQJௐ RXUௐIRFXVௐRQௐVDIHW\ௐWRௐHYHU\ௐSURGXFWௐWKDWௐZHௐPDQXIDFWXUHௐ4XDQWLI\LQJௐDௐKXPDQௐOLIHௐRUௐௐ GHELOLWDWLQJௐLQMXU\ௐLVௐLPSRVVLEOHௐEXWௐHDFKௐJHQHUDWRUௐKDVௐLQGXVWU\OHDGLQJௐIHDWXUHVௐWKDWௐVWULYHௐWRௐPLQLPL]HௐWKHௐSRVVLELOLW\ௐIRUௐDFFLGHQWVௐ6RPHௐH[DPSOHVௐLQFOXGH ௐௐௐௐ8/ௐ&HUWLILHGௐ±ௐDOOௐXQLWVௐLQFOXGHௐJXDUGVௐRYHUௐURWDWLQJௐFRPSDUWPHQWVௐVDIHW\ௐ VKXWGRZQVௐDQGௐDODUPVௐDQGௐJURXQGHGௐZLULQJௐLQVWDOODWLRQVௐDPRQJௐPDQ\ௐRWKHUௐVDIHW\ௐIHDWXUHV ௐௐௐௐ(PHUJHQF\ௐ6WRSௐ%XWWRQௐ ௐௐௐௐ(QFORVXUHVௐDUHௐORFNDEOHௐWRௐDOORZௐKXPDQௐFRQWDFWௐWRௐEHௐDYRLGHG ௐௐௐௐ;4ௐ3URGXFWௐKDVௐVHSDUDWHGௐFRQWUROௐSDQHOௐWRௐDOORZௐDௐPHPEHUௐWRௐQRWௐKDYHௐWRௐJRௐLQௐ HQFORVXUHௐWRௐPDNHௐJHQHUDWRUௐDGMXVWPHQWVௐ ௐௐௐௐ;4ௐDOVRௐKDVௐFRYHUௐRYHUௐFXVWRPHUௐFRQQHFWLRQVௐDQGௐFLUFXLWௐEUHDNHUௐWULSVௐZKHQௐRSHQHGௐ ௐௐௐௐ1)3$ௐௐ±ௐ/HYHOௐௐ/LIHௐ6DIHW\ௐVDYHVௐOLYHVௐRIௐSHRSOHௐZKRௐDUHௐLQௐKRVSLWDOVௐQXUVLQJௐKRPHVௐHWFௐE\ௐUHTXLULQJௐVWDUWXSௐLQௐ;ௐVHFRQGVௐ ௐௐௐௐ,%&ௐ±ௐFHUWLILHGௐDJDLQVWௐHDUWKTXDNHVௐ $OOௐFHUWLILFDWLRQVௐRQௐRXUௐSURGXFWVௐDUHௐOLVWHGௐKHUHௐ$6ௐ&6$ௐ&ௐ1Rௐ8/ௐ8/ௐ8/ௐ8/ௐ1)3$ௐ1)3$ௐ1)3$ௐ1)3$ௐ,%&ௐ,(&ௐ,62ௐ ,62ௐ1(0$ௐ0*ௐ1(0$ௐ0*ௐ(&ௐ(&ௐ(& &DWHUSLOODUௐ6DIHW\ௐ6HUYLFHVௐRIIHUVௐFXOWXUHௐMREVLWHௐDQGௐOHDGHUVKLSௐDVVHVVPHQWVௐVDIHW\ௐDQGௐOHDGHUVKLSௐWUDLQLQJௐZRUNVKRSVௐDQGௐDௐFRPSUHKHQVLYHௐFRQWLQXRXVௐLPSURYHPHQWௐSURFHVVௐ WKURXJKௐFRQVXOWDWLYHௐVHUYLFHVௐ6HUYLFHVௐDUHௐIDFLOLWDWHGௐE\ௐ6DIHW\ௐ6HUYLFHVௐFRQVXOWDQWVௐDQGௐ WUDLQLQJௐSURGXFWVௐFDQௐEHௐSXUFKDVHGௐIRUௐVHOILPSOHPHQWDWLRQௐ'HWDLOVௐRQௐSURGXFWVௐDQGௐ VHUYLFHVௐௐDUHௐDYDLODEOHௐDWௐZZZFDWFRPVDIHW\ '($/(56+,3ௐ$775,%87(6 %DFNௐXSௐSRZHUௐLVௐDௐFULWLFDOௐDVVHWௐRIௐPDQ\ௐ6RXUFHZHOOௐPHPEHUVௐ&DWHUSLOODUௐGHDOHUVௐEULQJௐDௐXQLTXHௐVROXWLRQௐWRௐSURYLGHௐVHFRQGௐWRௐQRQHௐVHUYLFHௐWRௐRXUௐFXVWRPHUVௐ8QOLNHௐFRPSHWLWRUVௐRXUௐ GHDOHUVௐRZQௐWKHLUௐRZQௐUHQWDOௐIOHHWௐDQGௐPDNHௐDYDLODEOHௐDVௐQHHGHGௐ(YHQௐZLWKௐVWDWLRQDU\ௐ SURGXFWVௐZHௐKDYHௐRSWLRQVௐWRௐSURYLGHௐEDFNௐXSௐUHQWDOVௐWRௐEHVWௐVHUYHௐ6RXUFHZHOO¶VௐPHPEHUVௐ ZKHQௐHPHUJHQFLHVௐRFFXUௐ2XUௐYDVWௐGHDOHUௐQHWZRUNௐZLWKௐௐORFDWLRQVௐLVௐSRVLWLRQHGௐWRௐ VHUYLFHௐERWKௐXUEDQௐDQGௐUXUDOௐDUHDVௐWKURXJKRXWௐWKHௐ86ௐDQGௐ&DQDGDௐ 352'8&7ௐ$775,%87(6 2YHUௐWKHௐODVWௐILYHௐ\HDUVௐ&DWHUSLOODUௐKDVௐLQYHVWHGௐLQௐDௐSURGXFWௐWKDWௐLVௐORZHUௐFDSH[ௐFRVWௐIRUௐ WKHௐSXEOLFௐDQGௐQRQSURILWௐLQGXVWU\ௐVHFWRUௐ7KLVௐQHZௐOLQHௐRIௐJHQHUDWRUVௐRXUௐ*&ௐPRGHOVௐLQYROYHGௐDௐUHGHVLJQௐRIௐௐRIௐRXUௐFXUUHQWௐJHQHUDWRUௐRIIHULQJVௐZKLFKௐFUHDWHGௐDQௐDYHUDJHௐFRVWௐ UHGXFWLRQௐRIௐௐ7KHௐFRVWௐVDYLQJVௐLVௐGULYHQௐE\ௐRIIHULQJௐIHZHUௐRSWLRQVௐRQௐWKHVHௐPRGHOVௐ ZLWKRXWௐVDFULILFLQJௐ&DWHUSLOODUௐTXDOLW\  Bid Number: RFP 092222 Vendor Name: Caterpillar         7DEOH:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUH DQGRYHUDOOVWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQW XSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐ ODERU" <HVௐ&DWHUSLOODUௐKDVௐWKHௐPRVWௐH[WHQVLYHௐZDUUDQW\ௐFRYHUDJHௐLQௐWKHௐLQGXVWU\ௐ:Hௐ FRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERUௐZLWKௐIHZHUௐH[FOXVLRQVௐWKDQௐRXUௐ FRPSHWLWRUVௐௐ3OHDVHௐVHHௐRXUௐ(3ௐ:DUUDQW\ௐ6WDWHPHQWௐ6(/)   'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐ RWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" :HௐDUHௐSOHDVHGௐWRௐVD\ௐWKDWௐRXUௐZDUUDQWLHVௐFRYHUௐGHIHFWVௐLQௐPDWHULDOௐDQGௐ ZRUNPDQVKLSௐIRUௐWKHௐWLPHௐVSHFLILHGௐLQௐWKHௐSROLF\ௐZKHQௐWKHௐHTXLSPHQWௐLVௐ XVHGௐDVௐSHUௐGHVLJQௐLQWHQW   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐ WHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" &DWHUSLOODUௐZDUUDQWLHVௐFRYHUௐWKHௐFRVWௐRIௐUHSODFHPHQWௐSDUWVௐDQGௐWKHௐODERUௐWRௐ LQVWDOOௐWKHPௐ7KH\ௐVRPHWLPHVௐFRYHUௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐ'HDOHUௐWHUULWRULHVௐYDU\ௐFRQVLGHUDEO\ௐIURPௐVWDWHௐWRௐVWDWHௐDVௐGRௐWKHLUௐSROLFLHVௐDERXWௐ WUDYHOௐWLPHௐDQGௐPLOHDJHௐGXULQJௐWKHௐZDUUDQW\ௐSHULRG   $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐ FDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐ VHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" :HௐKDYHௐQRௐJHRJUDSK\ௐUHVWULFWLRQVௐRQௐZDUUDQW\ௐUHSDLUVௐ2QHௐRIௐRXUௐNH\ௐ GLIIHUHQWLDWLQJௐVWUHQJWKVௐLVௐRXUௐDELOLW\ௐWRௐVHUYLFHௐHTXLSPHQWௐUHJDUGOHVVௐRIௐ ZKHUHௐLWௐLVௐORFDWHG  :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐ RWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐ RUௐDUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐ WRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" :DUUDQW\ௐVHUYLFHௐIRUௐJHQHUDWRUௐRUGHUHGௐIURPௐDௐ&DWHUSLOODUௐIDFLOLW\ௐDUHௐ JHQHUDOO\ௐSURYLGHGௐE\ௐ&DWHUSLOODUௐDQGௐSHUIRUPHGௐE\ௐ&DWௐGHDOHUVௐ6RPHௐ LWHPVௐVXFKௐDVௐEDWWHU\ௐFKDUJHUVௐDUHௐFRYHUHGௐXQGHUௐWKHLUௐPDQXIDFWXUHUV ௐ ZDUUDQWLHV   :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐ SURJUDPVௐDQGௐSROLFLHV" :HௐZDUUDQWௐWKDWௐXSRQௐGHOLYHU\ௐRXUௐSURGXFWVௐZLOOௐEHௐIUHHௐIURPௐGHIHFWVௐLQௐ PDWHULDOௐDQGௐZRUNPDQVKLSௐDQGௐZLOOௐRSHUDWHௐDVௐLQWHQGHGௐ,IௐWKH\ௐDUHௐQRWௐZHௐ ZLOOௐPDNHௐDQ\ௐQHFHVVDU\ௐFRUUHFWLRQV   'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐ LWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO :HௐKDYHௐDௐODUJHௐYDULHW\ௐRIௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐZKLFKௐFDQௐDOOௐEHௐ FXVWRPL]HGௐDFFRUGLQJௐWRௐFXVWRPHUௐQHHGVௐDQGௐDWௐOHDVWௐHTXDOௐWRௐORFDOௐ FRPSHWLWLRQௐ0RUHௐVROXWLRQVௐDUHௐDYDLODEOHௐDQGௐZHௐHQFRXUDJHௐPHPEHUVௐDQGௐ GHDOHUVௐWRௐௐH[SORUHௐDOOௐRSWLRQVௐ &XVWRPHUௐ9DOXHௐ$JUHHPHQWVௐ &9$ V ௐௐ $ௐPHPEHUௐPD\ௐFKRRVHௐWRௐHQWHUௐDQௐDJUHHPHQWௐZLWKௐWKHLUௐ&DWௐGHDOHUௐWRௐ SHUIRUPௐURXWLQHௐPDLQWHQDQFHௐDQGRUௐUHSDLUVௐ7KHVHௐFRQWUDFWVௐDUHௐ FXVWRPL]DEOHௐEDVHGௐRQௐPHPEHU¶VௐVLWXDWLRQDOௐDQGௐORFDOௐQHHGVௐLQFOXGLQJௐ VRPHௐVWDQGDUGௐRSWLRQVௐDVௐZHOOௐ)RUௐLQVWDQFHௐDOOௐXQLWVௐXQGHUௐN:ௐKDYHௐ VWDQGDUGௐSDUWVௐNLWVௐDYDLODEOHௐ([DPSOHVௐRIௐRSWLRQVௐWKDWௐFDQௐEHௐLQFOXGHGௐLQௐDௐ &9$ௐDUHௐௐௐௐௐ&RQGLWLRQௐ0RQLWRULQJ ௐௐௐௐ/RDGௐ%DQNௐ7HVWLQJ ௐௐௐௐ([WHQGHGௐ6HUYLFHௐ&RYHUDJHV &9$ VௐDUHௐDௐXVHIXOௐWRROௐIRUௐPHPEHUVௐWRௐEHWWHUௐPDQDJHௐWKHLUௐEXGJHWௐ0RVWௐ&9$ VௐDUHௐEXQGOHGௐDWௐWKHௐWLPHௐRIௐSXUFKDVHௐKRZHYHUௐWKH\ௐPD\ௐEHௐDGGHGௐDWௐ DQ\ௐWLPH  Bid Number: RFP 092222 Vendor Name: Caterpillar         7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐ PHWKRGV &DWௐGHDOHUVௐDUHௐLQGHSHQGHQWO\ௐRZQHGௐEXVLQHVVHVௐ$VௐVXFKௐWKHLUௐ SD\PHQWௐWHUPVௐYDU\ௐEXWௐDOOௐZLOOௐEHௐDJUHHGௐXSRQௐDWௐWKHௐ32ௐOHYHO  'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐ E\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV &DWHUSLOODU¶VௐZKROO\ௐRZQHGௐVXEVLGLDU\ௐ&DWHUSLOODUௐ)LQDQFLDOௐRIIHUVௐ 6RXUFHZHOOௐPHPEHUVௐOHDVLQJௐDQGௐILQDQFHௐSURGXFWVௐDWௐEHORZௐPDUNHWௐ LQWHUHVWௐUDWHVௐ7KHௐWRWDOௐLQWHUHVWௐFKDUJHGௐLVௐQRUPDOO\ௐOHVVௐWKDQௐWKHௐWRWDOௐFRVWௐRIௐLVVXLQJௐDௐERQGௐ2IWHQௐWKHVHௐOHDVLQJILQDQFLQJௐRSWLRQVௐ PD\ௐQRWௐUHTXLUHௐYRWHUௐDSSURYDOௐDVௐZLWKௐERQGௐLVVXDQFHௐ7KHVHௐ SURGXFWVௐDOVRௐOHWௐ6RXUFHZHOOௐPHPEHUVௐFDQFHOௐWKHLUௐFRQWUDFWVௐZLWKRXWௐ SHQDOW\ௐ RQௐWKHௐODVWௐGD\ௐRIௐWKHௐDSSURSULDWLRQVௐSHULRG ௐLIௐIXQGLQJௐLVௐQRWௐDSSURYHGௐIRUௐWKHௐIROORZLQJௐ\HDUௐௐ/HQGLQJௐWHUPVௐDQGௐFRQGLWLRQVௐ DUHௐWUDQVSDUHQWௐWRௐDOOௐ6RXUFHZHOOௐPHPEHUVௐXSRQௐTXRWDWLRQ   'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐ SURSRVHௐWRௐXVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐ RUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐ DJUHHPHQWVௐHWF ௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH &DWௐGHDOHUVௐDUHௐLQGHSHQGHQWO\ௐRZQHGௐEXVLQHVVHVௐ$VௐVXFKௐWKHLUௐ VWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐZLOOௐYDU\   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" %HFDXVHௐ&DWௐGHDOHUVௐZLOOௐEHௐUHFHLYLQJௐSD\PHQWVௐGLUHFWO\ௐIURPௐ PHPEHUVௐDFFHSWLQJௐ3FDUGௐSURFXUHPHQWௐZLOOௐEHௐDWௐWKHLUௐGLVFUHWLRQௐ 0DQ\ௐGHDOHUVௐGRௐDFFHSWௐWKLVௐPHWKRGௐZLWKRXWௐDGGLWLRQDOௐIHHVௐ6RPHௐ KDYHௐOLPLWDWLRQVௐRQௐWKHௐDPRXQWௐWKDWௐFDQௐEHௐSURFHVVHG  Bid Number: RFP 092222 Vendor Name: Caterpillar         7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQ EHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDVGHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW &KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐ SURGXFWFDWHJRU\ௐGLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐ GLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ 6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,Iௐ DSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 2XUௐSULFLQJௐPRGHOௐLVௐVLPSOHௐௐ:HௐRIIHUௐDௐGHHSௐGLVFRXQWௐRIIௐWKHௐ FXUUHQWௐJHQHUDWRUௐOLVWௐSULFHVௐWRௐDOOௐ6RXUFZHOOௐPHPEHUVௐ ௐ 2YHUDOOௐSULFLQJௐIURPௐSXEOLVKHGௐOLVWௐSULFHௐLVௐGLVFRXQWHGௐXSௐWRௐௐ ZLWKௐDQௐDYHUDJHௐRIௐௐRYHUDOOௐௐ6SHFLILFௐGLVFRXQWVௐDSSO\ௐWRௐHDFKௐ GLHVHOௐRUௐQDWXUDOௐJDVௐSODWIRUPௐSURGXFWௐOLQHௐௐ6HUYLFHVௐXVHGௐ SURGXFWVௐUHQWDOௐDJUHHPHQWVௐDQGௐPLFURJULGௐVROXWLRQVௐDUHௐDOVRௐ LQFOXGHGௐDWௐGLIIHUHQWௐGLVFRXQWLQJௐOHYHOVௐ:HௐKDYHௐSURYLGHGௐUHIHUHQFHௐ SULFLQJௐLQௐWKHௐGRFXPHQWௐHQWLWOHGௐ&DWHUSLOODUௐ*HQௐ'LVFௐ/LVWௐ5)3ௐ$XJXVWௐ´   4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐ SURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ \RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ 0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH 7KHௐGLVFRXQWVௐDUHௐRIIௐRIௐWKHௐFXUUHQWௐJHQHUDWRUௐOLVWௐSULFHVௐ2XUௐ GLVFRXQWௐUDQJHVௐYDULHVௐEHWZHHQௐௐௐௐRIIௐRIௐWKHௐOLVWௐSULFHௐ GHSHQGLQJௐRQௐWKHௐSURGXFWௐIDPLO\  'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐ SURJUDPVௐWKDWௐ\RXௐRIIHU 2XUௐGHDOHUVௐDUHௐHPSRZHUHGௐWRௐFRQVLGHUௐSXUFKDVHௐRUGHUௐYROXPHௐ UHSHDWௐSXUFKDVHVௐPHPEHUௐUHVSRQVLYHQHVVௐHWFௐ7KH\ௐPD\ௐRIIHUௐPHPEHUVௐDGGLWLRQDOௐGLVFRXQWVௐDQGௐRUௐVHUYLFHVௐDWௐWKHLUௐGLVFUHWLRQ   3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐ PDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐ PD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐ SHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW 6RXUFHGௐJRRGVௐௐ2SHQௐ0DUNHWௐ,WHPVௐDUHௐDYDLODEOHௐWRௐPHPEHUVௐIURPௐRXUௐ&DWௐGHDOHUVௐ7KHௐSULFHVௐIRUௐWKHVHௐJRRGௐRUௐVHUYLFHVௐZLOOௐ UHSUHVHQWௐIDLUௐPDUNHWLQJௐYDOXHௐDQGௐZLOOௐEHௐGHWHUPLQHGௐEHWZHHQௐWKHௐ PHPEHUௐDQGௐWKHௐVHOOLQJௐGHDOHUௐ:HௐHQFRXUDJHௐRXUௐGHDOHUVௐDQGௐ PHPEHUVௐWRௐXVHௐWKLVௐRSWLRQௐDVௐLWௐIDFLOLWDWHVௐFRPSOLPHQWDU\ௐSURGXFWVௐDQGௐVWUHDPOLQHVௐWKHௐSURFXUHPHQWௐSURFHVVௐ&XVWRPHUVௐDQGௐGHDOHUVௐ DUHௐUHVSRQVLEOHௐIRUௐLQFOXGLQJௐWKHLUௐ6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐDQGௐ PHPEHUௐQXPEHUVௐRQௐDOOௐGRFXPHQWDWLRQௐUHODWHGௐWRௐWKHVHௐSXUFKDVHVௐ &DWHUSLOODUௐ,QFௐLVௐQRWௐDௐSDUW\ௐWRௐWKHVHௐVDOHVௐDQGௐLVௐH[HPSWHGௐIURPௐ LQFOXGLQJௐWKHPௐLQௐTXDUWHUO\ௐUHSRUWVௐ)RUௐDXGLWVௐLQFOXVLRQௐRIௐDௐ FXVWRPHU Vௐ6RXUFHZHOOௐPHPEHUௐQXPEHUௐRQௐWKHௐ32ௐDQGRUௐLQYRLFHௐ VKDOOௐEHௐGHHPHGௐVXIILFLHQW   ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ 127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐ VKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐ RUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐ FRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU *HQHUDWRUVௐDUHௐXQLTXHௐLQௐWKHLUௐUHTXLUHPHQWVௐDQGௐRIWHQௐUHTXLUHௐ VSHFLDOL]HGௐVWDUWXSLQVWDOODWLRQௐZKLFKௐFDQௐEHௐGHWHUPLQHGௐZLWKௐWKHௐ GHDOHUௐDWௐWKHௐ32ௐOHYHOௐ:KHQௐDௐGHDOHUௐLVVXHVௐDௐTXRWHௐIRUௐDௐJHQHUDWRUௐDQ\ௐDGGLWLRQDOௐFRVWVௐZLOOௐEHௐLWHPL]HGௐVHSDUDWHO\ௐDQGௐDUHௐ QRWௐVXEMHFWௐWRௐWKHௐ6RXUFHZHOOௐGLVFRXQW  ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐ FRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP 7KHUHௐLVௐQRௐDGGLWLRQDOௐFRVWௐWRௐPHPEHUVௐZKRௐFKRRVHௐWRௐSLFNௐXSௐWKHLUௐJHQHUDWRUௐIURPௐWKHௐ&DWௐGHDOHUௐ)UHLJKWௐDQGௐGHOLYHU\ௐFKDUJHVௐ ZLOOௐEHௐGHWHUPLQHGௐDQGௐDVVHVVHGௐDWௐHDFKௐSURMHFW   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐ SURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐ RIIVKRUHௐGHOLYHU\ -XVWௐDVௐIRUௐPHPEHUVௐLQௐWKHௐௐFRQWLJXRXVௐVWDWHVௐWKHUHௐLVௐQRௐ DGGLWLRQDOௐFRVWௐWRௐPHPEHUVௐZKRௐFKRRVHௐWRௐSLFNௐXSௐWKHLUௐJHQHUDWRUௐ IURPௐWKHLUௐ&DWௐGHDOHUௐ)UHLJKWௐDQGௐGHOLYHU\ௐFKDUJHVௐZLOOௐEHௐ GHWHUPLQHGௐDQGௐDVVHVVHGௐDWௐHDFKௐSURMHFW   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO *HQHUDWRUVௐDUHௐODUJHௐSXUFKDVHVௐDQGௐLIௐWKHUHௐDUHௐXQLTXHௐPHPEHUௐ UHTXLUHPHQWVௐRXUௐGHDOHUVௐZLOOௐEHௐKDSS\ௐWRௐGLVFXVVௐRQௐDௐFDVHௐE\ௐFDVHௐEDVLV  7DEOH3ULFLQJ2IIHUHG /LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ GHSDUWPHQWV 7KLVௐSURSRVHGௐFRQWUDFWௐLVௐ SULFHGௐWRௐEHௐRXUௐJRWRPDUNHWௐVWUDWHJ\ௐDFURVVௐWKHௐ86ௐDQGௐ &DQDGDௐ:HௐKDYHௐLQFOXGHGௐDௐ FRPSOLPHQWDU\ௐH[WHQGHGௐ ZDUUDQW\ௐIRUௐPRVWௐPRGHOVௐ ZKHQௐSXUFKDVHGௐWKURXJKௐRXUௐ SURSRVHGௐ6RXUFHZHOOௐFRQWUDFW Bid Number: RFP 092222 Vendor Name: Caterpillar         7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐ UHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ 9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ3URYLGHௐVXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ 6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWH :HௐSODQௐWRௐFRQWLQXHௐRXUௐYHU\ௐUREXVWௐSURFHVVௐWRௐHQVXUHௐ UHSRUWLQJௐVSHHGௐDFFXUDF\ௐDQGௐFRQWUDFWௐFRPSOLDQFHௐ &DWHUSLOODUௐDQGௐRXUௐ&DWௐGHDOHUVௐKDYHௐYHU\ௐFORVHௐDQGௐWUXVWLQJௐ UHODWLRQVKLSVௐ2XUௐGHDOHUVௐDUHௐORQJHVWDEOLVKHGௐDQGௐWKHௐ FXUUHQWௐSURFHVVௐ XQGHUௐFRQWUDFWௐ&$7 ௐLVௐZRUNLQJௐZHOOௐ 7KHௐ&DWHUSLOODUௐ'HDOHUௐ1HWZRUNௐZLOOௐUHFHLYHௐDGGLWLRQDOௐ GLVFRXQWVௐIURPௐ&DWHUSLOODUௐWRௐKHOSௐUHDFKௐ6RXUFHZHOOௐPHPEHUVௐSXUFKDVLQJௐSULFHVௐSHUௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ7RௐTXDOLI\ௐIRUௐ WKHௐGLVFRXQWVௐWKHௐVHOOLQJௐ&DWHUSLOODUௐ'HDOHUௐPXVWௐLGHQWLI\ௐ HDFKௐDSSOLFDEOHௐVDOHௐDVௐDௐ6RXUFHZHOOௐVDOHௐRQௐWKHLUௐRUGHUௐ DQGௐWKH\ௐPXVWௐDOVRௐILOOௐRXWௐDௐUHSRUWௐWRௐWKHௐ&DWHUSLOODUௐ GHVLJQDWHGௐ6RXUFHZHOOௐFXVWRGLDQௐ1LFROHௐ:DUQVWHGWௐLQFOXGLQJௐ WKHௐSURGXFWௐRUGHUௐQXPEHUௐDQGௐ6RXUFHZHOOௐPHPEHUௐQXPEHUௐௐ 5HSRUWVௐDUHௐXSGDWHGௐDQGௐUHYLHZHGௐRQௐDௐTXDUWHUO\ௐEDVLVௐWRௐ DVVLVWௐLQௐSURYLGLQJௐSD\PHQWௐWRௐ6RXUFHZHOOௐ7RௐHQVXUHௐFRUUHFWௐ SULFLQJௐDQGௐDXGLWLQJௐ&DWHUSLOODUௐKDVௐFUHDWHGௐDௐIRFXVௐSURJUDPௐWKDWௐGHDOHUVௐFDQௐXVHௐRQௐWKHLUௐTXRWHVௐ7KLVௐIRFXVௐSURJUDPௐ DXWRPDWLFDOO\ௐSRSXODWHVௐDVVRFLDWHGௐGLVFRXQWௐOHYHOVௐ7KHௐ &DWHUSLOODUௐGHVLJQDWHGௐ6RXUFHZHOOௐFXVWRGLDQௐ1LFROHௐ :DUQVWHGWௐKDVௐDQGௐZLOOௐUHPDLQௐDFWLYHO\ௐLQYROYHGௐLQௐWKHௐDXGLWLQJௐSURFHVVௐERWKௐZLWKௐDXGLWLQJௐ&DWHUSLOODUௐ'HDOHUௐSULFLQJௐ WRௐ6RXUFHZHOOௐPHPEHUVௐDVௐZHOOௐDVௐWKHௐTXDUWHUO\ௐ DGPLQLVWUDWLRQௐIHHௐSURFHVV   ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐ PHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐ VXFFHVVௐZLWKௐWKHௐFRQWUDFW ,QௐWKHௐHYHQWௐRIௐDQௐDZDUGௐZHௐZLOOௐFRQWLQXHௐWRௐPHDVXUHௐWKHௐ SHUFHQWDJHௐRIௐVDOHVௐWKDWௐDUHௐVROGௐWKURXJKௐWKHௐ6RXUFHZHOOௐ FRQWUDFWௐGHDOHUௐSDUWLFLSDWLRQௐZLWKௐWKHௐFRQWUDFWௐWRWDOௐQXPEHUௐRIௐJHQVHWVௐVROGௐDQGௐSURJUDPௐJURZWKௐ\HDUௐRYHUௐ\HDU   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ 6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ &RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐ LVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ &RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV :HௐSURSRVHௐDQௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐRIௐௐRIௐ WUDQVDFWLRQௐSULFHௐRIௐDQ\ௐQHZௐ&DWHUSLOODUௐJHQHUDWRUVௐVROGௐ WKURXJKௐWKLVௐFRQWUDFWௐ&DWHUSLOODUௐZLOOௐSD\ௐWKLVௐIHHௐWRௐ 6RXUFHZHOOௐDQGௐQRWௐLPSRVHௐUHODWHGௐFKDUJHVௐWRௐRXUௐGHDOHUVௐRUௐ PHPEHUV  Bid Number: RFP 092222 Vendor Name: Caterpillar         7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐ HTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐ DUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO &DWHUSLOODUௐLVௐSURSRVLQJௐDQௐH[WHQVLYHௐDOWHUQDWLYHௐHQHUJ\ௐVROXWLRQVௐRIIHULQJௐLQFOXGLQJௐ ௐ DௐIXOOௐOLQHௐRIௐGLHVHOௐDQGௐQDWXUDOௐJDVௐSDFNDJHGௐJHQHUDWRUௐVHWVௐIURPௐௐWRௐௐN:ௐ  ௐDௐOLQHௐRIௐSULFHௐSRLQWௐFRQILJXUHGௐGLHVHOௐJHQHUDWRUௐVHWVௐXSௐWRௐௐN:ௐDQGௐ ௐ0LFURJULGௐVRODUௐDQGௐEDWWHU\ௐHQHUJ\ௐVROXWLRQVௐ 7KHௐIROORZLQJௐNH\ௐ&DWHUSLOODUௐSURGXFWௐFDWHJRULHVௐDUHௐLQFOXGHGௐLQௐWKLVௐUHVSRQVH 6WDWLRQDU\ௐ'LHVHOௐ3DFNDJHGௐ*HQHUDWRUௐ6HWV6WDWLRQDU\ௐ1DWXUDOௐ*DVௐ3DFNDJHGௐ*HQHUDWRUௐ6HWV 0RELOHௐ'LHVHOௐ3DFNDJHGௐ*HQHUDWRUௐ6HWVௐ ;4ௐ3URGXFWVௐZLWKௐ7UDLOHUV &RQWUROௐ3DQHOV 6ZLWFKJHDU $XWRPDWLFௐ7UDQVIHUௐ6ZLWFKHV 0LFURJULGௐ&RPSRQHQWV /HDVLQJௐDQGௐ)LQDQFLQJ 7KHௐ&DWHUSLOODUௐ'HDOHUௐ1HWZRUNௐFDQௐDOVRௐRIIHUௐFXVWRPௐVKRSௐZRUNௐLQVWDOODWLRQௐ³WXUQNH\´ௐVROXWLRQVௐGHOLYHU\IUHLJKWௐWUDLQLQJௐFXVWRPௐHQFORVXUHVௐFXVWRPௐIXHOௐWDQNVௐFXVWRPௐ DXWRPDWLFௐWUDQVIHUௐVZLWFKHVௐGHDOHUௐODERUௐDGGLWLRQDOFXVWRPௐSDUWVௐHQJLQHHULQJௐ OHDVLQJௐILQDQFLQJௐDQGௐJHQHUDOௐFRQWUDFWLQJௐODERUௐ7RௐIXUWKHUௐHQKDQFHௐWKHௐ6RXUFHZHOOௐ PHPEHUV¶ௐSURGXFWௐRIIHULQJௐWKHௐ&DWHUSLOODUௐ'HDOHUௐ1HWZRUNௐFDQௐDOVRௐRIIHUௐDQௐH[SDQVLYHௐQHWZRUNௐRIௐXVHGௐHTXLSPHQWௐDORQJௐZLWKௐUHQWDOௐDJUHHPHQWVௐDQGௐPDLQWHQDQFHௐ DJUHHPHQWV   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐ VXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐ WLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐ VHUYLFHV 1$  7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDO FRPPHQWVLQWKHWH[WER[SURYLGHGDVQHFHVVDU\ /LQH ,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV  6WDWLRQDU\ௐHOHFWULFDOௐJHQHUDWLRQௐV\VWHPVௐEDFNXSௐRUௐ VWDQGE\ௐJHQHUDWRUௐVHWVௐPRELOHௐDQGௐJURXQGௐSRZHUௐ XQLWVௐDQGௐWUDLOHUௐPRXQWHGௐJHQHUDWRUV <HV 1R 1$  3DUWVௐDQGௐDFFHVVRULHVௐLQFOXGLQJௐHQFORVXUHVௐIXHOௐ WDQNVௐDXWRPDWLFௐWUDQVIHUௐVZLWFKHVௐSDUDOOHOLQJௐ HTXLSPHQWௐVZLWFKௐJHDUVௐFRQQHFWLRQௐER[HVௐFRQWUROVௐ DODUPௐPRGXOHVௐEDWWHULHVௐEORFNௐKHDWHUVௐDQGௐ QHWZRUNLQJௐWRROV <HV 1R 1$   5HODWHGௐVHUYLFHVௐLQFOXGLQJௐGHVLJQௐFXVWRPL]DWLRQௐ HQJLQHHULQJௐFRPPLVVLRQLQJௐLQVWDOODWLRQௐGHOLYHU\ௐ PDLQWHQDQFHௐUHSDLUௐWUDLQLQJௐDQGௐRSHUDWLRQௐVHUYLFHௐDQGௐPDLQWHQDQFHௐDJUHHPHQWVௐGHFRPPLVVLRQLQJௐDQGௐ UHSXUSRVLQJௐFXVWRPௐVKRSௐZRUNௐDQGௐUHQWDOௐVHUYLFHV <HV 1R 1$  Bid Number: RFP 092222 Vendor Name: Caterpillar         Bid Number: RFP 092222 Vendor Name: Caterpillar Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." Pricing - Caterpillar Gen Disc List RFP August 2022.xlsx - Tuesday September 20, 2022 15:56:47 Financial Strength and Stability - Financial Strength and Stability.zip - Tuesday September 20, 2022 15:58:41 Marketing Plan/Samples - Marketing Plan.zip - Tuesday September 20, 2022 15:59:03 WM8E/M8E/S8E or Related Certificates (optional) Warranty Information - SELF5743-01_.pdf - Tuesday September 20, 2022 15:57:54 Standard Transaction Document Samples - Standard Transaction Document Samples.zip - Tuesday September 20, 2022 15:59:30 Upload Additional Document - Additionals.zip - Tuesday September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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURO RIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI   ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDW KWWSVVDPJRY6$0RU   3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHG Bid Number: RFP 092222 Vendor Name: Caterpillar         E\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\ 3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVH UHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 092222 Vendor Name: Caterpillar         All Discounts listed are for "Standby Ratings only unless otherwise stated". Note: Due to global supply chain cost increases: 1. All new generators are subject to a commodity surcharge of up to 16%. List Price Discount C2.2, 60 HZ, 40 - 60 kW Diesel (Reference the "PSNA-EPG-F_C2.2PGABR" Caterpillar Price List) D20 - 20 kW 18% D25 - 25 kW 18% D30 - 30 kW 18% C4.4, 60 HZ, 40 - 60 kW Diesel (Reference the "PSNA-EPG-F_C4.4LCABR" Caterpillar Price List) D40 - 40 kW 31% D50 - 50 kW 31% D60 - 60 kW 31% C4.4, 60 HZ, 80 - 100 kW Diesel (Reference the "PSNA-EPG-F_C4.4PGABR" Caterpillar Price List) D80 - 80 kW 31% D100 - 100 kW 31% C4.4 GC, 60 HZ, 200 - 300 kW Diesel (Reference the "C4.4 GCABR" Caterpillar Price List) D40 - 40 kW 31% D50 - 50 kW 31% D60 - 60 kW 31% D80 - 80 kW 31% D100 - 100 kW 31% C7.1, 60 HZ, 125 - 200 kW Diesel (Reference the "PSNA-EPG-F_C7.1PGABR" Caterpillar Price List) D125 - 125 kW 35% D150 - 150 kW 35% D175 - 175 kW 35% D200 - 200 kW 36% C7.1 GC, 60 HZ, 200 - 300 kW Diesel (Reference the "C9 GCABR" Caterpillar Price List) D125 - 125 kW 31% D150 - 150 kW 31% D175 - 175 kW 31% D200 - 200 kW 31% C9, 60 HZ, 200 - 300 kW Diesel (Reference the "PSNA-EPG-F_C9PGAM" Caterpillar Price List) 200 kW 33% 250 kW 37% 300 kW 37% C9 GC, 60 HZ, 200 - 300 kW Diesel (Reference the "C9 GCABR" Caterpillar Price List) 250 kW 31% 300 kW 31% C13, 60 HZ, 350 - 400 kW Diesel (Reference the "PSNA-EPG-F_C13PGAM" Caterpillar Price List) 350 kW 37% 400 kW 37% C13 GC, 60 HZ, 350 - 400 kW Diesel (Reference the "C13 GCABR" & "C13 GCAM" Caterpillar Price List) 350 kW 31% 400 kW 31% C15, 60 HZ, 350 - 500 kW Diesel (Reference the "PSNA-EPG-F_C15PGAM" Caterpillar Price List) 350 kW 37% 400 kW 37% 450 kW 37% 500 kW 37% C15 GC, 60 HZ, 350 - 500 kW Diesel (Reference the "C15 GCABR" & "C15 GCAM" Caterpillar Price List) 350 kW 31% 400 kW 31% 450 kW 31% 500 kW 31% Caterpillar Sourcewell Member Discounts Stationary Diesel #Caterpillar: Confidential Green C18, 60 HZ, 550 - 750 kW Diesel (Reference the "PSNA-EPG-F_C18PGAM" Caterpillar Price List) 550 kW 37% 600 kW 37% 650 kW 33% 700 kW 33% 750 kW 33% C18 GC, 60 HZ, 550 - 600 kW Diesel (Reference the "C18 GCAM" Caterpillar Price List) 550 kW 31% 600 kW 31% C18, 60 HZ, EPA Tier 4f, - 455 KW Diesel (Reference the "PSNA-EPG-F_C18PKAM" Caterpillar Price List) 455 kW Prime Power 20% 500 kW 20% C27, 60 HZ, 750 - 800 kW Diesel (Reference the "PSNA-EPG-F_C27PGBG" Caterpillar Price List) 750 kW 32% 800 kW 32% C32, 60 HZ, 1000 - 1250 kW Diesel (Reference the "PSNA-EPG-F_C32PGDG" Caterpillar Price List) 1000 kW 33% 1250 kW 34% C27 GC, 60 HZ, 800 kW Diesel (Reference the "V12 GCAG" Caterpillar Price List) D800 - 800 kW 31% C32 GC, 60 HZ, 1000-1250 kW Diesel (Reference the "V12 GCAG" Caterpillar Price List) D1000 - 1000 kW 31% D1250 - 1250 kW 31% 3512C, 60 HZ, 1500 - 1750 kW Diesel (EPA Tier 2 & CARB Emissions Certified (Nonroad); EPA Tier 2 Emissions Certified for Stationary Use) (Reference the "PSNA-EPG-F_3512PGFL" Caterpillar Price List) 1500 kW 36% 1750 kW 34% 3516C/3516E, 60 HZ, 2000 - 3000 kW Diesel (EPA Tier 2 & CARB Emissions Certified (Nonroad); EPA Tier 2 Emissions Certified for Stationary Use) (Reference the "PSNA-EPG-F_3516PGFL" Caterpillar Price List) 2000 kW 40% 2500 kW 36% 2750 kW 33% 3000 kW 33% 3516C-HD, 60 HZ, 2000 - 2500 kW Diesel (EPA Tier 4) (Reference the "PSNA-EPG-F_3516PGFL" Caterpillar Price List) 2000 kW 19% 2500 kW 19% C175-16, 60 HZ, 3000 kW Diesel (EPA Tier 2 for Mobile and Stationary Use) (Reference the "C175-PGAL" Caterpillar Price List) 3000 kW 29% C175-16, 60 HZ, 3000 kW Diesel (EPA Tier 4) (Reference the "C175-PGAL" Caterpillar Price List) 3000 kW 19% C175-20, 60 HZ, 4000 kW Diesel (EPA Tier 2 for Mobile and Stationary Use) (Reference the "C175-PGAL" Caterpillar Price List) 4000 kW 24% 50 - 60 kW Caterpillar Natural Gas (Reference the "PSNA-EPG-F_G80PGAM" Caterpillar Price List) DG50 - 50 kW 31% DG60 - 60 kW 31% DG80 - 80 kW 31% Stationary Natural Gas (Select LP Vapor Options with Derates) #Caterpillar: Confidential Green 100 - 150 kW Caterpillar Natural Gas (Reference the "PSNA-EPG-F_G200PGABR" Caterpillar Price List) DG100 - 100 kW 18% DG125 - 125 kW 18% DG150 - 150 kW 18% 100 - 150 kW Caterpillar Natural Gas (Reference the "PSNA-EPG-F_G150PGAM" Caterpillar Price List) DG100 - 100 kW 35% DG125 - 125 kW 35% DG150 - 150 kW 35% 175 - 300 kW Olympian Natural Gas (Reference the "PSNA-EPG-F_GASOLYGN" Caterpillar Price List) G175 - 175 kW 26% G200 - 200 kW 26% G230 - 230 kW 26% G250 - 250 kW 26% G275 - 275 kW 26% G300 - 300 kW 26% 175 - 300 kW Caterpillar Natural Gas (Reference the "PSNA-EPG-F-G14.2 PGAN" Caterpillar Price List) DG175 - 175 kW 26% DG200 - 200 kW 26% DG230 - 230 kW 26% DG250 - 250 kW 26% DG275 - 275 kW 26% DG300 - 300 kW 26% 350 - 450 kW Caterpillar Natural Gas (Reference the "PSNA-EPG-F-G21.9 PGAM" Caterpillar Price List) DG350 - 350 kW 26% DG400 - 400 kW 26% DG450 - 450 kW 26% CG18, 60 Hz, 350 - 500 kW Caterpillar Natural Gas (Reference the "PSNA-EPG-F-CG18 PGAM" Caterpillar Price List) DG350 - 350 kW 23% DG400 - 400 kW 23% DG450 - 450 kW 23% DG500 - 500 kW 23% G3412, 60 HZ, 375 - 500 kW Natural Gas (Reference the "PSNA-EPG-F_G3412PGG" Caterpillar Price List) 375 kW 20% 450 kW 20% 500 kW 20% G3512 60 HZ, 750 - 1000 kW Natural Gas (Reference the "PSNA-EPG-F_G3512NPL" Caterpillar Price List) 750 kW 18% 1000 kW 18% G3516 60 HZ, 750 - 1000 kW Natural Gas, Landfill Gas, & Biogas (Ratings Depend on Selection) (Reference the "PSNA-EPG-F_G3516BNPL" Caterpillar Price List) All Ratings 18% G3516C 60 HZ, 1500 kW Natural Gas (Reference the "PSNA-EPG-F_G3516CNPL" Caterpillar Price List) 1500 kW 18% G3516H 60 HZ, 1966 kW Natural Gas (Reference the "PSNA-EPG-F_G3516HNPL" Caterpillar Price List) 1966 kW 17% G3520H 60 HZ, 2469 kW Natural Gas (Reference the "PSNA-EPG-F_G3520HNPL" Caterpillar Price List) 2469 kW 17% G3520C 60 HZ, 1600 - 2055 kW Natural Gas (Reference the "PSNA-EPG-F_G3520CNPL" Caterpillar Price List) 1600 kW 17% 2055 kW 17% CG132, CG170, CG260 (custom) #Caterpillar: Confidential Green Due to the customization and plethora of options, it is not feasible to provide a paper price list for these specific generator sets. Each quote is custom for the specific application. However, members will receive a 15% discount off of the configured list price from each member’s local dealer. XQ35, 60 HZ, 35 kVA Prime Diesel (EPA Tier 4 Final & CARB Emissions Certified (Non-road)) (Reference the "PSNA-EPG-F_XQ35BM" Caterpillar Price List) 27 kW Prime Power 23% 30 kW 23% XQ60, 60 HZ, 59 kVA Prime Diesel (EPA Tier 4 Final & CARB Emissions Certified (Non-road)) (Reference the "PSNA-EPG-F_XQ60BM" Caterpillar Price List) 48 kW Prime Power 23% XQ125, 60 HZ, 125 kVA Prime Diesel (EPA Tier 4 Final & CARB Emissions Certified (Non-road)) (Reference the "PSNA-EPG-F_XQ125BM" Caterpillar Price List) 100 kW Prime Power 23% 110 kW 23% XQ230, 60 HZ, 230 kVA Prime Diesel (EPA Tier 4 Final & CARB Emissions Certified (Non-road)) (Reference the "PSNA-EPG-F_XQ230BM" Caterpillar Price List) 182 kW Prime Power 23% 200 kW 23% XQ425, 60 HZ, 425 kVA Prime Diesel (EPA Tier 4 Final & CARB Emissions Certified (Non-road)) (Reference the "PSNA-EPG-F_XQ425BM" Caterpillar Price List) 340 kW Prime Power 23% XQ570, 60 HZ, 570 kVA Prime Diesel (EPA Tier 4 Final & CARB Emissions Certified (Non-road)) (Reference the "PSNA-EPG-F_XQ570BG" Caterpillar Price List) 455 kW Prime Power 23% XQ1140, 60 HZ, 570 kVA Prime Diesel (EPA Tier 4 Final & CARB Emissions Certified (Non-road)) (Reference the "PSNA-EPG-F_XQ1140BG" Caterpillar Price List) kW Prime Power 23% Switchgear (customizable)12% Epic (Reference the "PSNA-EPG-F_CATEPICG" Price List) Epic - Master Control Panel 10% Epic - Generator Control Panel 10% Epic - Utility Control Panel 10% Supervisory Contol Panel (Reference the "PSNA-EPG-F_CATSCPN" Price List) EMCP 4.4 SCP 10% Hybrid Products (Reference the "PSNA-EPG-F_CATSCPN" Price List) All Hybrid Products 22% ATS (AUTOMATIC TRANSFER SWITCHES) (Reference the "ATS 2022" Price List) 235 ATS's Available 20% Due to the customization and plethora of options, it is not feasible to provide a paper price list for Cat switchgear. However, members will receive a 12% discount off of the configured list price from each member’s local dealer. Mobile Diesel (With Trailers) Control Panels, Switchgear, Automatic Transfer Switches 15% #Caterpillar: Confidential Green Sourced Goods & Support Service Provided Electrical Energy Power Generation with Related Parts, Supplies, and Services. Extended Service Contracts 5% off list price / typical sale price if no list price is available Maintenance Agreements 5% off list price / typical sale price if no list price is available Installation 5% off list price / typical sale price if no list price is available Custom Fuel Tank 5% off list price / typical sale price if no list price is available Custom ATS 5% off list price / typical sale price if no list price is available General Contracting Labor 5% off list price / typical sale price if no list price is available Dealer Labor 5% off list price / typical sale price if no list price is available Additional/Custom Parts 5% off list price / typical sale price if no list price is available Caterpillar Sourced Goods & Support Services Multiplier Sourcewell Member Pricing Custom Shop Work 5% off list price / typical sale price if no list price is available Custom Enclosure 5% off list price / typical sale price if no list price is available Delivery/Freight 5% off list price / typical sale price if no list price is available Training 5% off list price / typical sale price if no list price is available Engineering Services 5% off list price / typical sale price if no list price is available #Caterpillar: Confidential Green Caterpillar Used Equipment Multiplier Every used product will receive the new product family member discount plus at least a 10% discount Electrical Energy Power Generation with Related Parts, Supplies, and Services. #Caterpillar: Confidential Green Sourced Good or Support Service Provided Electrical Energy Power Generation with Related Parts, Supplies, and Services. Caterpillar Rental Agreements Product & Services Multiplier Sourcewell Member Pricing Rental Agreements 10% off dealer list price #Caterpillar: Confidential Green Product Name and Product Description Unit of Issue Ancilliary Items (Sold Separately) Microgrid Solution Commercial List Price Power Analytics Cyber- Secure Network List Price Add (Optional) 40 FT ISO Container List Price Add (Optional) Quantity of BDPs Quantity of 20 Foot Containe rs Grand Total Commercial List Price with Sourcewell Discount Applied (Incl Optional Items) Sourcewell Member List Price Discount PV Panel (Solar Panels) Time Shift - 60 Hz ES 1.5 MW-hr, 1x 20', Energy, 570 kVA, 1518 kWh, ~127 min Each N/A $ 1,309,989 N/A 1 1 1,021,791$ 22.00% Time Shift - 60 Hz ES 3.0 MW-hr, 2x 20', Energy, 1000 kVA, 3036 kWh, ~145 min Each N/A 2,263,804$ N/A 1 2 1,765,767$ 22.00% Time Shift - 60 Hz ES 3.5 MW-hr, 2x 20', Energy, 1000 kVA, 3542 kWh, ~170 min Each N/A 2,507,909$ N/A 1 2 1,956,169$ 22.00% Time Shift - 60 Hz ES 4.0 MW-hr, 2x 20', Energy, 1000 kVA, 4048 kWh, ~194 min Each N/A 2,750,774$ N/A 1 2 2,145,604$ 22.00% Time Shift - 60 Hz ES 4.6 MW-hr, 3x 20', Energy, 1000 kVA, 4554 kWh, ~218 min Each N/A 3,257,104$ N/A 1 3 2,540,541$ 22.00% Time Shift - 60 Hz ES 5.1 MW-hr, 3x 20', Energy, 1000 kVA, 5060 kWh, ~242 min Each N/A 3,461,724$ N/A 1 3 2,700,145$ 22.00% Time Shift - 60 Hz ES 5.6 MW-hr, 3x 20', Energy, 1000 kVA, 5566 kWh, ~267 min Each N/A 3,705,829$ N/A 1 3 2,890,547$ 22.00% Time Shift - 60 Hz ES 6.1 MW-hr, 3x 20', Energy, 1000 kVA, 6072 kWh, ~291 min Each N/A 3,948,694$ N/A 1 3 3,079,981$ 22.00% Time Shift - 60 Hz ES 6.6 MW-hr, 3x 20', Energy, 1000 kVA, 6578 kWh, ~315 min Each N/A 4,191,559$ N/A 1 3 3,269,416$ 22.00% Time Shift - 60 Hz ES 7.1 MW-hr, 4x 20', Energy, 1000 kVA, 7084 kWh, ~340 min Each N/A 4,708,735$ N/A 1 4 3,672,813$ 22.00% Time Shift - 60 Hz ES 7.6 MW-hr, 4x 20', Energy, 1000 kVA, 7590 kWh, ~364 min Each N/A 4,903,749$ N/A 1 4 3,824,924$ 22.00% Time Shift - 60 Hz ES 8.1 MW-hr, 4x 20', Energy, 1000 kVA, 8096 kWh, ~388 min Each N/A 5,145,374$ N/A 1 4 4,013,392$ 22.00% Time Shift - 60 Hz ES 8.6 MW-hr, 4x 20', Energy, 1000 kVA, 8602 kWh, ~412 min Each N/A $ 5,389,479 N/A 1 4 4,203,793$ 22.00% Time Shift - 60 Hz ES 9.1 MW-hr, 4x 20', Energy, 1000 kVA, 9108 kWh, ~437 min Each N/A 5,632,344$ N/A 1 4 4,393,228$ 22.00% Grid Stabilizer - 60 Hz PGS1260, 1x 20', Power, 1000 kVA, 672 kWh, ~32 min Each N/A 990,332$ N/A 1 1 772,459$ 22.00% Grid Stabilizer - 60 Hz PGS840, 1x 20', Power, 840 kVA, 448 kWh, ~25 min Each N/A 853,487$ N/A 1 1 665,720$ 22.00% Due to the customization and plethora of options, it is not feasible to provide a paper price list for these specific components at this time. For pricing and availability, Sourcewell members can contact their local Caterpillar Dealer. #Caterpillar: Confidential Green Caterpillar: Confidential Green Re: RING POWER CORPORATION Please allow this letter to confirm that as of the above date, the Caterpillar dealer named above is authorized to provide Equipment, Products and Services under Sourcewell Contract number 062320-CAT, as a subcontractor of Caterpillar Inc. Unless otherwise rescinded, this authorization is valid for the duration of contract 062320-CAT, having a base period contract expiration date of August 27, 2024. For questions concerning either Caterpillar Inc. or the named dealer’s participation in contract 062320-CAT, please contact: John Frame National Rental Accounts Manager - Governmental Caterpillar Inc. Office: 309-675-2891 || Mobile: 630-631-2727 || e-mail: Frame_John_J@cat.com Sincerely, Chris Gustafson Global Accounts & Allied Products Division Manager Global Rental & Used Equipment Services Caterpillar Inc. Cc: J. Frame, Caterpillar Inc. M. Knight, Sourcewell 100 NE Adams Street Peoria, IL 61629 Office: (309) 675-4802 Caterpillar Inc. March 12, 2021 DocuSign Envelope ID: 0166DB65-EE20-4C52-B695-BBF7102F9ECB SOLICITATION -OFFER -AWARD SOLICITATION NO.: SOLICITATION TITLE: DATE ISSUED· CONTRACT NO 23-TFG037 /JG GENERATOR MAINTENANCE FEBRUARY 8, 2023 23-TFG037/JG AND EMERGENCY REPAIR ISSUED BY SUBMIT BID OFFER TO BOARD OF COUNTY COMMISSIONERS HERNANDO COUNTY PROCUREMENT DEPARTMENT HERNANDO COUNTY, FLORIDA 15470 FLIGHT PATH DRIVE John Allocco, Chairman BROOKSVILLE, FL 34604 Beth Narverud, Vice Chairman Toni Brady Steve Champion, Second Vice Chairman Jerry Campbell Chief Procurement Officer Brian Hawkins SOLICITATION PREQUALIFICATION FOR FURNISHING THE SERVICES, SUPPLIES OR EQUIPMENT DESCRIBED HEREIN WILL BE RECEIVED AT THE OFFICE OF HERNANDO COUNTY PROCUREMENT DEPARTMENT, VIA HERNANDO COUNTY'S EPROCUREMENT PORTAL AT: httQs//secure.Qrocurenow.com/Qortal/hemandocountJ'.. UNTIL 3:00 P.M.1 LOCAL TIME ON MARCH 151 2023. NO PREQUALIFICATIONS WILL BE ACCEPTED AFTER THE ABOVE STIPULATED DATE AND TIME. THIS IS AN ADVERTISED SOLICITATION AND THE RESPONDING BIDDERS WILL BE PUBLICLY READ IN THE PROCUREMENT DEPARTMENT CONFERENCE ROOM , 15470 FLIGHT PATH DRIVE, BROOKSVILLE, FL 34604 AT 3:00 P.M. ON MARCH 151 2023. PURSUANT TO FS 119.071 (Current Edition), SEALED BIDS, PROPOSALS, OR REPLIES RECEIVED BY AN AGENCY PURSUANT TO A COMPETITIVE SOLICITATION ARE EXEMPT FROM INSPECTION UNTIL SUCH TIME AS THE AGENCY PROVIDES NOTICE OF AN INTENDED DECISION OR UNTIL THIRTY (30) DAYS AFTER OPENING THE BIDS, PROPOSALS, OR FINAL REPLIES , WHICHEVER IS EARLIER. ITEM NO. DESCRIPTION OF SERVICE/SUPPLIES/EQUIPMENT QTY UNIT UNIT PRICE TOTAL AMOUNT FOR PROVIDING ANNUAL PREVENTATIVE MAINTENANCE AND EMERGENCY REPAIR SERVICES FOR AUXILIARY POWER GENERATOR FLEET FOR THE HERNANDO COUNTY UTILITIES xxxx xxxx xxxxxxx $63,2:14 00 1 DEPARTMENT. AIRPORT OPERATIONS, FACILITY MAINTENANCE AND FIRE AND EMERGENCY SERVICES. SUBMIT PRICING ON ELECTRONIC BID FORM IF REQUIRED OFFER <TERMS, CONDITIONS AND SPECIFICATIONS ARE INCLUDED AS PARTS HEREOFl I CERTIFY THAT THIS PRE-QUALIFICATION IS MADE WITHOUT PRIOR UNDERSTANDING, AGREEMENT, OR CONNECTION WITH ANY CORPORATION, FIRM , OR PERSON SUBMITTING A PRE-QUALIFICATION FOR THE SAME SERVICE, MATERIALS, SUPPLIES, OR EQUIPMENT, AND IS IN ALL RESPECTS FAIR AND WITHOUT COLLUSION OR FRAUD. I AGREE TO ABIDE BY ALL CONDITIONS OF THIS PRE-QUALIFICATION AND CERTIFY THAT I AM AUTHORIZED TO SIGN THIS PRE-QUALIFICATION FOR THE VENDOR/CONTRACTOR. IN SUBMITTING A PRE-QUALIFICATION TO THE COUNTY OF HERNANDO THE VENDOR/CONTRACTOR OFFERS AND AGREES THAT THE VENDOR/CONTRACTOR ASSIGNS AND TRANSFERS TO THE COUNTY OF HERNANDO ALL RIGHTS AND INTEREST IN AND TO ALL CAUSES FOR ACTION IT MAY NOW OR HEREAFTER ACQUIRE UNDER THE ANTI-TRUST LAWS OF THE UNITED STATES AND THE STATE OF FLORIDA FOR PRICE FIXING RELATING TO THE PARTICULAR COMMODITIES OR SERVICES PURCHASED OR ACQUIRED BY THE COUNTY OF HERNANDO. DISCOUNT FOR PROMPT PAYMENT: 1 % 10 CALENDAR DAYS % 20 CALENDAR DA VS % CALENDAR DAYS BIDWJ~OR~TI~ NAME AND TITLE OF PERSON AUTHORIZED TO SIGN BID OFFER: 1 onda iesel, Inc. a:·~ OFFER DATE Comp~~~"kwv 60 East Addrel3 artow, Fl. 33830 -~<../_ 3/15/2023 City 863-519-01 a,te joe@mf~lfcfridadiesel.com N/A ..:._.::::;, . - Pnone Number Fax Number Email Address AWARD TO BE COMPLETED BY COUNTY REVIEWED FOR LEGAL SUFFICIENCY: 12/27/2022 ACCEPTED AS TO ITEM(S) NO: SUBMIT INVOICES TO: HERNANDO COUNTY UTILITIES DEPARTMENT 15365 CORTEZ BLVD., BROOKSVILLE, FL 34613 OR REQUESTING DEPARTMENT LR NO.: 2022-653 BY: Victoria Anderson AMOUNT: ACCOUNTING CODE: NAME ANO TITLE OF PERSON AUTHORIZED TO SIGN ACCEPTANCE ANO AWARD FOR THE COUNTY: -- Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 5 2. SOLICITATION-OFFER-AWARD ISSUED BY: BOARD OF COUNTY COMMISSIONERS HERNANDO COUNTY, FLORIDA John Allocco, Chairman Elizabeth Narverud, Vice Chairman Steve Champion, Second Vice Chairman Brian Hawkins Jerry Campbell SUBMIT BID OFFER TO: HERNANDO COUNTY PROCUREMENT DEPARTMENT via Hernando County's eProcurement Portal Toni Brady Chief Procurement Officer Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 6 3. SOLICITATION SEALED OFFERS, FOR FURNISHING THE SERVICES, SUPPLIES OR EQUIPMENT DESCRIBED HEREIN WILL BE RECEIVED BY THE PROCUREMENT DEPARTMENT, VIA THE COUNTY'S eProcurement Portal UNTIL 3:00 pm, LOCAL TIME ON Wednesday, March 15, 2023. NO BID OFFERS WILL BE ACCEPTED AFTER THE ABOVE STIPULATED DATE AND TIME. THIS IS AN ADVERTISED SOLICITATION AND THE RESPONDING BIDDERS WILL BE PUBLICLY READ IN THE PROCUREMENT DEPARTMENT CONFERENCE ROOM AT 3:00 pm ON Wednesday, March 15, 2023. PURSUANT TO FS 119.071 (current version) SEALED BIDS, PROPOSALS, OR REPLIES RECEIVED BY AN AGENCY PURSUANT TO A COMPETITIVE SOLICITATION ARE EXEMPT FROM FINAL INSPECTION UNTIL SUCH TIME AS THE AGENCY PROVIDES NOTICE OF AN INTENDED DECISION OR UNTIL THIRTY (30) DAYS AFTER OPENING THE BIDS, PROPOSALS, OR FINAL REPLIES, WHICHEVER IS EARLIER. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 7 4. OFFER THE UNDERSIGNED, BEING DULY AUTHORIZED TO SUBMIT THIS BID ON BEHALF OF THE BIDDER, AGREES THAT IF THIS OFFER IS ACCEPTED WITHIN NINETY (90) DAYS FROM THE BID OPENING DATE, TO FURNISH TO HERNANDO COUNTY ANY AND ALL ITEMS FOR WHICH PRICES ARE OFFERED IN THIS BID SOLICITATION AT THE PRICE(S) SO OFFERED, DELIVERED AT DESIGNATED POINT(S), WITHIN THE TIME PERIOD SPECIFIED, AND AT THE TERMS AND CONDITIONS SO STIPULATED IN THE SOLICITATION FOR BIDS. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 8 5. AWARD Upon Award Purchase Orders will be generated by County Departments relating to generators at specific Department locations. Each Purchase Order will have a Ship To address which will be used for invoicing purposes. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 9 6. INVITATION TO BID 6.1. ADVERTISEMENT OF BID INVITATION TO BID NOTICE IS HEREBY GIVEN that the Board of County Commissions of Hernando County, Florida, is accepting Bids for: TERM CONTRACT ITB NO. SOLICITATION # 23-TFG037/JG FOR Generator Maintenance and Emergency Repair Hernando County Board of County Commissioners is soliciting Vendors/Contractors that are active in providing annual preventative maintenance and emergency repair services for the County’s auxiliary power generator fleet. Offers for furnishing the above will be received and accepted up to 3:00 p.m. (local time), Wednesday, March 15, 2023, via Hernando County Procurement Department’s eProcurement Portal. Only electronic submittals shall be accepted by the County. The Board of County Commissioners of Hernando County, Florida reserves the right to accept or reject any or all bids and waive informalities and minor irregularities in offers received in accordance with the bid documents and the Hernando County Procurement Ordinance. Interested firms may secure the bid documents and plans and drawings and all other pertinent information by visiting the County's eProcurement Portal. For additional project information, please visit the Hernando County Board of County Commissioners Procurement Department at www.hernandocounty.us, or by submitting a question via the Q&A Tab in the County's eProcurement Portal. A NON-MANDATORY Pre-Bid Conference will be held Tuesday, February 21, 2023, at 10:00 am, at the Hernando County Utilities Department, 15365 Cortez Boulevard, Brooksville, FL 34613. Representatives of Owner will be present to discuss the project. Bidders are recommended to attend and participate in the conference. THIS CONFERENCE WILL BE HELD ONLY ONCE. The Procurement Department will post addenda on the County’s eProcurement Portal to all questions in accordance with the Solicitation Instructions. It is the responsibility of prospective Bidders to visit the eProcurement Portal to ensure that they are aware of all addenda issued relative to this solicitation. Pursuant to Florida Statutes 119.071 (Current Edition) sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from inspection until such time as the agency provides notice of an intended decision or until thirty (30) days after opening the bids, proposals, or final replies whichever is earlier. NOTICE TO BIDDERS Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 10 To ensure that your bid is responsive, you are urged to request clarification or guidance on any issues involving this solicitation before submission of your response. Your point-of-contact for this solicitation is Jane Gonzalez Purchasing Agent II, Procurement Department, via the County’s eProcurement Portal Question and Answer tab. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 11 7. SOLICITATION INSTRUCTIONS 7.1. DEFINITION OF TERMS Where the following terms, or their pronouns, occur herein, the intent and meaning shall be as follows: A. BIDDER: The term “Bidder” used herein refers to the dealer/manufacturer or business organization submitting a bid to the County in response to this solicitation. B. CONTRACT: The agreement executed by the Owner and Vendor/Contractor for the performance of work and the other documents (plans, specifications, notice to bidders, proposal, surety bonds, addenda, and other documents) whether attached thereto or not. C. COUNTY: The Board of County Commissioners, Hernando County, or its duly authorized representative. D. MODIFICATION/AMENDMENT/CHANGE ORDER: Shall mean the written order to the Vendor/Contactor signed by the Vendor/Contractor and County authorizing an addition, deletion, or revision in the goods, services and/or work to be provided under the contract documents or an adjustment in the contract price issued after contract award. E. OWNER: Hernando County Board of County Commissioners (County). F. VENDOR/CONTRACTOR: The Bidder awarded a contract by the County for the furnishing of goods or services. 7.2. AVAILABILITY OF BIDDING DOCUMENTS Interested firms may secure bid documents, plans, drawings, site locations, and other pertinent information by visiting the County’s eProcurement Portal. For additional information please contact the Hernando County Board of County Commissioners, Procurement Department via the County’s Q&A Tab via the eProcurement Portal. 7.3. PREPARATION OF BID To ensure acceptance of your bid, please follow these instructions: A. Interested firms are to submit responses via the County’s eProcurement Portal. All bid sheets including this form must be executed and uploaded as indicated. All bids are subject to the conditions specified herein. Those which do not comply with these conditions may be declared non-responsive and subject to rejection. 1. To submit bids: Via Hernando County’s eProcurement Portal BID NUMBER 23-TFG037/JG B. The responsibility for delivering the bid to the County on or before the stated time and date will be solely and strictly the responsibility of the Bidder. The County will be in no way responsible for delays caused by wi-fi connection or speed, power outage or any other occurrence. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 12 C. Bids must be submitted electronically, via the County’s eProcurement Portal. Any required forms supplied by the Owner and included with these Bid Documents shall be uploaded through said portal. Each bidder shall copy the Bid Form and complete the pricing schedule provided. D. Bids must be completed through the pricing table provided. No changes or corrections will be allowed after bid opening. E. Bidders are expected to make all investigations necessary to thoroughly inform themselves regarding all drawings, specifications, delivery requirements, performance requirements, site locations and all solicitation instructions to satisfy themselves of conditions affecting submission of their bid and the terms and cost of performing the contract. No pleas of ignorance by the Bidder of conditions that exist or may hereafter exist as a result of failure or omission on the part of the Bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis of varying the requirements of the County or the compensation of the Bidder. Bidder agrees that submittal of a bid for the work is prima facie evidence they have conducted such examinations. F. No material, labor, or facilities will be furnished by the County unless specifically stated. 7.4. BID OPENING: Bids that are not received in a timely manner by this specific office will not be accepted. Bids will be opened immediately after this date and time and will remain binding upon the Bidder for a period of ninety (90) days thereafter. Pursuant to Florida Statutes 119.071 (Current Edition) sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from inspection until such time as the agency provides notice of an intended decision or until thirty (30) days after opening the bids, proposals, or final replies whichever is earlier. 7.5. QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS To ensure fair consideration for all Bidders, the County prohibits communication to or with any department, division, or employee during the bid process, except as provided below: A. All questions relative to interpretation of the specifications or the bid process shall be addressed in writing as indicated below, in ample time prior to the period set for submittal and opening of the bids. B. Any interpretation or clarification made to prospective Bidders will be expressed in the form of an addendum to the specifications which, if issued will be posted on the County’s eProcurement Portal. Oral answers will not be authoritative. C. It will be the responsibility of the Bidder to visit the eProcurement Portal to ensure they are aware of all addenda issued for this solicitation. D. Questions must be submitted via the Q&A Tab in the County’s eProcurement Portal. Questions will only be accepted through the period specified in the bid documents. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 13 E. All addenda must be acknowledged via the County’s eProcurement Portal. Failure to acknowledge any addenda may render the Vendor/Contractor’s bid as non-responsive and subject to rejection. 7.6. COMMUNICATION There shall be no communication between the Vendor/Contractor, their employees or subcontractors and County employees and elected officials (hereafter referred to as “County Representative”), except through the Procurement Department. Any attempt to communicate with any County representative outside the Procurement Department will be considered a violation of the Purchasing Policy and may result in the rejection of your bid. 7.7. WITHDRAWAL OF BIDS: Bids may be withdrawn via the County’s eProcurement Portal prior to the time fixed for opening. Negligence on the part of the Bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. Faxed or electronically mailed withdrawals will not be recognized. 7.8. BID PROTESTS: Any Bidder who protests the Bid Specifications or Award or Intent to Award, must file with the County a notice of protest and formal written protest in compliance with Chapter 28-110, Florida Administrative Code (Current Edition), and applicable provisions in Section 120.57, F.S. (Current Edition). Failure to timely file such documents will constitute a waiver of proceedings under Chapter 120, F.S. (Current Edition). Failure to file a protest within the time prescribed in Section 120.57(3), F.S. (Current Edition), or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, F.S. (Current Edition). Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 14 8. GENERAL CONDITIONS 8.1. CONTRACT PERIOD: A. The Contract resulting from this solicitation shall be a term contract for the time period specified herein. During the specified time period, the County may order services/supplies as the requirements generate and the Vendor/Contractor will deliver the services/supplies ordered. It is understood that the County is not obligated to purchase any specific amount of services/supplies under this agreement. B. The period of the Contract shall extend for three (3) years effective from the date of Board of County Commissioner approval. C. Renewal Option (Unilateral): At the sole option of the County, through the Board of County Commissioners or Chief Procurement Officer or Designee, this Contract may be unilaterally renewed, for two (2) additional one (1) year periods at the same prices, terms, and conditions. The County alone will determine whether or not this renewal option will be exercised based on its convenience and its best interest. The County will notify the Vendor/Contractor, in writing, no later than thirty (30) days prior to expiration of its decision to exercise this Contract renewal option and/or options. Any request by the Vendor/Contractor for consideration of a price adjustment must be submitted in writing to the County at the time of County notice of its decision to exercise Contract renewal (this provision), and the Vendor/Contractor must provide written evidence based on increased costs to the Vendor/Contractor. Documentation of these increases must be furnished to the County upon request. Any price adjustment (increase or decrease) approved by the County shall impose upon the Vendor/Contractor the requirement to advise and extend to the County price reductions when costs similarly decrease. D. Either party may cancel this Contract, in whole or in part, by giving ninety (90) days prior notice in writing. However, the Vendor/Contractor shall not be authorized to exercise this cancellation option during the first one-hundred eighty (180) days of the Contract. The number of days within which, or the dates by which, the work is to be substantially completed and ready for final payment are set forth in the agreement. 8.2. BID PRICE/SUBMITTAL REQUIREMENTS: A. The prices bid shall remain firm during the period of the Contract. The prices bid shall be inclusive of all labor, equipment, and materials as specified within this solicitation. The price bid constitutes the total compensation payable to the Vendor/Contractor for performing the work. B. Unless otherwise stated, the prices bid shall include all costs of packing, transporting, delivery, and services to the designated point within Hernando County. C. The Bidder hereby certifies that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 15 supplies, services, or equipment and is in all respects fair and without collusion or fraud. Further, the Bidder hereby agrees to abide by all terms and conditions of this bid and certifies that the person executing the Bid Form is authorized to sign this bid for the Bidder. D. The Bidder warrants that the prices of the items set forth herein do not exceed those charged by the Bidder under a contract with the State of Florida or any of its agencies. E. Bidder must submit the solicitation document in its entirety, including the Solicitation-Offer- Award cover sheet, Bid Specifications, Bid Form, and all required forms/certifications. Failure to submit these forms may render its bid as non-responsive. 8.3. QUALIFICATION OF BIDDERS: A. This bid shall be awarded to a responsive, responsible bidder, qualified by experience to provide the work specified. The Bidder will submit the following information with their bid: 1. List and brief description of substantially similar work (size and scope) for at least three (3) references of firms, and/or governmental agencies/entities satisfactorily completed with location, dates of contract, names, addresses, telephone numbers and email addresses of owners by completing the reference sheets attached in Section 14. These references must be for work performed within the past three (3) years. 2. List of equipment and facilities available to do work. 3. List of personnel, by name and title, contemplated to perform the work. B. Failure to submit this information may be cause for rejection of your bid. 8.4. BID EVALUATION AND AWARD: Bid evaluation will be based on price, conformance with specifications and the Bidder’s ability and resources to perform the contract in accordance with the terms and conditions required. Bidders must submit all data necessary to evaluate and determine the quality of the item(s) and/or services they are bidding. A Vendor/Contractor shall not be qualified to bid when investigation by the Chief Procurement Officer of that Vendor/Contractor is either delinquent on a previously awarded contract or in litigation with Hernando County on a previously awarded contract. 8.5. BID EVALUATION AND AWARD (continued) "All-or-None" A. Award shall be made on an “All-or-None Total Offer” basis to the lowest, responsive, and responsible Bidder. However, the County reserves the sole right to reject any and all bids in accordance with the Hernando County Procurement Ordinance. Failure to provide a price for all areas upon the Bid Form may deem the Bidder’s response/submission as non-responsive. 8.6. BID EVALUATION AND AWARD (continued) A. If two (2) or more fully responsive, responsible bids are received for the same total amount or unit price, quality and service being equal, the County reserves the right to award the contract Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 16 to the Bidder whose place of business is located within the boundaries of Hernando County, Florida. Should tie bids, as described above, be received from either two (2) or more Hernando County Bidders or from non-local Bidders when no Hernando County Bidder has submitted a tie bid, then the Board of County Commissioners shall award the contract to one (1) Vendor/Contractor by drawing lots in a public meeting. B. The County shall be the sole judge as to the relative merits of the bids received. C. If a separate written contract is not required by the County; a written letter of award, mailed or otherwise furnished to the successful Bidder, shall result in a binding contract without further action by either party. D. Discounts for payments within less than twenty (20) days will not be considered in evaluation of bids, however, offered discounts will be taken for less than twenty (20) days if payment is made within the discount period. 8.7. HOURS: Work hours will be determined by each department location, Monday through Friday, except County holidays. The County may, on certain occasions, approve work outside of these times. Such exception(s) must be approved in writing by the County at least one (1) day in advance. Services will not be permitted when operations would cause a traffic or safety hazard. 8.8. WARRANTIES: The Bidder agrees that the supplies and services furnished under this award shall be covered by the most favorable commercial warranties the Bidder gives to any customer for comparable quantities of such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the County by any other provision of this award. 8.9. DELIVERY AND ACCEPTANCE: A. The County will order services by issuance of a Hernando County numbered purchase order (PO). Each purchase order will specify the scope of work, location and date(s) for service required. B. Receipt of services/supplies shall not constitute acceptance. Final acceptance and authorization of payment shall be given only after thorough inspection indicates that the services/supplies delivered meet bid specifications and conditions. Should the services/supplies differ in any respect from the specifications, payment will be withheld until such time as the Vendor/Contractor takes necessary corrective action. If the proposed corrective action is not acceptable to the County, final acceptance of the services may be refused, in which case the services shall remain the property of the Vendor/Contractor and the County shall not be liable for payment for any portion thereof. C. Unless otherwise specified, services shall be performed as described in these contract documents. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 17 D. Vendor/Contractor(s) shall not commence work prior to the County’s receipt and acceptance of the certification of insurance, and any other required documents/certificates as specified by these contract documents. 8.10. REJECTION OF BID: The County reserves the sole right to reject any and all bid submissions. Bids which are incomplete, unbalanced, conditional, obscure or which contain additions not required, or irregularities of any kind, or which do not comply with every aspect of this solicitation, may be rejected at the option of the County. A Vendor/Contractor shall not be qualified to bid when an investigation by the Chief Procurement Officer finds the Vendor/Contractor delinquent on a previously awarded contract or in litigation with a Hernando County previously awarded contract. 8.11. MINOR INFORMALITIES AND IRREGULARITIES: Hernando County has the right to waive minor defects or variations of a bid from the exact requirements of the specifications that do not affect price, quality, quantity, delivery, or performance time of the services being procured. If insufficient information is submitted by a Bidder with the bid for Hernando County to properly evaluate the bid, Hernando County has the sole right to require such additional information as it may deem necessary after the time set for receipt of bids, provided that the information requested does not change the price, quality, quantity, delivery, or performance time of the services being procured. The Board of County Commissioners reserves the sole right to reject any or all bids in whole or in part; to award by any item, group(s) of items or in the aggregate whichever is most advantageous to the County. 8.12. NON-EXCLUSIVE CONTRACT: Award of a contract resulting from this bid imposes no obligation on the County to utilize the Vendor/Contractor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The County specifically reserves the right to contract with another company for similar work if it deems such action to be in the County’s best interest. 8.13. NON-PERFORMANCE: Time is of the essence in this Contract and failure to deliver the services specified within the time period required shall be considered a default. A. In case of default, the County may procure the services from other sources and hold the Vendor/Contractor responsible for all costs occasioned thereby and may immediately cancel the contract. The Chief Procurement Officer reserves the sole right to impose and debar Vendor/Contractors, as a direct result of Vendor/Contractor default and termination for a period of twelve (12) months to twenty-four (24) months depending upon the severity of the default resulting in contract termination. The Vendor/Contractor and its sureties (if any) shall be liable for any damage to the County resulting from the Vendor/Contractor’s default of the contract. This liability includes any increased costs incurred by the County in completing contract performance. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 18 8.14. ASSIGNMENT: The successful Bidder is required to perform this contract and may not assign, transfer, convey, sublet, or otherwise dispose of any award or any or all of its rights, title, or interest therein, or the resulting contractual agreement in whole or in part without prior written authorization given at the sole discretion of Hernando County. 8.15. PUBLIC ENTITY CRIMES: Any person submitting a bid or proposal in response to this Invitation to Bid certifies that they are aware of, and in compliance with, all requirements under Section 287.133, Florida Statutes (Current Edition), on public entity crimes. Bidders must complete and return with its bid the Sworn Statement to Public Entity Crimes Form attached in these bid documents. 8.16. LICENSES AND PERMITS: Prior to furnishing the requested product(s) or service(s), it shall be the responsibility of the awarded Vendor/Contractor to obtain, at no additional cost to Hernando County, any and all licenses and permits required to complete this contractual service. These licenses and permits shall be readily available for review by the Chief Procurement Officer or their designee. 8.17. LAWS, REGULATIONS, PERMITS AND TAXES: Vendor/Contractor shall comply with County's jobsite procedures and regulations and with all applicable local, State, and Federal laws, rules and regulations and shall obtain all permits required for any of the work performed hereunder. Vendor/Contractor shall procure and pay for all permits and inspections required for any of the work performed hereunder and shall furnish any bonds, security or deposits required to permit performance of the work. Vendor/Contractor shall, to the extent permissible under applicable law, comply with the jobsite provisions which validly and lawfully apply to work on the specific jobsite being performed under this contract. The County of Hernando is exempt from Federal excise taxes and all sales taxes. 8.18. MODIFICATIONS/AMENDMENTS AND CHANGE ORDERS: Without invalidating the contract, the County may, at any time or from time to time, through its Chief Procurement Officer or designee, order additions, deletions, or revisions in the work, the same being authorized by change order or contract modification/amendment. The cumulative total of change orders and/or modifications/amendments to this contract under $35,000.00 (cap) will be approved by the Chief Procurement Officer or its designee. Once the $35,000.00 cap is reached, all other additions, or revisions to this contract that exceed the “cap” are subject to approval by the Hernando County Board of County Commissioners through Board agenda item. Only upon receipt of a change order, or modification/amendment executed by the Vendor/Contractor and County (subject to approval by the Chief Procurement Officer and/or Board of County Commissioners – as applicable) shall the Vendor/Contractor be authorized to proceed with the work involved. All such work shall be executed under the applicable terms and conditions contained in the contract documents. In addition: Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 19 A. The County will execute an appropriate modification/amendment to the contract if such modification/amendment to the contract is approved by the Chief Procurement Officer or Board of County Commissioners (as approvable) and, B. It is the Vendor/Contactor’s responsibility to notify its surety of any changes affecting the general scope of the work/services or change of the contract price, and amount of the applicable bond(s) shall be adjusted accordingly. 8.19. TAXES: A. The Board of County Commissioners, Hernando County, Florida, has the following Tax Exemption Certificates assigned: 1. Florida Sales and Use Tax Exemption Certificate No. 85-8012556945C-8, effective 1/31/2019 – expiring on 1/31/2024. B. This exemption does not apply to purchases of tangible personal property made by Vendor/Contractor(s) who use the tangible personal property in the performance of contracts for improvements of County owned real property (Chapters 192 and 212, F.S. (Current Edition) and applicable rules of the Department of Revenue). 8.20. MANUFACTURERS' NAME AND APPROVED EQUIVALENTS: Manufacturers' names, trade names, brand names, information and/or catalog number listed in a specification are for informational purposes only and are not intended to limit competition. Said listing is for the purpose of item identification and to establish standards for quality, style and features. Bids on equivalent items will be considered unless items are noted as no substitutes. The Bidder may offer any brand for which they are an authorized representative, which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the Bid Form the manufacturers' name and catalog number. Bidder shall submit with their bid, cuts, sketches, and descriptive literature and/or specifications. The Bidder should also explain in detail the reasons(s) why and submit proof that the proposed equivalent will meet the specifications and not be considered an exception thereto. Hernando County Board of County Commissioners reserves the sole right to be the sole judge of what is equal and acceptable. Bids which do not comply with these requirements may be found non-responsive and subject to rejection. If Bidder fails to name a substitute, it will be assumed that they are bidding on and will be required to furnish goods identical to the bid standard as specified. 8.21. LITIGATION/WAIVER OF JURY TRIAL: This agreement shall be governed by and construed according to Florida law. Venue for any dispute or formal litigation concerning this agreement shall be in the appropriate court with territorial jurisdiction over Hernando County, Florida. In the event of a dispute or litigation, each party to such dispute or litigation shall be solely responsible for its own attorneys’ fees and costs. This agreement shall not be construed for or against any party hereto, without regard to which party is wholly or partly responsible for its drafting. Each party acknowledges that it is aware of and has had the opportunity to seek advice of counsel of its choice with respect to its rights to trial by jury, and each party, for itself and its successors, creditors, and assigns, does hereby expressly and knowingly waive and release all such rights Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 20 to trial by jury in any action, proceeding or counterclaim brought by any party hereto against the other (and/or against its officers, directors, employees, agents, or subsidiary or affiliated entities) on or with regard to any matters whatsoever arising out of or in any way connected with this contract and/or any other claim of injury or damage. 8.22. TERMINATION: A. Termination for Default: 1. The County may, by written notice to the Vendor/Contractor, terminate this contract for default in whole or in part (delivery orders, if applicable) if the Vendor/Contractor fails to: a. Provide products or services that comply with the specifications herein or fails to meet the County’s performance standards. b. Deliver the supplies or to perform the services within the time specified in this contract or any extension. c. Make progress so as to endanger performance of this contract. d. Perform any of the other provisions of this contract. 2. Prior to termination for default, the County will provide adequate written notice to the Vendor/Contractor through the Chief Procurement Officer, Procurement Department, affording them the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies within ten (10) days (or the period specified in the notice) after receipt of the notice. Failure to adequately cure the deficiency shall result in termination action and possible debarment. Such termination may also result in suspension or debarment of the Vendor/Contractor for a period of twelve (12) to twenty-four (24) months depending upon the severity of the Vendor/Contractor’s action that caused the default in accordance with the County’s Procurement Ordinance. The Vendor/Contractor and its sureties (if any) shall be liable for any damage to the County resulting from the Vendor/Contractor’s default of the contract. This liability includes any increased costs incurred by the County in completing contract performance. 3. In the event of termination by the County for any cause, the Vendor/Contractor will have, in no event, any claim against the County for lost profits or compensation for lost opportunities. After a receipt of a Termination Notice and except as otherwise directed by the County the Vendor/Contractor shall: a. Stop work on the date and to the extent specified. b. Terminate and settle all orders and subcontracts relating to the performance of the terminated work. c. Transfer all work in process, completed work, and other materials related to the terminated work as directed by the County. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 21 d. Continue and complete all parts of that work that have not been terminated. 4. If the Vendor/Contractor’s failure to perform the contract arises from causes beyond the control and without the fault or negligence of the Vendor/Contractor, the contract shall not be terminated for default. Examples of such causes include (1) acts of God or the public enemy, (2) acts of a government in its sovereign capacity, (3) fires, (4) floods, (5) epidemics, (6) strikes and (7) unusually severe weather. B. Termination for Convenience: The County, by written notice, may terminate this contract, in whole or in part, when it is in the County’s interest. If this contract is terminated, the County shall be liable only for goods or services delivered and accepted. The County Notice of Termination may provide the Vendor/Contractor ninety (90) days prior notice before it becomes effective. A termination for convenience may apply to individual delivery orders, purchase orders or to the contract in its entirety. 8.23. FISCAL NON-FUNDING In the event sufficient budgeted funds are not available for a new fiscal period, the County must notify the Vendor/Contractor of such occurrence and the contract shall terminate on the last day of current fiscal period without penalty or expense to the County. 8.24. USE OF CONTRACT BY OTHER GOVERNMENT AGENCIES: A. At the option of the Vendor/Contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities. B. Each governmental agency allowed by the Vendor/Contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received, and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 8.25. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION: By submission of this bid, the Bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: A. The prices in this bid have been arrived at independently, without consultation, collusion, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor. B. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 22 8.26. INTERIM EXTENSION OF PERFORMANCE: If it is determined that interim performance is required to allow for the solicitation and award of a new contract, the County may unilaterally extend the contract for a maximum period of up to six (6) months. Current pricing, delivery and all other terms and conditions of the contract shall apply during this interim period. 8.27. COMPETENCY OF BIDDERS: The County reserves the right to make such investigations as they may deem necessary to establish the competency and financial ability of any Bidder to perform the work; and if after investigation, the evidence of their competency or financial ability is not satisfactory, the County reserves the right to reject their bid. 8.28. MAINTENANCE OF RECORDS: The Vendor/Contractor will keep adequate records and supporting documents applicable to this contract. Said records and documentation will be retained by the Vendor/Contractor for a minimum of five (5) years from the date of final payment on this contract. The County and its authorized agents shall have the right to audit, inspect and copy records and documentation as often as the County deems necessary during the period of this contract and a period of five (5) years after completion of contract performance; provided however, such activity shall be conducted only during normal business hours. The County during the period of time defined by the preceding sentence, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of the Vendor/Contractor as concerns the aforesaid records and documentation. Pursuant to Section 119.0701 (Current Edition), Florida Statutes, Vendor/Contractor shall comply with the Florida Public Records’ laws and shall: A. Keep and maintain records that ordinarily and necessarily would be required by the public agency in order to perform the service. B. Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in Chapter 119, F.S. (Current Edition), or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirement are not disclosed except as authorized by law; and, D. Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Vendor/Contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. E. Failure to comply with this section shall be deemed a breach of the contract and enforceable as set forth in Section 119.0701, Florida Statutes (Current Edition). Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 23 IF THE VENDOR/CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES (CURRENT EDITION), TO THE VENDOR/CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 352-754- 4020, PURCHASING@HERNANDOCOUNTY.US, WITH AN OFFICE LOCATED AT 15470 FLIGHT PATH DRIVE, BROOKSVILLE, FL 34604. Per Florida Statute 20.055(5) (Current Edition), it is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing pursuant to this section. 8.29. PAYMENT: A. Payment for services received will be accomplished by submission of an invoice, in duplicate, with purchase order number referenced thereon at the completion of each specified job. Said invoice(s) shall be submitted to the Ship To address on the Purchase Order. B. Each invoice shall give a detailed breakdown of the services provided. C. The Vendor/Contractor may invoice the County after each work order is complete. Invoice shall reference and be based upon the quantity report received after project completion. D. Payment will be made in no less than forty-five (45) days, per Florida Statute 218.74 (Current Edition). Terms not within Hernando County's payment period are not acceptable and may be cause for rejection. E. Payment to Vendor/Contractor by Electronic Payment Solution: ACH (Direct Deposit): If the Vendor/Contractor is enrolled in the County’s ACH electronic payment solution, all payments will be made using the direct deposit which may or may not include a pre-note transaction. The Vendor/Contractor’s bank account information will remain confidential to the extent provided by law and necessary to make direct deposit payments. Once the County has approved payment, an electronic remittance advice will be sent to the Vendor/Contractor via e-mail. 8.30. CONFLICT OF INTEREST: A. Conflict of Interest of Officers or Employees of the Contracting Entity/Local Jurisdiction, Members of the Local Governing Body, or Other Elected Officials: No member or employee of the contracting entity/local jurisdiction or its designees or agents; no member of the governing body; and no other public official of Hernando County who exercises any function or responsibility with respect to this contract, during their tenure or for two (2) years thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed. Further, the Vendor/Contractor shall cause to be incorporated in all subcontracts, the language set forth in this paragraph prohibiting conflict of interest. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 24 B. Employee Conflict of Interest: It shall be unethical for any Hernando County employee to participate directly or indirectly in a procurement contract when Hernando County employee knows that: 1. Hernando County employee or any member of Hernando County employee's immediate family has a financial interest in the procurement contract; or 2. Any other person, business, or organization with whom Hernando County employee or any member of a Hernando County employee's immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract; or 3. A Hernando County employee or any member of a Hernando County employee's immediate family who holds a financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that financial interest. C. Former Employee Conflict of Interest: It shall be a violation for any person, business or organization contracting with County to employ in any capacity, any former County employee or member of County employee's immediate family within two (2) years of that employee's separation from employment with the County, unless the employer or the former County employee files with the County Clerk, the County’s Employment Disclosure Statement. The penalty for this violation may include disqualification of the bid submission. 8.31. GRATUITIES AND KICKBACKS: A. Gratuities: It shall be unethical for any person to offer, give, or agree to give any Hernando County employee or former Hernando County employee, or for any Hernando County employee or former Hernando County employee to solicit, demand, accept, or agree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, or preparation of any part of a program requirement or a purchase request, or to influence the content of any specification or procurement standard, or to act in an render advisory, investigative or auditing capacity. The County in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter, pertaining to any program requirement or a contract or sub-contract, or to any solicitation or proposal, therefore. B. Kickbacks: It shall be unethical for any payment, gratuity, or offer of employment to be made by or on behalf of a subcontractor under a contract to the prime Vendor/Contractor or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order. 8.32. E-VERIFY: A. Vendor/Contractor is advised that the County has entered into an agreement with U.S. Immigration and Customs Enforcement (ICE) wherein the County will, in part, seek to promote Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 25 the principles of ethical business conduct, prevent the knowing hiring of unauthorized workers through self-governance, and encourage voluntary reporting of the discovery of unauthorized workers to ICE (the IMAGE Agreement). Accordingly, by submitting your bid, Vendor/Contractor represents and warrants (a) that the Vendor/Contractor is in compliance with all applicable Federal, State and local laws, including, but not limited to, the laws related to the requirement of an employer to verify an employee’s eligibility to work in the United States, (b) that all of the Vendor/Contractor employees are legally eligible to work in the United States, and (c) that the Vendor/Contractor has actively and affirmatively verified such eligibility utilizing the Federal Government’s Employment Verification Eligibility Form (I-9 Form). B. A mere allegation of Vendor/Contractor’s intent to use and/or current use of unauthorized workers may not be a basis to delay the County’s award of a contract to the Vendor/Contractor unless such an allegation has been determined to be factual by Immigration and Customs Enforcement (ICE) pursuant to an investigation conducted by ICE prior to the date the contract is scheduled to be awarded by the County. C. Legitimate claims of the Vendor/Contractor’s use of unauthorized workers must be reported to both of the following agencies: 1. The County’s Procurement Department at (352) 754-4020: and 2. Immigration and Customs Enforcement (ICE) at 1-866-DHS-2-ICE D. In the event it is discovered that the Vendor/Contractor’s employees are not legally eligible to work in the United States, the County may, in its sole discretion, demand that the Vendor/Contractor cure this deficiency within a specified time frame, and/or immediately terminate the contract without any cost or penalty to the County, and/or debar the Vendor/Contractor from bidding on all County contracts for a period up to twenty-four (24) months, and/or take any and all legal action deemed necessary and appropriate. E. Vendor/Contractor is required to incorporate the following IMAGE best practices into its business and, when practicable, incorporate verification requirements into its agreements with subcontractors: 1. Use the Department of Homeland Security employment eligibility verification program (E- Verify) to verify the employment eligibility of all new hires. 2. Use the Social Security Number verification service and make good faith effort to correct and verify the names and Social Security Numbers of the current workforce. 3. Establish a written hiring and employment eligibility verification policy. 4. Establish an internal compliance and training program related to the hiring and employment verification process, to include, but not limited to, completion of Form I-9, how to detect Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 26 fraudulent use of documents in the verification process, and how to use E-Verify and the Social Security Number Verification Service. 5. Require the Form I-9 and E-Verify process to be conducted only by individuals who received appropriate training and include secondary review as of each employee’s verification to minimize the potential for a single individual to subvert the process. 6. Arrange for annual Form I-9 audits by an external auditing firm or a trained employee not otherwise involved in the Form I-9 process. 7. Establish a procedure to report to ICE credible information of suspected criminal misconduct in the employment eligibility verification process. 8. Establish a program to assess subcontractors’ compliance with employment eligibility verification requirements. Encourage Vendor/Contractors to incorporate the IMAGE best practices contained in this article and, when practicable, incorporate the verification requirements in subcontractor agreements. 9. Establish a protocol for responding to letters received from Federal and State government agencies indicating that there is a discrepancy between the agency’s information and the information provided by the employer or employee; for example, “no match” letters received from the Social Security Administration. 10. Establish a tip line mechanism (inbox, e-mail, etc.) for employees to report activity relating to the employment of unauthorized workers, and a protocol for responding to employee tips. 11. Establish and maintain appropriate policies, practices, and safeguards against use of the verification process for unlawful discrimination, and to ensure that U.S. citizens and authorized workers do not face discrimination with respect to hiring, firing, recruitment or referral for a fee because of citizenship status or national origin. 12. Maintain copies of any documents accepted as proof of identify and/or employment authorization for all new hires. 8.33. SCRUTINIZED COMPANIES PURSUANT TO FLORIDA STATUTE 287.135 AND 215.473 (Current Edition): Vendor/Contractor must certify that the company is not participating in a boycott of Israel. Vendor/Contractor must also certify that Vendor/Contractor is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or has been engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in State law, the County will not contract for the provision of goods or services with any scrutinized company referred to above. Vendor/Contractor must submit the certification form included as an attachment to this solicitation. Submitting a false certification shall be deemed a material breach of contract. The County shall provide Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 27 notice, in writing, to the Vendor/Contractor of the County’s determination concerning the false certification. The Vendor/Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor/Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor/Contractor does not demonstrate that the County’s determination of false certification was made in error, then the County shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes (Current Edition), as amended from time to time. 8.34. INSURANCE REQUIREMENTS: A. INDEMNITY, SAFETY AND INSURANCE PROVISIONS: 1. Indemnity: To the fullest extent permitted by Florida law, the Vendor/Contractor covenants, and agrees that it will indemnify and hold harmless the County and all of the County's officers, agents, and employees from any claim, loss, damage, cost, charge, attorney’s fees and costs, or any other expense arising out of any act, action, neglect, or omission by Vendor/Contractor during the performance of the contract, whether direct or indirect, and whether to any person or property to which the County or said parties may be subject, except that neither the Vendor/Contractor nor any of its subcontractors, or assignees, will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the County or any of its officers, agents, or employees. 2. Protection of Person and Property: a. The Vendor/Contractor will take all reasonable precautions for, and will be responsible for initiating, maintaining and supervising all programs relating to the safety of all persons and property affected by, or involved in, the performance of his operations under this Contract. b. The Vendor/Contractor will take all reasonable precautions to prevent damage, injury or loss to: (a) all persons who may be affected by the performance of his operations, including employees; (b) all materials and equipment; and (c) all property at or surrounding the work site. In an emergency affecting the safety of persons or property, the Vendor/Contractor will act, with reasonable care and discretion, to prevent any threatened damage, injury or loss. B. MINIMUM INSURANCE REQUIREMENTS: Vendor/Contractor shall procure, pay for and maintain at least the following insurance coverage and limits. Said insurance shall be evidenced by delivery to the County of a certificate(s) of insurance executed by the insurers listing coverage and limits, expiration dates and terms of policies and all endorsements whether or not required by the County, and listing all carriers issuing said policies. The insurance requirements shall remain in effect throughout the term of this Contract. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 28 1. Workers' Compensation: As required by law: a. State......................................................................................Statutory b. APPLICABLE FEDERAL.......................................................Statutory c. EMPLOYER'S LIABILITY.......................................................Minimum: i. $100,000.00 each accident ii. $100,000.00 by employee iii. $500,000.00 policy limit d. Exemption per Florida Statute 440: If a Vendor/Contractor has less than three (3) employees and states that they are exempt per Florida Statute 440, they must provide an exemption certificate from the State of Florida. Otherwise, they will be required to purchase Workers’ Compensation Insurance and provide a copy of Workers Compensation Insurance. https://www.myfloridacfo.com/Division/WC/Employer/Exemptions/ 2. General Liability: Comprehensive General Liability including, but not limited to, Independent Contractor, Contractual Premises/Operations, and Personal Injury covering the liability assumed under indemnification provisions of this Contract, with limits of liability for personal injury and/or bodily injury, including death. a. Coverage as follows: i. EACH OCCURRENCE..............................................................$1,000,000.00 ii. GENERAL AGGREGATE ........................................$2,000,000.00 iii. PERSONAL/ADVERTISING INJURY..............................$1,000,000.00 iv. PRODUCTS-COMPLETED OPERATIONS AGGREGATE........$2,000,000.00 Per Project Aggregate (if applicable) b. ALSO, include in General Liability coverage for the following areas based on limits of policy, with: i. FIRE DAMAGE (Any one (1) fire.........................................$50,000.00 ii. MEDICAL EXPENSE (Any one (1) person).......................... $5,000.00 3. Additional Insured: Vendor/Contractor agrees to endorse Hernando County as an additional insured on the Comprehensive General Liability. The Additional Insured shall read “Hernando County Board of County Commissioners.” Proof of Endorsement is required. 4. Waiver of Subrogation: Vendor/Contractor agrees by entering into this Contract to a Waiver of Subrogation for each required policy herein. When required by the insurer, or should a Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 29 policy condition not permit Vendor/Contractor to enter into a pre-loss agreement to waive subrogation without an endorsement, then Vendor/Contractor aggress to notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent. This Waiver of Subrogation requirement shall not apply to any policy, which includes a condition specifically prohibiting such an endorsement, or voids coverage should Vendor/Contractor enter into such an agreement on a pre-loss basis. 5. AUTOMOBILE LIABILITY: Comprehensive automobile and truck liability covering any auto, all owned autos, scheduled autos, hired autos, and non-owned autos. Coverage shall be on an "occurrence" basis. Such insurance to include coverage for loading and unloading hazards. Coverage as follows: a. COMBINED SINGLE LIMIT (CSL)........................................... $1,000,000.00 or: i. BODILY INJURY (Per Person)................................................. $1,000,000.00 ii. BODILY INJURY (Per Accident)............................................... $1,000,000.00 iii. PROPERTY DAMAGE..............................................................$1,000,000.00 6. PROFESSIONAL LIABILITY (if applicable it will be noted below separately): 7. BUILDERS RISK INSURANCE (if applicable it will be noted below separately): 8. CRIME PREVENTION – BOND (if applicable it will be noted below separately): 9. EXCESS/UMBRELLA LIABILITY (if applicable it will be noted below separately): 10. POLLUTION LIABILITY (if applicable it will be noted below separately): 11. SUBCONTRACTORS (if applicable): All subcontractors hired by said Contractor are required to provide Hernando County Board of County Commissioners a Certificate of Insurance with the same limits required by the County as required by the Contract. All subcontractors are required to name Hernando County Board of County Commissioners as additional insured and provide a Waiver of Subrogation in regards to General Liability. 12. RIGHT TO REVISE OR REJECT: County reserves the right, but not the obligation, to revise any insurance requirement, not limited to limits, coverages and endorsements, or to reject any insurance policies which fail to meet the criteria stated herein. Additionally, County reserves the right, but not the obligation, to review and reject any insurer providing coverage due of its poor financial condition or failure to operating legally. C. EACH INSURANCE POLICY SHALL INCLUDE THE FOLLOWING CONDITIONS BY ENDORSEMENT TO THE POLICY: 1. Vendor/Contractor agrees to provide County with a Certificate of Insurance evidencing that all coverages, limits and endorsements required herein are maintained and in full force and effect, and the Certificate of Insurance shall provide a minimum thirty (30) day endeavor to Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 30 notify, when available by Vendor/Contractor’s insurer. If the Vendor/Contractor receives a non-renewal or cancellation notice from an insurance carrier affording coverage required herein, or receives noticed that coverage no longer complies with the insurance requirements herein, Vendor/Contractor agrees to notify the County by email within five (5) business days with a copy of the non-renewal or cancellation notice, or written specifics as to which coverage is no longer in compliance. The Certificate Holder shall read: Hernando County Board of County Commissioners Attention: Human Resources/Risk Department 15470 Flight Path Drive, Brooksville, Florida 34604 2. Companies issuing the insurance policy, or policies, shall have no recourse against the County for payment of premiums or assessments for any deductibles which all are the sole responsibility and risk of Vendor/Contractor. 3. The term "County" or "Hernando County" shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the County and individual members, employees and agents thereof in their official capacities, and/or while acting on behalf of Hernando County. 4. The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by County, to any such future coverage, or to County's Self-Insured Retentions of whatever nature. D. The Vendor/Contractor shall be required to provide a current Certificate of Insurance to the County prior to commencement of services. E. Bidders may, at the County's request, be required to provide proof that their firm meets the preceding insurance requirements, by submission of a Certificate Of Insurance coverage(s), prior to award of the Contract. F. Failure of the Owner to demand such certificates or other evidence of full compliance with these insurance requirements or failure of the Owner to identify a deficiency from evidence provided shall not be construed as a waiver of Vendor/Contractor’s obligation to maintain such insurance. 8.35. MINIMUM WAGE RATES: A. The Vendor/Contractor shall be required to pay their employees no less than the Federal minimum wage rate. B. If the contract should be renewed, the contract shall be adjusted for benefit of the Vendor/Contractor in proportion with Federal law governing wage rates during the period of the contract for labor-related costs only. C. The County reserves the right to inspect the payroll records of the Vendor/Contractor, as may be deemed necessary, to determine that the Vendor/Contractor is complying with Federal wage and hour law. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 31 8.36. SAFETY PRECAUTIONS: A. The Vendor/Contractor shall be responsible for instructing their workmen in appropriate safety measures with respect to all services provided under this contract and shall not permit them to place equipment in traffic lanes or other locations in such a manner as to create a safety hazard. B. All equipment shall be equipped with all necessary safety equipment to satisfy all applicable Florida Department of Transportation (FDOT) and Occupational Safety and Health Administration (OSHA) requirements. 8.37. RESPONSIVE/RESPONSIBLE: At the time of submitting a bid response, the County requires that the Bidder be properly licensed and registered to do business in the State of Florida in accordance with applicable Florida Statutes (F.S.). Bid responses that fail to provide the required forms listed in these bid documents may be rejected as non-responsive. Bidders whose responses, past performance, or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements of the bid may be rejected as non-responsible. The County reserves the sole right to determine which responses meet the requirements of this solicitation, and which Bidders are responsive and responsible. The County reserves the sole right before awarding the bid, to require a Bidder to submit such evidence of their qualifications as it may deem necessary and may consider any evidence available to it of the financial, technical, and other qualifications and abilities of a Bidder to perform the work in a satisfactory manner and within the time specified. The Bidder is assumed to be familiar with all Federal, State, or local laws, ordinances, rules, and regulations that in any manner affect the work, and to abide thereby if awarded the bid/contract. Ignorance of legal requirements on the part of the Bidder/Vendor/Contactor will in no way relieve their responsibility. 8.38. CONE OF SILENCE This solicitation falls under the Hernando County Procurement Ordinance 93-16 (Current Edition). After a bid is opened or a short list is established for an Invitation to Bid (ITB), Request for Qualification (RFQ), or Request for Proposal (RFP), a Vendor/Contractor or representative as defined in the Ordinance, may not seek information or clarification or in any way contact any official or employee of the County concerning this solicitation with the exception of the Hernando County Chief Procurement Officer, County Attorney, or an individual specifically designated in this document for dissemination of information. A copy of any written communication concerning this solicitation shall be filed with the Procurement Department and shall be made available to the public upon request. A violation of the cone of silence renders any award voidable at the sole discretion of the Chief Procurement Officer with approval from the Board of County Commissioners and may subject the potential Vendor/Contractor or representative to debarment. Nothing in the Ordinance prevents a Vendor/Contractor or representative from taking part in a public meeting concerning the solicitation. A. All Vendors/Contractors or representatives are hereby placed on formal notice. A lobbying cone of silence period shall commence upon issuance of the solicitation until the Board selects the successful Bidder. For procurements that do not require Board approval, the cone of silence period commences upon solicitation issuance and concludes upon contract award. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 32 B. Neither the members of the Board of County Commissioners nor candidates for County Commission, nor any employees from the Hernando County Government, Hernando County staff members, nor any members of the evaluation team are to be lobbied, either individually or collectively, concerning this project. Vendors/Contractors or representatives who intend to submit bids, or have submitted bids, for this project are hereby placed on formal notice that they are not to contact County personnel for such purposes as holding meetings of introduction, meals, or meetings relating to the selection process outside of those specifically scheduled by the County. Any such lobbying activities may cause immediate disqualification from this project. 8.39. CLAIMS A. Chief Procurement Officer’s Decision Required: All claims, except those waived, shall be referred to the Chief Procurement Officer for decision. B. Notice: Written notice stating the general nature of each claim shall be delivered by the claimant to the Chief Procurement Officer and the other party to the contract promptly but in no event later than thirty (30) days after the start of the event giving rise thereto. The responsibility to substantiate a claim shall rest with the party making the claim. Notice of the amount or extent of the claim, with supporting data, shall be delivered to the Chief Procurement Officer and the other party to the contract within sixty (60) days after the start of such event (unless the Chief Procurement Officer allows additional time for claimant to submit additional or more accurate data in support of such claim). A claim for an adjustment in contract price shall be prepared in accordance with the provisions of Section titled "PRICE ADJUSTMENT". Each claim shall be accompanied by claimant’s written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to the Chief Procurement Officer and the claimant within thirty (30) days after receipt of the claimant’s last submittal (unless the Chief Procurement Officer allows additional time). C. Chief Procurement Officer’s Action: Chief Procurement Officer will review each claim and, within thirty (30) days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one (1) of the following actions in writing: 1. Deny the claim in whole or in part, 2. Approve the claim, or 3. Notify the parties that the Chief Procurement Officer is unable to resolve the claim if, in the Chief Procurement Officer’s sole discretion, it would be inappropriate for the Chief Procurement Officer to do so. For purposes of further resolution of the claim, such notice shall be deemed a denial. D. In the event that Chief Procurement Officer does not take action on a claim within said thirty (30) days, the claim shall be deemed denied. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 33 E. Chief Procurement Officer’s written action or denial will be final and binding upon Owner and Vendor/Contractor, unless Owner or Vendor/Contractor invoke the dispute resolution procedure set forth in Section titled "DISPUTE RESOLUTION" within thirty (30) days of such action or denial. 8.40. DISPUTE RESOLUTION: A. Owner and Vendor/Contractor may mutually request mediation of any claim submitted to the Owner for a decision before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the effective date of the agreement. The request for mediation shall be submitted in writing to the American Arbitration Association. Timely submission of the request shall stay the effect. B. Owner and Vendor/Contractor shall participate in the mediation process in good faith. The process shall be concluded within sixty (60) days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the claim is not resolved by mediation, Chief Procurement Officer’s action or denial pursuant to Section titled "CLAIMS" shall become final and binding thirty (30) days after termination of the mediation unless, within that time period, Owner or Vendor/Contractor: 1. Agrees with the other party to submit the claim to another dispute resolution process, or 2. Gives written notice to the other party of their intent to submit the claim to a court of competent jurisdiction. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 34 9. SPECIAL CONDITIONS Special conditions apply. 9.1. INSPECTION OF FACILITIES/AREAS: It is the Bidder’s responsibility to become fully informed as to the nature and extent of the work required, local site conditions, and any other factors that may impact performance of the contract. The responsibility to inspect the worksite is the sole responsibility of the Bidder. Arrangement for Bidder’s inspection of facilities and/or activity schedule may be secured by calling 352-754-4020. Failure to visually inspect the facilities may be cause for disqualification of your bid. After contract award, no additional compensation will be made as a result of the differences between actual labor and materials required to complete the project and the contract amount. 9.2. PRE-AWARD MEETING Within fourteen (14) days after receipt of notice of intent of award of bid, Vendor/Contractor shall meet with the County’s representative(s) to discuss job procedures and scheduling. 9.3. WARRANTY The awarded Vendor/Contractor shall fully warrant all equipment furnished hereunder against defect in materials and/or workmanship for a period of twelve (12) months from date of delivery/acceptance by Hernando County. Should any defect in materials or workmanship, except ordinary wear and tear, appear during the above stated warranty period, the awarded Vendor/Contractor shall repair or replace same at no cost to the County, immediately upon written notice from the County’s authorized representative. The Vendor/Contractor shall be responsible for either repairing the equipment on site or transporting the equipment to their repair facility at no cost to the County. All warranty provisions of the Uniform Commercial Code shall additionally apply. 9.4. PROTECTION OF PROPERTY/SECURITY: A. The Vendor/Contractor shall provide barricades if necessary and take all necessary precautions to protect buildings and personnel. All work shall be completed in every respect and accomplished in a professional manner and the Vendor/Contractor shall provide for removal of all debris from County property. B. The Vendor/Contractor shall at all times, guard against damage or loss to property of Hernando County, or of other Vendor/Contractors, and shall be held responsible for replacing or repairing any such loss or damage. The County may withhold payment or make such deductions as deemed necessary to insure reimbursement or replacement for loss of damage to property through negligence of the Vendor/Contractor or their agent. 9.5. PRICING-FFP The County requires a firm fixed price for the entire contract period. Invoices will be reviewed to confirm compliance with bid pricing. Failure to hold prices firm shall be grounds for immediate termination of the contract. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 35 9.6. CHANGES - SERVICE CONTRACTS: A. The County may at any time by issuance of an executed change order make changes within the general scope of the contract in any of the following areas: 1. Description of services to be performed. 2. Time of performance (i.e., hours of the day, days of the week, etc.). 3. Place of performance of the services. B. If additional work or other changes are required in the areas described above, a price proposal will be required from the Vendor/Contractor. Upon negotiation of the proposal, execution and receipt of the change order, the Vendor/Contractor shall commence performance of the work as specified. C. The Vendor/Contractor shall not commence the performance of additional work or other changes not covered by this contract without an executed change order issued by the Procurement Department. If the Vendor/Contractor performs additional work beyond the specific requirements of this contract without an executed change order, it shall be at their own risk. The County assumes no responsibility for any additional costs for work not specifically authorized by an executed change order. 9.7. REQUIREMENTS CONTRACT: This is a requirements contract and the County shall order from the Vendor/Contractor all of the supplies and/or services specified in the contract’s price schedule that are required to be purchased by the County, except as otherwise provided herein. If the County urgently requires delivery of goods or services before the earliest date that delivery may be required under this contract, and if the Vendor/Contractor will not accept an order providing for accelerated delivery, the County may acquire the goods or services from another source. Except as this contract may otherwise provide, if the County’s requirements do not result in orders in the quantities described as “estimated” in the contract’s price schedule, that fact shall not constitute the basis for an equitable adjustment. 9.8. ADDITIONAL ITEMS: The award of the bid shall be based on the fixed price submitted for the items on the Bid Form attached to these bid documents. Additional items not on the current Bid Form may be added from time to time. However, the County will obtain quotes from at least three Vendor/Contractors who have already submitted bids and these items will be added to the low responsive and responsible Bidder’s contract. 9.9. SITE DAMAGE: The Vendor/Contractor shall be held responsible for damage to any site feature including, but not limited to: irrigation equipment, trees, shrubs, signs, vehicles, etc. caused by the Vendor/Contractor. It shall be the Vendor/Contractor’s responsibility to clean-up and/or rectify, to the County’s satisfaction, any damage to County property caused by any individual(s) connected with the Vendor/Contractor. The Vendor/Contractor shall be notified of the specific nature of the damage and cost of repair. The County Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 36 shall, at its option, invoice the Bidder for payment or reduce the next regular payment to the Vendor/Contractor, for the cost of repairs, materials, and labor. 9.10. CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER - TERM CONTRACTS: It is hereby made a part of this Invitation for Bid that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God that Hernando County shall require a “first priority” basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the County. Vendor/Contractor agrees to rent/sell/lease all goods and services to the County or other governmental entities as opposed to a private citizen, on a first priority basis. The County expects to pay contractual prices for all products or services required during an emergency situation. Vendor/Contractor shall furnish a twenty-four (24) hour phone number and email address in the event of such an emergency. The current Federal clauses and forms related to an emergency/hurricane or disaster are provided for review and signature. Current versions may be provided as necessary and can be viewed at www.fema.gov under Contract Provisions Templates. (Vendor Questionnaire 12.4) Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 37 10. FEMA & FTA FEDERAL REQUIREMENTS "FEMA & FTA Conditions Apply if Grant Funded (FEMA, Transit or other)" 10.1. ACCESS TO RECORDS AND REPORTS 49 U.S.C. § 5325(g), 2 C.F.R. § 200.333, 49 C.F.R. part 633 A. Record Retention. The Contractor will retain and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub-agreements, leases, subcontracts, arrangements, other third-party agreements of any type, and supporting materials related to those records. B. Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than five (5) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto. C. Access to Records. The Contractor agrees to provide sufficient access to Hernando County, FTA, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. D. Access to the Sites of Performance. The Contractor agrees to permit FTA, the FEMA Administrator or his authorized representatives and its contractor’s access to the sites of performance under this contract as reasonably may be required. E. Reproduction of Records. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 10.2. CARGO PREFERENCE – USE OF UNITED STATES-FLAG VESSELS 46 U.S.C. § 55305, 46 C.F.R. part 381 The contractor agrees: A. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 38 underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; B. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.); and C. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 10.3. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 42 U.S.C. §§ 7401 – 7671q, 33 U.S.C. §§ 1251-1387, 2 C.F.R. part 200, Appendix II (G) The Contractor agrees: A. It will not use any violating facilities. B. It will report the use of facilities placed on or likely to be placed on the U.S. EPA “List of Violating Facilities;” C. It will report violations of use of prohibited facilities to Hernando County and understands and agrees that Hernando County will, in turn, report each violation as required to assure notification to FTA, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. D. It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401 – 7671q); and the Federal Water Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387). E. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FTA and FEMA. 10.4. CIVIL RIGHTS AND EQUAL OPPORTUNITY A. Hernando County is an Equal Opportunity Employer. As such, Hernando County agrees to comply with all applicable Federal civil rights laws and implementing regulations. Apart from inconsistent requirements imposed by Federal laws or regulations, Hernando County agrees to comply with the requirements of 49 U.S.C. § 5323(h) (3) by not using any Federal assistance awarded by FTA and any other Federal Agencies to support procurements using exclusionary or discriminatory specifications. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 39 B. Under this Agreement, the Contractor shall at all times comply with the following requirements and shall include these requirements in each subcontract entered into as part thereof. 1. Nondiscrimination. In accordance with Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, sex, disability, or age. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA and any other Federal Agency may issue. 2. Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientation and gender identity). Such action shall include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA and any other Federal Agency may issue. 3. Age. In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621- 634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, “Age Discrimination in Employment Act,” 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Health and Human Services regulations, “Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,” 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA and any other Federal Agency may issue. 4. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA and any other Federal Agency may issue. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 40 10.5. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 C.F.R. part 26 A. For all DOT-assisted contracts, each FTA recipient must include assurances that third party contractors will comply with the DBE program requirements of 49 C.F.R. part 26, when applicable. The following contract clause is required in all DOT-assisted prime and subcontracts: B. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: 1. Withholding monthly progress payments; 2. Assessing sanctions; 3. Liquidated damages; and/or 4. Disqualifying the contractor from future bidding as non-responsible. 49 C.F.R. § 26.13(b). C. Overview. It is the policy of Hernando County and the United States Department of Transportation (“DOT”) that Disadvantaged Business Enterprises (“DBE’s”), as defined herein and in the Federal regulations published at 49 C.F.R. part 26, shall have an equal opportunity to participate in DOT-assisted contracts. It is also the policy of Hernando County to: 1. Ensure nondiscrimination in the award and administration of DOT-assisted contracts; 2. Create a level playing field on which DBE’s can compete fairly for DOT-assisted contracts; 3. Ensure that the DBE program is narrowly tailored in accordance with applicable law; 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBE’s; 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6. To promote the use of DBEs in all types of federally assisted contracts and procurement activities; and 7. Assist in the development of firms that can compete successfully in the marketplace outside the DBE program. D. This Contract is subject to 49 C.F.R. part 26. Therefore, the Contractor must satisfy the requirements for DBE participation as set forth herein. These requirements are in addition to all other equal opportunity employment requirements of this Contract. Hernando County shall make all determinations with regard to whether or not a Bidder/Offeror is in compliance with Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 41 the requirements stated herein. In assessing compliance, Hernando County may consider during its review of the Bidder/Offeror’s submission package, the Bidder/Offeror’s documented history of non-compliance with DBE requirements on previous contracts with Hernando County. E. Contract Assurance. The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as Hernando County deems appropriate. 10.6. EMPLOYEE PROTECTIONS 29 C.F.R. part 5, 40 U.S.C. §§3701-3708 FTA Clause Contract Work Hours and Safety Standards for Awards Not Involving Construction A. The Contractor shall comply with all federal laws, regulations, and requirements providing wage and hour protections for non-construction employees, in accordance with 40 U.S.C. § 3702, Contract Work Hours and Safety Standards Act, and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and DOL regulations, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act),” 29 C.F.R. part 5. B. The Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three (3) years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. C. Such records maintained under this paragraph shall be made available by the Contractor for inspection, copying, or transcription by authorized representatives of the FTA and the Department of Labor, and the Contractor will permit such representatives to interview employees during working hours on the job. D. The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers. 1. Federal Compliance with the Contract Work Hours and Safety Standards Act. a. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 42 such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (D.1.a) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (D.1.a) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (D.1.a) of this section. 3. Withholding for unpaid wages and liquidated damages. Hernando County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (D.2) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (D.1) through (D.4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (D.1) through (D.4) of this section. 10.7. ENERGY CONSERVATION 42 U.S.C. 6321 et seq., 49 C.F.R. part 622, subpart C The contractor agrees to comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 10.8. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION 2 C.F.R. part 180, 2 C.F.R part 1200, 2 C.F.R. part 3000, 2 C.F.R. § 200.213, 2 C.F.R. part 200 Appendix II (I), Executive Order 12549, Executive Order 12689 Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 43 10.9. Debarment, Suspension, Ineligibility and Voluntary Exclusion A. The Contractor shall comply and facilitate compliance with U.S. DOT regulations, “Nonprocurement Suspension and Debarment,” 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),” 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA and FEMA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: 1. Debarred from participation in any federally assisted Award. 2. Suspended from participation in any federally assisted Award. 3. Proposed for debarment from participation in any federally assisted Award. 4. Declared ineligible to participate in any federally assisted Award. 5. Voluntarily excluded from participation in any federally assisted Award; or 6. Disqualified from participation in ay federally assisted Award. B. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: C. The certification in this clause is a material representation of fact relied upon by Hernando County. If it is later determined by Hernando County that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to Hernando County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10.10. LOBBYING RESTRICTIONS 31 U.S.C. § 1352, 2 C.F.R. § 200.450, 2 C.F.R. part 200 appendix II (J), 49 C.F.R. part 20 Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 44 Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 10.11. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES The Recipient and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA and FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 10.12. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 49 U.S.C. § 5323(l) (1), 31 U.S.C. §§ 3801-3812, 18 U.S.C. § 1001, 49 C.F.R. part 31 A. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA or FEMA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. B. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA or FEMA under the authority of 49 U.S.C. chapter 53, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(l) on the Contractor, to the extent the Federal Government deems appropriate. C. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA or FEMA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 10.13. RECYCLED PRODUCTS/RECOVERED MATERIALS 42 U.S.C. § 6962, 40 C.F.R. part 247, 2 C.F.R. part § 200.322 Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 45 A. The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), “Comprehensive Procurement Guideline for Products Containing Recovered Materials,” 40 C.F.R. part 247. B. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired— 1. Competitively within a timeframe providing for compliance with the contract performance schedule. 2. Meeting contract performance requirements; or 3. At a reasonable price. C. Information about this requirement, along with the list of EPA- designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program 10.14. TERMINATION 2 C.F.R. § 200.339, 2 C.F.R. part 200, Appendix II (B) A. Termination for Convenience (General Provision) 1. Hernando County may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in Hernando County’s best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to Hernando County to be paid the Contractor. If the Contractor has any property in its possession belonging to Hernando County, the Contractor will account for the same, and dispose of it in the manner Hernando County directs. B. Termination for Default [Breach or Cause] (General Provision) 1. If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, Hernando County may terminate this contract for default. Termination shall be affected by serving a Notice of Termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will be paid only the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 46 2. If it is later determined by Hernando County that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, Hernando County, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a Termination for Convenience. C. Opportunity to Cure (General Provision) 1. Hernando County, in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the Notice of Termination will state the time period in which cure is permitted and other appropriate conditions 2. If Contractor fails to remedy to Hernando County's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [10 days] after receipt by Contractor of written notice from Hernando County setting forth the nature of said breach or default, Hernando County shall have the right to terminate the contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude Hernando County from also pursuing all available remedies against Contractor and its sureties for said breach or default. D. Waiver of Remedies for any Breach 1. In the event that Hernando County elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this contract, such waiver by Hernando County shall not limit Hernando County’s remedies for any succeeding breach of that or of any other covenant, term, or condition of this contract. 10.15. VIOLATION AND BREACH OF CONTRACT 2 C.F.R. § 200.326, 2 C.F.R. part 200, Appendix II (A) A. Rights and Remedies of Hernando County Hernando County shall have the following rights in the event that Hernando County deems the Contractor guilty of a breach of any term under the Contract. 1. The right to take over and complete the work or any part thereof as Hernando County for and at the expense of the Contractor, either directly or through other contractors; 2. The right to cancel this Contract as to any or all of the work yet to be performed; 3. The right to specific performance, an injunction or any other appropriate equitable remedy; and 4. The right to money damages. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 47 B. Rights and Remedies of Contractor Inasmuch as the Contractor can be adequately compensated by money damages for any breach of this Contract, which may be committed by Hernando County, the Contractor expressly agrees that no default, act or omission of Hernando County shall constitute a material breach of this Contract, entitling Contractor to cancel or rescind the Contract (unless Hernando County directs Contractor to do so) or to suspend or abandon performance. C. Remedies Substantial failure of the Contractor to complete the Project in accordance with the terms of this Agreement will be a default of this Agreement. In the event of a default, Hernando County will have all remedies in law and equity, including the right to specific performance, without further assistance, and the rights to termination or suspension as provided herein. The Contractor recognizes that in the event of a breach of this Agreement by the Contractor before Hernando County takes action contemplated herein, Hernando County will provide the Contractor with sixty (60) days written notice that Hernando County considers that such a breach has occurred and will provide the Contractor a reasonable period of time to respond and to take necessary corrective action. D. Performance during Dispute Unless otherwise directed by Hernando County, Contractor shall continue performance under this Contract while matters in dispute are being resolved. E. Claims for Damages Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of its employees, agents or others for whose acts it is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury or damage. 10.16. REMEDIES Unless this Contract provides otherwise, all claims, counterclaims, disputes and other matters in question between Hernando County and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which Hernando County is located. 10.17. RIGHTS AND REMEDIES The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by Hernando County or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 10.18. FEDERAL CHANGES 49 C.F.R. Part 18 Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 48 Contractor shall at all times comply with all applicable FTA and FEMA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser, FTA and FEMA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 10.19. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.1F or subsequent revisions The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F or subsequent revisions, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Hernando County requests which would cause Hernando County to be in violation of the FTA terms and conditions. 10.20. PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) FAR 52.205-25 A. Definitions. As used in this clause— 1. Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks at the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). 2. Covered foreign country means The People’s Republic of China. 3. Covered telecommunications equipment or services means– a. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); b. For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); c. Telecommunications or video surveillance services provided by such entities or using such equipment; or d. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 49 to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 4. Critical technology means– a. Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; b. Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- i. Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or ii. For reasons relating to regional stability or surreptitious listening; c. Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); d. Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); e. Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or f. Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). 5. Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. 6. Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit. 7. Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 50 8. Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service. 9. Prohibition. a. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (20.10) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. b. Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract, or extending or renewing a contract, with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (20.10) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. 10. Exceptions. This clause does not prohibit contractors from providing— a. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or b. Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. 11. Reporting requirement. a. In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (20.11.b) of this clause to the Contracting Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 51 Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil. b. The Contractor shall report the following information pursuant to paragraph (20.4.1) of this clause i. Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. ii. Within 10 business days of submitting the information in paragraph (20.11.a) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. c. Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (20.11.c) and excluding paragraph (20.9.b), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. 10.21. ADDITIONAL FEMA REQUIREMENTS A. Changes – Service Contracts: 1. The County may at any time by issuance of an executed change order make changes within the general scope of the Contract in any of the following areas: a. Description of services to be performed. b. Time of performance (i.e., hours of the day, days of the week, etc.). c. Place of performance of the services. 2. If additional work or other changes are required in the areas described above, a price proposal will be required from the Vendor/Contractor. Upon negotiation of the proposal, execution and receipt of the change order, the Vendor/Contractor shall commence performance of the work as specified. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 52 3. The Vendor/Contractor shall not commence the performance of additional work or other changes not covered by this Contract without an executed change order issued by the Procurement Department. If the Vendor/Contractor performs additional work beyond the specific requirements of this Contract without an executed change order, it shall be at his/her own risk. The County assumes no responsibility for any additional costs for work not specifically authorized by an executed change order. B. DHS Seal, Logo, and Flags. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. C. Compliance with Federal Law, Regulations, and Executive Orders. This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 53 11. SCOPE OF WORK SCOPE AND SPECIFICATIONS 11.1. CONFLICTING TERMS WITH SCOPE AND SPECIFICATIONS: In the event of a conflict between the terms of the contract (including any and all attachments thereto, excluding Scope and Specifications Section, and any amendments thereof) and any of the terms of Scope and Specifications Section, the terms of the Contract (including any and all attachments thereto, excluding Scope and Specifications Section, and any amendments thereof) shall control. 11.2. SCOPE OF WORK: The Vendor/Contractor will supply all materials, labor, and equipment in order to perform annual preventative maintenance services and emergency repairs for the Auxiliary Generator Fleet at the County’s Water Operations, Wastewater Operations, Brooksville-Tampa Bay Regional Airport, Miscellaneous locations throughout the County, and Hernando County Fire and Emergency Services Generators as described in the specifications in Hernando County, Florida. Service hours will be determined by generator location. 11.3. LOCATION OF THE WORK: The work to be performed in this contract will be at various locations, in Hernando County, Florida. See Exhibits A-F. 11.4. TECHNICAL SPECIFICATIONS: Preventative Maintenance Services listed below will be performed on a once per year basis, and as a minimum said service will include: A. Level I Minimum Services to include all items in Paragraph 5, Oil Sampling and Paragraph 6, Emergency Repair Services: 1. Change Oil and Filters 2. Change Fuel Filters 3. Change Air Filters 4. Sample Engine Oil for Engine Wear or Contaminants, Report Results 5. Service Batteries 6. Inspect and Lubricate Generator Bearings 7. Inspect and Lubricate Airflow Louvers 8. Clean Dust and Dirt from Unit and Unit Housing 9. Performance Evaluations Listed below, (Sections 9 through 13) shall be considered Level II Minimum Service. Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 54 a. Starter (cranking ability, operation) voltage drop b. Engine Smoke (critical system indicator) c. Gauges and Indicators (operation, condition) d. Battery Charge Rate (voltage reading, amps reading) e. Fuel Transfer Pump (Pounds per Square Inch (PSI), valves, conditions, leaks) f. Lubrication System (leaks) g. Lubrication System (PSI valve) at High Idle h. Cooling System, Block Heater(s) (leaks, condition) i. Temperature Regulators (operation) (temp reading in degree Fahrenheit) j. Governor (operation, stability, response) k. Turbocharger (operation) l. After Cooler (condition, leaks) m. Safety Devices (operation, condition) (any faults) 10. Oil Pressure a. Water Temperature b. Overspeed c. Overcrank d. Water Level e. Others 11. Control Panel (operation, condition) (any faults) 12. Electric Power Generator (operation) a. Voltage b. Amperage c. Hertz 13. Transfer Switch a. All automatic transfer switches shall be tested as part of the annual inspection. Arrangements must be made prior to any testing: i. Normal voltage: Check for proper pick up and drop out, record accordingly; Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 55 ii. Emergency voltage: Check for proper pick up and drop out, record accordingly. b. Verify operation and record the following: i. Time delay to start; ii. Time delay to emergency; iii. Time delay to normal; iv. Time delay for engine cool-down. c. Verify operation of phase monitor. d. Indicator lights – verify operation and replace as needed. 11.5. OIL SAMPLING: Oil sampling shall be conducted. Oil analysis shall be performed by atomic absorption spectrophotometry and shall be accurate to within a fraction of one part per million for the following elements: A. Iron B. Chromium C. Copper D. Aluminum E. Silicon F. Water and fuel dilution G. Immediate notification shall be provided to the County when analysis results show any critical reading. If readings are normal, a report showing that the equipment is operating within established requirements shall be provided. 11.6. EMERGENCY REPAIR SERVICES: These are services that will be determined on an as-needed basis as a result of the contract Preventative Maintenance Services inspections and/or equipment failures. Selected Vendor/Contractor will submit recommended service and quote to the County, in writing, for staff evaluation. County staff will then determine a priority ranking of the suggested service and will direct selected Vendor/Contractor to schedule repairs and services accordingly. As-needed services include, but are not limited to: A. Engine Valve Adjustments B. Coolant System Flush C. Megger Testing of Generator Sets D. Load Bank Testing of Generator Sets Invitation to BID #23-TFG037/JG Title: Generator Maintenance and Emergency Repair 56 E. Emergency Repairs 11.7. SCHEDULE: A. Emergency response time shall be no more than three (3) hours after telephone or email notification of need. B. Normal response time shall be within two (2) calendar days after notification of need. C. NOTE: Failure to respond as agreed shall be cause for the County to look to an alternate source to meet the required needs. A second failure to meet the County’s requirements may result in termination for default at no further cost to the County. County of Hernando Procurement Department Toni Brady, Chief Procurement Officer 15470 Flight Path Drive, Brooksville, FL 34604 PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair RESPONSE DEADLINE: March 15, 2023 at 3:00 pm Report Generated: Monday, March 20, 2023 Mid Florida Diesel, Inc. Proposal CONTACT INFORMATION Company: Mid Florida Diesel, Inc. Email: joe@midfloridadiesel.com Contact: Joe Antonini Address: 2215 State Rd 60 East Bartow, FL 33830 Phone: N/A Website: www.midfloridadiesel.com Submission Date: Mar 15, 2023 1:29 PM ADDENDA CONFIRMATION Addendum #1 Confirmed Mar 13, 2023 10:58 AM by Joe Antonini Addendum #2 Confirmed Mar 13, 2023 10:58 AM by Joe Antonini Addendum #3 Confirmed Mar 13, 2023 10:58 AM by Joe Antonini PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 2 QUESTIONNAIRE 1. VENDOR/CONTRACTOR INFORMATION* Pass Please Provide the following Information: 1. Respondent/Vendor Contractor Name 2. Vendor/Contractor FEIN 3. Vendor/Contractor's Authorized Representative Name and Title 4. Address 5. Phone Number 6. Email Address MID FLORIDA DIESEL, INC FEDERAL ID NUMBER: 59-3592557 Joe Antonini General Manager 2215 STATE ROAD 60 EAST, BARTOW, FL 33830 863-519-0107 X#3 joe@midfloridadiesel.com 2. VENDOR/CONTRACTOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES* Pass Section 287.135 (Current Edition), Florida Statutes, prohibits agencies from contracting with companies for goods or services of $1,000,000.00 or more, that are on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s. 215.473 F.S. (Current Edition), or the Scrutinized Companies that Boycott Israel List, crated pursuant to s. 215.4725 F.S. (Current Edition), or companies that are engaged in a boycott of Israel or companies engaged in business operations in Cuba or Syria. As the person authorized to submit bids on behalf of respondent, I hereby certify that the company identified above in the section entitled “Respondent Vendor Name” is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List. I further certify that the company is not engaged in a boycott of Israel. I understand that pursuant to section 287.135 (Current Edition), Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs and does not have business operations in Cuba or Syria. Confirmed PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 3 3. Please confirm bid validity for 90 days * Pass Bids will be opened immediately after this date and time and will remain binding upon the Bidder for a period of ninety (90) days thereafter. Confirmed 4. Please Provide 3 References Pass List and brief description of substantially similar work (size and scope) for at least three (3) references of firms, and/or governmental agencies/entities satisfactorily completed with location, dates of contract, names, addresses, telephone numbers and email addresses of owners. These references must be for work performed within the past three (3) years. Hernando Co. John Smith Utilities 21030 Cortez Blvd. 352-585-2250 City of Lakeland Greg Porter Water/Waste Dept. 1825 Glendale St. Lakeland, FL 863-834-8277 gregory.porter@lakelandgov.net . City of Deland James Levi Utilities Maintenance 1101 S. Amelia Ave. Deland, Fl. 32724 386-956- 9254 levij@deland.org 5. BID CONFIRMATION* Pass The undersigned Bidder has carefully read the Invitation to Bid and its provisions, terms and conditions covering the equipment, materials, supplies and services as called for, and fully understands the requirements and conditions. Bidder certifies that this bid for the same goods/services (unless otherwise specifically noted) and is in all respects fair and without collusion or fraud. Bidder agrees to be bound by all the terms and conditions of this Invitation to Bid and certifies that the person(s) signing this bid is (are) authorized to bind the Bidder. Bidder agrees that if Bidder is awarded this Invitation to Bid, Bidder will provide the materials and services as stipulated in the specifications of this Invitation to Bid. Bidder further agrees to furnish and to deliver materials and services as indicated, with all transportation charges prepaid, and for the prices quoted. **IMPORTANT NOTE: When submitting your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the County's bid documents. Inclusion of additional terms and conditions such as those which may be on your company's standard forms shall result in your bid being declared non-responsive as these changes will be considered a counterobfer to the County's bid solicitation. Confirmed PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 4 6. Drug Free Workplace Certification * Pass I have read and attest to, in accordance with Florida Statute 287.087 (current version), hereby certify that, Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against violations of such prohibition. Informs employees about the dangers of drug abuse in the workplace, the firm’s policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug use violations. Gives each employee engaged in providing commodities or contractual services that are under proposal a copy of the statement specified above. Notifies the employees that as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, pleas of guilty or nolo contendere to, any violation of Chapter 893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written statement to acknowledge their receipt. Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted. Makes a good faith effort to continue to maintain a drug free workplace through the implementation of the Drug Free Workplace Program. “As a person authorized to sign this statement, I certify that the above named business, firm or corporation complies fully with the requirements set forth herein”. Please Confirm that you have read and attest to Download Drug Free Workplace Certificate Confirmed 7. Affidavit of Non Collusion and of Non-Interest of Hernando County Employees* Pass Affidavit of Non Collusion and of Non-Interest of Hernando County Employees Certification that Vendor/Contractor affirms that the bid/proposal presented to the Owner is made freely, and without any secret agreement to commit a fraudulent, deceitful, unlawful or wrongful act of collusion. I have read and attest that I am the Vendor/Contractor in the above bid/proposal, that the only person or persons interested in said proposal are named therein; that no officer, employee or agent of the Hernando County Board of County Commissioners (BOCC) or of any other Vendor/Contractor is interested in said PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 5 bid/proposal; and that affiant makes the above bid/proposal with no past or present collusion with any other person, firm or corporation. Please confirm that you have read and attest to Affidavit of Non Collusion and of Non-Interest of Hernando County Employees Confirmed 8. Sworn Statement SWORN STATEMENT SECTION 287.133 (3) (A)* Pass I have read and attest that I understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes (current version), means a violation of any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I have read and attest that I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes (current version), means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any Federal or State trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I have read and attest that I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes (current version), means: A. A predecessor or successor of a person convicted of a public entity crime; or B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one (1) person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one (1) person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. I have read and attest that I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes (current version), means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which proposals or applies to proposal on contracts for the provisions of goods or services let by a public entity, or which otherwise PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 6 transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. I have read and attest that based on information and belief, the statement which I have confirmed below is true in relation to the entity submitting this sworn statement: _____ [attach a copy of the final order]. I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH ONE (1) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31, OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT. Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. IF YOU CHOOSE OPTION 3, PLEASE ATTACH A COPY OF THE FINAL ORDER The entity submitting this sworn statement, or one (1) or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted Vendor/Contractor list Please attach a copy of the final order No response submitted 9. Authorized Signatures/Negotiators Authorized Signatures/Negotiators AUTHORIZED SIGNATURES/NEGOTIATORS * Pass Please provide the information to support the statement below: The Vendor/Contractor represents that the following persons are authorized to sign and/or negotiate contracts and related documents to which the Vendor/Contractor will be duly bound: PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 7 Name(s) Title(s) Phone no (s) Joe Antonini General Manager 863-944-0400 TYPE OF ORGANIZATION * Pass Select your organization's type below Corporation COMPANY ID* Pass Please Provide Your: State of Incorporation and Federal I.D. NO. Florida 59-3592557 W-9 FORM * Pass Please attach your completed W-9 Form W9_2023.pdf ACH ELECTRONIC PAYMENT * Pass An ACH electronic payment method is offered as an alternative to a payment by physical check. Please check Option 1 if you accept the ACH electronic payment method. (Recommended and Preferred) PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 8 Yes, ACH electronic payment method is acceptable. E-VERIFY CERTIFICATION* Pass Vendor/Contractor acknowledges and agrees to the following: Vendor/Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: All persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida; and All persons, including subcontractors, assigned by the Vendor/Contractor to perform work pursuant to the Contract with the department. Confirmed 10. QUALIFICATION SUBMITTAL REQUIREMENTS REFERENCES* Pass Bidder must provide a minimum of three (3)references in format shown below. References must be individuals that can be readily contacted and have first-hand knowledge of the Bidder’s performance on the specific project performed by the Bidder. Each reference project must meet the following criteria: Project at Substantial Completion or completed within the last seven (7) years. Similar in size, dollar value and scope as this project. Please provide information for 3 required References: Business/Owner Name Reference Contact Person Reference Address Reference Phone No. Reference Email Address Project Name Project Location Contract Project Manager PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 9 Site Superintendent Contract Amount Date Project Commenced Date of Substantial Completion Date of Final Completion Description of Work Performed Note: Experience shall be related to successfully completed projects within the last seven (7) years (i.e. the project must have been Substantially Complete within seven (7) years of the due date of this ITB. Only projects that are complete or substantially complete as of the bid due date will be considered). By submitting this information, I certify that the qualifications questionnaire information is true and correct to the best of my knowledge. Hernando Co. John Smith Utilities 21030 Cortez Blvd. 352-585-2250 City of Lakeland Greg Porter Water/Waste Dept. 1825 Glendale St. Lakeland, FL 863-834-8277 gregory.porter@lakelandgov.net . City of Deland James Levi Utilities Maintenance 1101 S. Amelia Ave. Deland, Fl. 32724 386-956- 9254 levij@deland.org 11. HERNANDO COUNTY EMPLOYMENT DISCLOSURE CERTIFICATION STATEMENT IS ANY OFFICER, PARTNER, DIRECTOR, PROPRIETOR, ASSOCIATE OR MEMBER OF THE BUSINESS ENTITY A FORMER EMPLOYEE OF HERNANDO COUNTY WITHIN THE LAST TWO (2) YEARS? * Pass No IS ANY OFFICER, PARTNER, DIRECTOR, PROPRIETOR, ASSOCIATE OR MEMBER OF THE BUSINESS ENTITY A RELATIVE OR MEMBER OF THE HOUSEHOLD OF A CURRENT HERNANDO COUNTY EMPLOYEE THAT HAD OR WILL HAVE ANY INVOLVEMENT WITH THIS PROCUREMENT OR CONTRACT AUTHORIZATION?* Pass No RELATIVES AND FORMER HERNANDO COUNTY EMPLOYEES - ROLES AND SIGNATURES Pass Please download the below documents, complete, and upload. • Relatives_and_Former_Hernan... PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 10 Relatives_and_Former_Hernando_County_Employees_(6)_3-15-2023.pdf 12. VENDOR/CONTRACTOR SURVEY VENDOR/CONTRACTOR SURVEY* Pass Please provide information on where you received the knowledge of the bid/request for proposals (mark all that apply): OpenGov Procurement VENDOR/CONTRACTOR SURVEY (OTHER) Pass If you answered "Referred" or "Other" in the Survey, please specify: Word of mouth SOLICITATION - OFFER - AWARD* Pass Please download the below documents, complete, and upload. • Solicitation-Offer-Award.pdf SOLICITATION_-_OFFER_-AWARD_3-15-2023.pdf REQUIRED DOCUMENTS TO BE COMPLETED* Pass Please download the below documents, complete, and upload. • A-_Certification_for_Disclo... • B-_Disclosure_of_Lobbying_A... • C-_Suspension_Debarment_Cer... • D-_DBE-SUB_Statement_Form.pdf CERTIFICATION_FOR_DISCLOSURE_OF_LOBBYING_ACTIVITIES_3-15- 2023.pdfConvicted_or_Discriminatory_Vendor_List_Statement_3-15- 2023.pdfDisadvantae;ed_Business_Enterprise_(DBE)_Affirmation_Statement_3-15-2023.pdfB- _Disclosure_of_Lobbying_Activities_Exp2-28-2022_Not_Applicable_3-15-2023.pdf PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 11 PRICE TABLES HERNANDO COUNTY WATER OPERATIONS GENERATORS ANNUAL PREVENTATIVE MAINTENANCE - PERFORMANCE EVALUATIONS ONCE PER YEAR BASIS Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 1 Antelope Water Plant High Service Pump UTW1 1 EACH LEVEL I PM $350.00 $350.00 1050 2 Antelope Well 24 UTW2 1 EACH LEVEL I PM $400.00 $400.00 1200 3 Eldridge Water Plant UTW3 1 EACH LEVEL I PM $900.00 $900.00 2700 4 Linden/Deer Water Plant UTW4 1 EACH LEVEL I PM $700.00 $700.00 2100 5 Gretna Water Plant UTW5 1 EACH LEVEL I PM $950.00 $950.00 2850 6 Killian Well 23 UTW6 1 EACH LEVEL I PM $350.00 $350.00 1050 7 Killian Water Plant High Service Pump UTW7 1 EACH LEVEL I PM $500.00 $500.00 1500 8 South West Water Plant High Service Pump UTW8 1 EACH LEVEL I PM $500.00 $500.00 1500 9 South West Well #4 UTW9 1 EACH LEVEL I PM $400.00 $400.00 1200 10 South West Well #5 UTW10 1 EACH LEVEL I PM $400.00 $400.00 1200 11 South West Well #6 UTW11 1 EACH LEVEL I PM $400.00 $400.00 1200 12 Seville Water Plant UTW12 1 EACH LEVEL I PM $500.00 $500.00 1500 13 Hexam Water Plant UTW13 1 EACH LEVEL I PM $450.00 $450.00 1350 14 Wiscon Office UTW14 1 EACH LEVEL I PM $400.00 $400.00 1200 15 West Hernando Water Plant High Service Pump UTW15 1 EACH LEVEL I PM $450.00 $450.00 1350 16 West Hernando Well #2 UTW16 1 EACH LEVEL I PM $325.00 $325.00 975 17 West Hernando Well #4 UTW17 1 EACH LEVEL I PM $350.00 $350.00 1050 18 Dogwood Water Plant UTW18 1 EACH LEVEL I PM $350.00 $350.00 1050 19 Cedar Lane Water Plant UTW19 1 EACH LEVEL I PM $350.00 $350.00 1050 20 Lockhart Well UTW20 1 EACH LEVEL I PM $350.00 $350.00 1050 21 Lockhart Well 2 UTW21 1 EACH LEVEL I PM $400.00 $400.00 1200 22 Ridge Manor West #1 Well UTW22 1 EACH LEVEL I PM $400.00 $400.00 1200 23 Main Landfill Well UTW23 1 EACH LEVEL I PM $350.00 $350.00 1050 TOTAL $10,525.00 PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 12 HERNANDO COUNTY WASTEWATER OPERATIONS GENERATORS ANNUAL PREVENTATIVE MAINTENANCE - PERFORMANCE EVALUATIONS ONCE PER YEAR BASIS Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 24 Rail Park Lift Station UTWW24 1 EACH LEVEL I PM $350.00 $350.00 1050 25 Glen Raven Lift Station UTWW25 1 EACH LEVEL I PM $300.00 $300.00 900 26 Airport Wastewater Treatment Plant UTWW26 1 EACH LEVEL I PM $1,500.00 $1,500.00 4500 27 Anderson Snow Lift Station UTWW27 1 EACH LEVEL I PM $325.00 $325.00 975 28 Food Barn Lift Station UTWW28 1 EACH LEVEL I PM $350.00 $350.00 1050 29 Jail Lift Station UTWW29 1 EACH LEVEL I PM $350.00 $350.00 1050 30 Aerial Way Lift Station UTWW30 1 EACH LEVEL I PM $350.00 $350.00 1050 31 Deer Field Lift Station UTWW31 1 EACH LEVEL I PM $325.00 $325.00 975 32 Avalon #1 Lift Station UTWW32 1 EACH LEVEL I PM $400.00 $400.00 1200 33 Avalon #2 Lift Station UTWW33 1 EACH LEVEL I PM $325.00 $325.00 975 34 Avalon #3 Lift Station UTWW34 1 EACH LEVEL I PM $325.00 $325.00 975 35 Cortez Oaks Lift Station UTWW35 1 EACH LEVEL I PM $450.00 $450.00 1350 36 Cortez Oaks #2 Lift Station UTWW36 1 EACH LEVEL I PM $450.00 $450.00 1350 37 Ocean Breeze Lift Station UTWW37 1 EACH LEVEL I PM $325.00 $325.00 975 38 Trillium Lift Station UTWW38 1 EACH LEVEL I PM $400.00 $400.00 1200 39 Quality Drive Lift Station UTWW39 1 EACH LEVEL I PM $400.00 $400.00 1200 40 Audi Brook Lift Station UTWW40 1 EACH LEVEL I PM $400.00 $400.00 1200 41 Wexford & Leed Lift Station UTWW41 1 EACH LEVEL I PM $325.00 $325.00 975 42 Billingham Lift Station UTWW42 1 EACH LEVEL I PM $400.00 $400.00 1200 43 Wellington Clubhouse Lift Station UTWW43 1 EACH LEVEL I PM $350.00 $350.00 1050 44 Chalmer Lift Station UTWW44 1 EACH LEVEL I PM $400.00 $400.00 1200 45 Kirkland Lift Station UTWW45 1 EACH LEVEL I PM $400.00 $400.00 1200 46 Hut Lift Station UTWW46 1 EACH LEVEL I PM $550.00 $550.00 1650 47 Barclay Lift Station UTWW47 1 EACH LEVEL I PM $350.00 $350.00 1050 PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 13 Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 48 Sterling Hills #1 Lift Station UTWW48 1 EACH LEVEL I PM $400.00 $400.00 1200 49 Sterling Hills #3 Lift Station UTWW49 1 EACH LEVEL I PM $325.00 $325.00 975 50 Sterling Hills #4 Lift Station UTWW50 1 EACH LEVEL I PM $325.00 $325.00 975 51 Spring Hill Condos UTWW51 1 EACH LEVEL I PM $400.00 $400.00 1200 52 Algood Lift Station UTWW52 1 EACH LEVEL I PM $350.00 $350.00 1050 53 Trilby Crossing Lift Station UTWW53 1 EACH LEVEL I PM $350.00 $350.00 1050 54 ACLF UTWW54 1 EACH LEVEL I PM $400.00 $400.00 1200 55 Timber Pines #1 Main UTWW55 1 EACH LEVEL I PM $400.00 $400.00 1200 56 Timber Pines #3 UTWW56 1 EACH LEVEL I PM $325.00 $325.00 975 57 Timber Pines #5 UTWW57 1 EACH LEVEL I PM $325.00 $325.00 975 58 Timber Pines #7 UTWW58 1 EACH LEVEL I PM $400.00 $400.00 1200 59 Regency Main Lift Station UTWW59 1 EACH LEVEL I PM $450.00 $450.00 1350 60 Glen Lakes Main Lift Station UTWW60 1 EACH LEVEL I PM $400.00 $400.00 1200 61 River Run Lift Station UTWW61 1 EACH LEVEL I PM $400.00 $400.00 1200 62 19/50 Lift Station UTWW62 1 EACH LEVEL I PM $550.00 $550.00 1650 63 Heather Main Lift Station UTWW63 1 EACH LEVEL I PM $400.00 $400.00 1200 64 Glen Waste Water Treatment Plant UTWW64 1 EACH LEVEL I PM $1,900.00 $1,900.00 5700 65 Thrasher Lift Station UTWW65 1 EACH LEVEL I PM $500.00 $500.00 1500 66 Evergreen Woods Lift Station UTWW66 1 EACH LEVEL I PM $450.00 $450.00 1350 67 Admin UTWW67 1 EACH LEVEL I PM $550.00 $550.00 1650 68 Seville Lift Station UTWW68 1 EACH LEVEL I PM $500.00 $500.00 1500 69 Walmart Hwy 50 Lift Station UTWW69 1 EACH LEVEL I PM $325.00 $325.00 975 70 Spring Ridge Lift Station UTWW70 1 EACH LEVEL I PM $400.00 $400.00 1200 71 Brookridge Main East Lift Station UTWW71 1 EACH LEVEL I PM $350.00 $350.00 1050 72 Winter Street Lift Station UTWW72 1 EACH LEVEL I PM $325.00 $325.00 975 73 Brooksville Regional Lift Station UTWW73 1 EACH LEVEL I PM $350.00 $350.00 1050 74 High Point Main Lift Station UTWW74 1 EACH LEVEL I PM $400.00 $400.00 1200 PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 14 Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 75 Hill N Dale Lift Station UTWW75 1 EACH LEVEL I PM $350.00 $350.00 1050 76 Burger King Lift Station UTWW76 1 EACH LEVEL I PM $400.00 $400.00 1200 77 Ridge Manor Main Lift Station UTWW77 1 EACH LEVEL I PM $325.00 $325.00 975 78 Ridge Manor WW Treatment Plant UTWW78 1 EACH LEVEL I PM $1,500.00 $1,500.00 4500 79 98 & 50 Lift Station UTWW79 1 EACH LEVEL I PM $350.00 $350.00 1050 80 301 & 50 Lift Station UTWW80 1 EACH LEVEL I PM $350.00 $350.00 1050 81 Sunrise Plaza Lift Station UTWW81 1 EACH LEVEL I PM $350.00 $350.00 1050 82 SH Master Lift Station UTWW82 1 EACH LEVEL I PM $500.00 $500.00 1500 83 SH Booster Station UTWW83 1 EACH LEVEL I PM $500.00 $500.00 1500 84 Grove Road Master UTWW84 1 EACH LEVEL I PM $400.00 $400.00 1200 85 Stoney Brook Lift Station UTWW85 1 EACH LEVEL I PM $350.00 $350.00 1050 86 Portable (Wiscon) UTWW86 1 EACH LEVEL I PM $550.00 $550.00 1650 87 Portable (Wiscon) UTWW87 1 EACH LEVEL I PM $350.00 $350.00 1050 88 Portable (Wiscon) UTWW88 1 EACH LEVEL I PM $350.00 $350.00 1050 89 Portable (Wiscon) UTWW89 1 EACH LEVEL I PM $450.00 $450.00 1350 90 Portable (Wiscon) UTWW90 1 EACH LEVEL I PM $400.00 $400.00 1200 91 Portable (Wiscon) UTWW91 1 EACH LEVEL I PM $450.00 $450.00 1350 92 Portable (Wiscon) UTWW92 1 EACH LEVEL I PM $400.00 $400.00 1200 TOTAL $30,675.00 HERNANDO COUNTY AIRPORT OPERATIONS GENERATORS ANNUAL PREVENTATIVE MAINTENANCE - PERFORMANCE EVALUATIONS ONCE PER YEAR BASIS Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 93 Airport Office 15034 1 EACH LEVEL I PM $325.00 $325.00 975 94 Air Traffic Control Tower N/A 1 EACH LEVEL I PM $350.00 $350.00 1050 95 Vault N/A 1 EACH LEVEL I PM $450.00 $450.00 1350 PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 15 Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) TOTAL $1,125.00 HERNANDO COUNTY GENERATORS LOCATED AT MISCELLANEOUS LOCATIONS ANNUAL PREVENTATIVE MAINTENANCE - LEVEL I PERFORMANCE EVALUATIONS ONCE PER YEAR BASIS Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 96 Government Center 10154-1 1 EACH LEVEL I PM $500.00 $500.00 1500 97 Emergency Operations Center 10458-1 1 EACH LEVEL I PM $875.00 $875.00 2625 98 Sheriff's Office 17434-1 1 EACH LEVEL I PM $450.00 $450.00 1350 99 Department of Public Works 17297-1 1 EACH LEVEL I PM $750.00 $750.00 2250 100 Brooksville Health Department 10276-1 1 EACH LEVEL I PM $3,254.00 $3,254.00 9762 101 West Side Health Department 10154-1 1 EACH LEVEL I PM $500.00 $500.00 1500 102 County Jail (Alpha) 1 EACH LEVEL I PM $1,650.00 $1,650.00 4950 103 County Jail (Bravo) 1 EACH LEVEL I PM $1,500.00 $1,500.00 4500 104 County Jail (Charlie) 1 EACH LEVEL I PM $550.00 $550.00 1650 105 County Jail (Delta) 1 EACH LEVEL I PM $450.00 $450.00 1650 106 Supervisor of Elections Warehouse 10276-1 1 EACH LEVEL I PM $325.00 $325.00 975 107 Ernie Weaver Tower Site 1 EACH LEVEL I PM $350.00 $350.00 1050 108 Florida Power Tower Site 1 EACH LEVEL I PM $400.00 $400.00 1200 109 Ridge Manor Tower Site 1 EACH LEVEL I PM $350.00 $350.00 1050 110 Fire Pump Chinsegut Hill Water Plant 1 EACH LEVEL I PM $375.00 $375.00 1125 111 County Administration 1 EACH LEVEL I PM $650.00 $650.00 1950 112 Development Department 1 EACH LEVEL I PM $350.00 $350.00 1050 113 Transit Operations *Grant Funded 1 EACH LEVEL I PM $325.00 $325.00 975 TOTAL $13,604.00 HERNANDO COUNTY GENERATORS LOCATED AT MISCELLANEOUS LOCATIONS ANNUAL PREVENTATIVE MAINTENANCE - LEVEL II PERFORMANCE EVALUALTIONS ONCE PER YEAR BASIS PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 16 Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 114 Government Center 10154-2 1 EACH LEVEL II PM $220.00 $220.00 660 115 Emergency Operations Center 10458-2 1 EACH LEVEL II PM $220.00 $220.00 660 116 Sheriff's Office 17434-2 1 EACH LEVEL II PM $220.00 $220.00 660 117 Department of Public Works 17297-2 1 EACH LEVEL II PM $220.00 $220.00 660 118 Brooksville Health Department 10276-2 1 EACH LEVEL II PM $220.00 $220.00 660 119 West Side Health Department 10154-2 1 EACH LEVEL II PM $220.00 $220.00 660 120 County Jail (Alpha) 1 EACH LEVEL II PM $220.00 $220.00 660 121 County Jail (Bravo) 1 EACH LEVEL II PM $220.00 $220.00 660 122 County Jail (Charlie) 1 EACH LEVEL II PM $220.00 $220.00 660 123 County Jail (Delta) 1 EACH LEVEL II PM $220.00 $220.00 660 124 Supervisor of Elections Warehouse 10276-2 1 EACH LEVEL II PM $220.00 $220.00 660 125 Ernie Weaver Tower Site 1 EACH LEVEL II PM $220.00 $220.00 660 126 Florida Power Tower Site 1 EACH LEVEL II PM $220.00 $220.00 660 127 Ridge Manor Tower Site 1 EACH LEVEL II PM $220.00 $220.00 660 128 Fire Pump Chinsegut Hill Water Plant 1 EACH LEVEL II PM $220.00 $220.00 660 129 County Administration 1 EACH LEVEL II PM $220.00 $220.00 660 130 Development Department 1 EACH LEVEL II PM $220.00 $220.00 660 131 Transit Operations *Grant Funded 1 EACH LEVEL II PM $220.00 $220.00 660 TOTAL $3,960.00 GENERATOR RELOCATIONS, REPLACEMENTS AND NON-EMERGENCY REPAIRS Line Item Description Unit of Measure Hourly Rate Over-Time Rate Trip Charge 132 Generator Relocations EACH $145.00 217.50 $400.00 133 New Replacement Generator Installations EACH $145.00 217.50 $400.00 134 Non-Emergency Generator Repairs EACH $145.00 217.50 $400.00 PROPOSAL DOCUMENT REPORT T No. 23-TFG037/JG Generator Maintenance and Emergency Repair PROPOSAL DOCUMENT REPORT Invitation to BID - Generator Maintenance and Emergency Repair Page 17 MATERIALS & SUPPLIES AND NEW GENERATORS AT SHERIFF'S ASSOCIATION PRICING Line Item Description Unit of Measure Percentage (Not to Exceed a Max of 15%) 135 Materials and Supplies Purchase Price Plus 15% 136 New Generators at Sheriffs Association Pricing Sheriff's Association Pricing Plus 0% HERNANDO COUNTY FIRE & EMERGENCY SERVICES STATIONS GENERATORS ANNUAL PREVENTATIVE MAINTENANCE - PERFORMANCE EVALUATIONS ONCE PER YEAR BASIS Line Item Location # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 137 Station 1 1 EACH LEVEL I PM $325.00 $325.00 975 138 Station 3 1 EACH LEVEL I PM $400.00 $400.00 1200 139 Station 4 1 EACH LEVEL I PM $325.00 $325.00 975 140 Station 7 1 EACH LEVEL I PM $325.00 $325.00 975 141 Station 8 1 EACH LEVEL I PM $325.00 $325.00 975 142 Station 9 1 EACH LEVEL I PM $325.00 $325.00 975 143 Station 11 1 EACH LEVEL I PM $325.00 $325.00 975 144 Station 12 1 EACH LEVEL I PM $325.00 $325.00 975 145 Station 13 1 EACH LEVEL I PM $325.00 $325.00 975 146 Station 14 1 EACH LEVEL I PM $325.00 $325.00 975 TOTAL $3,325.00 Rlf ea Ives an dF ormer H d C ernan o t E ouncv mp1 ovees -RI oesan d s· t Iana ures Part A: Employees that left Hernando County in the last two years. Employee Name/Signature Job Performed for Current Role with Hernando County Business Entity Name: Sign: •Involved with this procurement on behalf of Hernando County? • No� Yes� lnvo ved wit proposal development for this procurement? Non Yes n Name: Sign: •Involved with this procurement on behalf of Hernando County? • No □ Yes� Involved wit proposal development for this procurement? Non Yes n Name: Sign: •Involved with this procurement on behalf of Hernando County? • No� Yes� lnvo ved wI proposal development for this procurement? Non Yes n Date Left Hernando County Part B: Identify officers, partners, directors, proprietors, associates or members of the business entity that are relatives or members of the household of Hernando County employees currently working for Hernando County, if Hernando County employee had or will have any involvement with this procurement of contract. Firm Officer, Name and Relationship of Relative or Role at Hernando Hernando Partner, Director, Member of Household Employed at County County Proprietor, Hernando County employee's Associate or Role with Member Name this Procurement (Make copies of this form as needed to list additional employees.) This document should be completed and returned with your submittal. 23-TFG037/JG – GENERATOR MAINTENANCE AND EMERGENCY REPAIR Addendum One (1) Page 1 of 2 ADDENDUM NO. ONE (1) TO THE CONTRACT DOCUMENTS FOR THE GENERATOR MAINTENANCE AND EMERGENCY REPAIR IN HERNANDO COUNTY, FLORIDA SOLICITATION NO. 23-TFG037/JG BID DATE: MARCH 15, 2023 NOTICE BIDDERS ARE REQUIRED TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNATURE AT THE BOTTOM OF THIS ADDENDUM IN THE SPACES PROVIDED AND RETURNED AT THE TIME OF THE BID DATE. TO ALL PLAN HOLDERS: The following changes, additions and/or deletions are hereby made a part of the Contract Documents for the GENERATOR MAINTENANCE AND EMERGENCY REPAIR, located in Hernando County, as fully and completely as if the same were fully set forth therein: A. AMENDMENT TO INVITATION TO BID SECTION Revised Invitation to Bid section, Non-Mandatory Pre-Bid paragraph amended to read: A NON-MANDATORY Pre-Bid Conference will be held Tuesday, February 21, 2023, at 10:00 am, at the Hernando County Utilities Department, 15365 Cortez Boulevard, Brooksville, FL 34613. Representatives of Owner will be present to discuss the project. Bidders are recommended to attend and participate in the conference. Documentation will be provided at the Non-Mandatory Pre-Bid Conference that will include equipment information and locations of equipment. THIS CONFERENCE WILL BE HELD ONLY ONCE. B. CLARIFICATIONS 1. Question: Can you supply the KW rating of each of the generators for pricing purposes? Perhaps add a column to the spreadsheets? Answer: Information regarding equipment and locations will be provided at the Non-Mandatory Pre-Bid Meeting on February 21, 2023, at 10:00 a.m. located at the Hernando County Utilities Department, 15365 Cortez Boulevard, Brooksville, FL 34613. 23-TFG037/JG – GENERATOR MAINTENANCE AND EMERGENCY REPAIR Addendum One (1) Page 2 of 2 2. Question: Could You provide the make, model, and kws of the generators? Also, we would need to know logistics on each unit, meaning, is it outside? Inside? Can you pull a truck up next to it for load banking? Natural gas or diesel? Answer: Information regarding equipment and locations will be provided at the Non-Mandatory Pre-Bid Meeting on February 21, 2023, at 10:00 a.m. located at the Hernando County Utilities Department, 15365 Cortez Boulevard, Brooksville, FL 34613. 3. Question: Can the links to the documents in Section 13.12.4 be fixed? There are others that also seem to give the same result. Answer: Technical difficulties have been experienced when downloading/opening the attached form B- Disclosure of Lobbying Activities Exp2-28-2022. The B- Disclosure of Lobbying Activities Exp2-28-2022 form from the Vendor Questionnaire section, 12.4. Required Documents to be Completed, is attached to this Addendum. Please download the document, complete, and upload. Response is required. BOARD OF COUNTY COMMISSIONERS HERNANDO COUNTY ________________________________ __________________________________ Acknowledged for: Toni Brady Chief Procurement Officer, Hernando County Issued: February 16, 2023 23-TFG037/JG – GENERATOR MAINTENANCE AND EMERGENCY REPAIR Addendum Two (2) Page 1 of 2 ADDENDUM NO. TWO (2) TO THE CONTRACT DOCUMENTS FOR THE GENERATOR MAINTENANCE AND EMERGENCY REPAIR IN HERNANDO COUNTY, FLORIDA SOLICITATION NO. 23-TFG037/JG BID DATE: MARCH 15, 2023 NOTICE BIDDERS ARE REQUIRED TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNATURE AT THE BOTTOM OF THIS ADDENDUM IN THE SPACES PROVIDED AND RETURNED AT THE TIME OF THE BID DATE. TO ALL PLAN HOLDERS: The following changes, additions and/or deletions are hereby made a part of the Contract Documents for the GENERATOR MAINTENANCE AND EMERGENCY REPAIR, located in Hernando County, as fully and completely as if the same were fully set forth therein: A. AMENDMENT TO ADD ATTACHMENTS SECTION Amendment to solicitation for the addition of Attachments section, which was previously omitted, as specified in the Scope of Work section, Paragraph 3. Attachments contain the following exhibits: Exhibit A - Hernando County Water Operations Generators Exhibit B - Hernando County Wastewater Operations Generators Exhibit C - Hernando County Airport Operations Generators Exhibit D - Hernando County Miscellaneous Generators Exhibit E - Hernando County Generator Relocations, Replacements and Non-Emergency Repairs *Note – Replacement generators will be at Sheriff’s Association Pricing Exhibit F - Hernando County Fire Emergency Services Generators B. CLARIFICATIONS 1. Question: If we are unable to attend the Non-Mandatory Pre-Bid Meeting on February 21, 2023 in person, may we join online? If not, will make, model, kw ratings be available afterwards in the portal? Answer: See attached Exhibits A-F. 23-TFG037/JG – GENERATOR MAINTENANCE AND EMERGENCY REPAIR Addendum Two (2) Page 2 of 2 BOARD OF COUNTY COMMISSIONERS HERNANDO COUNTY ________________________________ __________________________________ Acknowledged for: Toni Brady Chief Procurement Officer, Hernando County Issued: February 27, 2023 EXHIBIT A HERNANDO COUNTY WATER OPERATIONS GENERATORS Line Item # Location MFG Model Serial # KW 1 Antelope Water Plant High Service Pump Kohler 100R0ZJ71 385494 100 2 Antelope Well 24 Onan 125ODVD15R18796B K870941052 125 3 Eldridge Water Plant Kohler 650RE0ZDC 2200397 650 4 Linden/Deer Water Plant Kohler 600RE0ZMB 2198980 550 5 Gretna Water Plant Kohler 800RE0ZMB 2199037 800 6 Killian Well 23 Generac 3041750100 2071578 130 7 Killian Water Plant High Service Pump Kohler 300R0ZD71 386128 300 8 South West Water Plant High Service Pump Caterpillar SR4 6DA02686 400 9 South West Well #4 Generac 4327800200 2078580 130 10 South West Well #5 Blue Star JD150-01 150 11 South West Well #6 Generac 4123480100 2077440 130 12 Seville Water Plant MTU MTU8V1600 95010600383 350 13 Hexam Water Plant Caterpillar G5A03439 G5A03439 250 14 Wiscon Office Onan OTECC-5697025 K040714790/A 15 West Hernando Water Plant High Service Pump Onan 200DFAA 1920482825 200 16 West Hernando Well #2 Onan DGHD F070066563 40 17 West Hernando Well #4 Onan DSFAE D070051294 80 18 Dogwood Water Plant Onan DGCA3858137 E070064395 50 19 Cedar Lane Water Plant Onan DGCD5735593 G05085171 80 20 Lockhart Well Onan LSG-8751-6005-A80GGHC 27707F-18-R4C980707002 80 21 Lockhart Well 2 Blue Star JD150-01 150 22 Ridge Manor West #1 Well Caterpillar 3208 Genset 200 SYF00263 200 EXHIBIT A HERNANDO COUNTY WATER OPERATIONS GENERATORS Line Item # Location MFG Model Serial # KW 23 Main Landfill Well Blue Star JD50-03 M-6781 50 EXHIBIT B HERNANDO COUNTY WASTEWATER OPERATIONS GENERATORS Line Item # Location MFG Model Serial # KW 24 Rail Park Lift Station Generac 2430850400 2067561 130 25 Glen Raven Lift Station Tradewinds TP20 (31384) 175679 20 26 Airport Wastewater Treatment Plant Onan DQFAD-1513962 H150859859 1000 27 Anderson Snow Lift Station Kohler 20RE0zjb 2147276 26 28 Food Barn Lift Station Spectrum 80DS60 610244 80 29 Jail Lift Station Tradewinds TP-60UL 00022033 60 30 Aerial Way Lift Station Onan DSFAA-708444 D080176561 35 31 Deer Field Lift Station Olympian D503P OLY00000CNP F00651 50 32 Avalon #1 Lift Station Kohler 100RE0ZJD 2161682 100 33 Avalon #2 Lift Station Kohler 30 RE0ZJD 2155194 33 34 Avalon #3 Lift Station Onan C40D6 H200800958 40 35 Cortez Oaks Lift Station Blue Star JDF150-01 107511-1-1 150 36 Cortez Oaks #2 Lift Station Future 37 Ocean Breeze Lift station Onan C30D6 spec A G200791463 30 38 Trillium Lift Station Kohler 125REOZJD 2059252 125 39 Quality Drive Lift Station Kohler 100ROZJ71 273202 100 40 Audi Brook Lift Station Tradewinds TP-80UL 22032 80 41 Wexford & Leed Lift Station Tradewinds TP20 (31396)173975 20 42 Billingham Lift Station Tradewinds TP56 (31397)173204 56 43 Wellington Clubhouse Lift Station Tradewinds TP30 (31399)173911 30 44 Chalmer Lift Station Blue Star JD80-02 111554-1-1 80 45 Kirkland Lift Station Tradewinds TP56 (31391)718749 56 46 Hut Lift Station Onan C070030588 C070030588 250 47 Barclay Lift Station Kohler 3014133 3014133 50 48 Sterling Hills #1 Lift Station Generac 3550280100 2074350 130 49 Sterling Hills #3 Lift Station Generac DGBB5776316 J060977292 35 50 Sterling Hills #4 Lift Station Onan C30D6 D200754758 36 51 Spring Hill Condos Tradewinds TP100 (31392)175130 100 52 Algood Lift Station Kohler 30RE0ZJB 2207144 30 EXHIBIT B HERNANDO COUNTY WASTEWATER OPERATIONS GENERATORS Line Item # Location MFG Model Serial # KW 53 Trilby Crossing Lift Station MTU MTU4R0113 DS40 9590502097 40 54 ACLF Tradewinds TP100-TP-FS 26289 100 55 Timber Pines #1 Main Tradewinds TP100-TP-FS 26192 100 56 Timber Pines #3 Tradewinds TP20-II 26184 20 57 Timber Pines #5 Tradewinds TP20-II 26181 20 58 Timber Pines #7 Tradewinds TP80-II 26178 80 59 Regency Main Lift Station Onan C175D6D 175 60 Glen Lakes Main Lift Station Onan DGDK5769335 (G060943671) 46615257 125 61 River Run Lift Station Tradewinds TP-30UL 00022245 30 62 19/50 Lift Station MTU DS00250D6SRAH1574 335290-1-1-0711 250 63 Heather Main Lift Station MTU 4R0120DS80 95130600473 80 64 Glen Waste Water Treatment Plant Onan DQGAA-4750069 (75702-797) H100147829 1.25 MW 65 Thrasher Lift Station Onan DSHAC-5934553 1070104999 200 66 Evergreen Woods Lift Station MTU MTU-4R0113-D5125 95090601589 67 Admin Kohler 250RE02D 0739173 250 68 Seville Lift Station Onan DSHAC-5934553 1070105000 200 69 Walmart Hwy 50 Lift Station Kohler 20RE0ZJV 2269574 20 70 Spring Ridge Lift Station Tradewinds TP100 (31395) 175135 100 71 Brookridge Main East Lift Station Tradewinds TP-30UL 00022031 30 72 Winter Street Lift Station Onan DGHD F070067571 40 73 Brooksville Regional Lift Station Generac 97A069661-S 2038859 80 74 High Point Main Lift Station Tradewinds TP-100UL 00022034 100 75 Hill N Dale Lift Station Onan DSFAE5857693 D070051284 80 76 Burger King Lift Station Energy Now 3420850100 2073670318 100 77 Ridge Manor Main Lift Station Tradewinds TP-45 00022026 45 78 Ridge Manor WW Treatment Plant Caterpillar SR-4 5UA02199 750 79 98 & 50 Lift Station Tradewinds TP80-II 24368 80 EXHIBIT B HERNANDO COUNTY WASTEWATER OPERATIONS GENERATORS Line Item # Location MFG Model Serial # KW 80 301 & 50 Lift Station Tradewinds TP80-II 24361 80 81 Sunrise Plaza Lift Station Kohler 60REOZJC 2278537 60 82 SH Master Lift station MTU MTU-8V1600-DS400 95010600823 400 83 SH Booster Station MTU MTU-8V1600-DS350 95010600813 350 84 Grove Road Master Tradewinds TP-100 0739173 100 85 Stoney Brook Lift station Tradewinds TP80A-UL60T3G 5904 80 86 Portable (Wiscon) Blue Star VD200-02FT 116063-1-1 200 87 Portable (Wiscon) Generac 2048324/99510 420 80 88 Portable (Wiscon) Generac 2048325/9951 419 80 89 Portable (Wiscon) Blue Star VD100-02FT 116064-1-1 100 90 Portable (Wiscon) Tradewinds TP140-T3 PJ38420U0149 49 125 91 Portable (Wiscon) Tradewinds TJ-200 T3 PE6068L07978 5 205 92 Portable (Wiscon) Tradewinds TP100 (29177) 716116 100 EXHIBIT C HERNANDO COUNTY AIRPORT OPERATIONS GENERATORS Line Item # Location MFG Model Serial # KW 93 Airport Office Onan GGHG-5867521 F070074491 85 94 Air Traffic Control Tower Generac 13590300200 Ford Windsor 2113075 E172A1910112920049 100 95 Vault Cummins ONAN DGFB5557317 6CTA8.3G2 D02363343 48208147 175 EXHIBIT D HERNANDO COUNTY MISCELLANEOUS GENERATORS Line Item # Location MFG Model Serial # KW 96 and 114 Government Center Kohler 300ROZ71 225684 300 97 and 115 Emergency Operations Center Cummins DFEJ-5747106 B060882044 450 98 and 116 Sheriff’s Office Caterpillar SR4/3306B-D1 2AJ00498 250 99 and 117 Dept. of Public Works Kohler 600RZOZD4 0748021 600 100 and 118 Brooksville Health Dept. Kohler 15RYG 2213436 15 101 and 119 West Side Health Dept. Caterpillar C9 C9E02447 300 102 and 120 County Jail (Alpha) Blue Star MD1250-01-LV3-5 118243-1-1 1250 103 and 121 County Jail (Bravo) Blue Star VD500-01-LV3-50 118250-1-1 500 104 and 122 County Jail (Charlie) Blue Star JD200-01-LV3-48 117979-1-1 200 105 and 123 County Jail (Delta) Olympian D150P1 OLY00000K NAT01516 150 106 and 124 Supervisor of Elections Warehouse Generac 2005070100 2065641 35 107 and 125 Ernie Wever Tower Site Cummins 60DGCB H940551290 60 108 and 126 Florida Power Tower Site Cummins 50DGCA K940568472 50 109 and 127 Ridge Manor Tower Site Blue Star JD50-03 M-8103 50 110 and 128 Fire Pump Chinsegut Hill Water Plant Detroit Perkins PDFP-L4YN-2500F U860313C N/A 111 and 129 County Administration Baldor IDLC300-3JU P1011290003 300 112 and 130 Development Dept Kohler 125REOZJG 3366GMHR0003 125 113 and 131 Transit Operations Blue Star JD50-03 113663-1-1 50 EXHIBIT E HERNANDO COUNTY GENERATOR RELOCATIONS, REPLACEMENTS AND NON-EMERGENCY REPAIRS Line Item # Description Unit of Measure Hourly Rate Over-Time Hourly Trip Charge 132 Generator Relocations EA 133 New Replacement Generator Installations EA 134 Non-Emergency Generator Repairs EA Line Item # Description Unit of Measure Percentage (Not to Exceed a Max of 15%) 135 Materials and Supplies Purchase Price 136 New Generators at Sheriff’s Association Pricing Sheriff’s 0% EXHIBIT F HERNANDO COUNTY FIRE & EMERGENCY SERVICES GENERATORS Line Item # Location MFG Model Serial # KW 137 Station 1 Blue Star 431CSL62024 679656 80 138 Station 3 Katolight SENL130FP64 142534-0407 130 139 Station 4 Generac 200461000 2065640 35 140 Station 7 Generac 7437450100 2091317 35 141 Station 8 Generac 7437450100 2091316 35 142 Station 9 Generac 7437340100 2091262 35 143 Station 11 Generac 7437420100 2091277 35 144 Station 12 Generac 7437420100 2091318 35 145 Station 13 Generac 7437420100 2091279 35 146 Station 14 Generac 7437420100 2091278 35 23-TFG037/JG – GENERATOR MAINTENANCE AND EMERGENCY REPAIR Addendum Three (3) Page 1 of 3 ADDENDUM NO. THREE (3) TO THE CONTRACT DOCUMENTS FOR THE GENERATOR MAINTENANCE AND EMERGENCY REPAIR IN HERNANDO COUNTY, FLORIDA SOLICITATION NO. 23-TFG037/JG BID DATE: MARCH 15, 2023 NOTICE BIDDERS ARE REQUIRED TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNATURE AT THE BOTTOM OF THIS ADDENDUM IN THE SPACES PROVIDED AND RETURNED AT THE TIME OF THE BID DATE. TO ALL PLAN HOLDERS: The following changes, additions and/or deletions are hereby made a part of the Contract Documents for the GENERATOR MAINTENANCE AND EMERGENCY REPAIR, located in Hernando County, as fully and completely as if the same were fully set forth therein: A. CLARIFICATIONS 1. Question: The county calls out a Level I Service in the Scope of Work but does not mention what the Scope of Work is for a Level II. Please advise! Answer: Please refer to the specifications section 11.4.(A) 9 thru 13. 2. Question: The county has asked that all Air Filters be changed out yearly. Air Filters should be changed as necessary and invoice separately. Please advise! Answer: Yes, I agree air filters should be on an as needed basis, quoted seperatly and approved before replacement. 3. Question: Level 2 pricing is showing as 2 visits per year, along with the same units receiving level 1 pricing. Does this mean that the level 2 units are getting 3 services per year? Please clarify. (Lines 96 through 131) Answer: All Generators listed in Exhibit E "Misc Generators", will receive (1) Level I service and (1) Level II service per year, a total of (2) visits per year. Level I service includes the Level II service, see specification section 11.4(A) 1 thru 13. Six Months later, only a Level II service will be performed for generators on Exhibit D "Misc Generators", which includes everything in specification 11.4 (A) 9 thru 13. 23-TFG037/JG – GENERATOR MAINTENANCE AND EMERGENCY REPAIR Addendum Three (3) Page 2 of 3 B. AMENDMENT TO SCOPE OF WORK SECTION Amendment to solicitation Scope of Work section, Paragraph 4. Technical Specifications to provide clarification on Exhibit locations, Level I Preventative Maintenance, and Level II Preventative Maintenance: Preventative Maintenance Services listed below will be performed on a once per year basis as a Level I Preventative Maintenance for locations in Exhibit A – Water Operations Generators, Exhibit B – Wastewater Operations Generators, Exhibit C – Airport Operations Generators, Exhibit D – Miscellaneous Generators, and Exhibit F – Fire & Emergency Services Generators, and as a minimum said service will include: A. Level I Minimum Services to include all items in Paragraph 4. Technical Specifications and Paragraph 5. Oil Sampling and Paragraph 6, Emergency Repair Services: 9. Performance Evaluations Listed below, (Sections 9 through 13) shall be considered Level II Minimum Services and will be performed on a once per year basis as a Level II Preventative Maintenance for locations in Exhibit D – Miscellaneous Generators. C. AMENDMENT TO PRICING PROPOSAL SECTION HERNANDO COUNTY GENERATORS LOCATED AT MISCELLANEOUS LOCATIONS ANNUAL PREVENTATIVE MAINTENANCE - LEVEL II PERFORMANCE EVALUALTIONS BI-ANNUAL ONCE PER YEAR BASIS Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 114 Government Center 10154-2 2 1 EACH LEVEL II PM 115 Emergency Operations Center 10458-2 2 1 EACH LEVEL II PM 116 Sheriff's Office 17434-2 2 1 EACH LEVEL II PM 117 Department of Public Works 17297-2 2 1 EACH LEVEL II PM 118 Brooksville Health Department 10276-2 2 1 EACH LEVEL II PM 119 West Side Health Department 10154-2 2 1 EACH LEVEL II PM 120 County Jail (Alpha) 2 1 EACH LEVEL II PM 121 County Jail (Bravo) 2 1 EACH LEVEL II PM 122 County Jail (Charlie) 2 1 EACH LEVEL II PM 23-TFG037/JG – GENERATOR MAINTENANCE AND EMERGENCY REPAIR Addendum Three (3) Page 3 of 3 Line Item Location Billing ID No. # of PM/Year Unit of Measure Price Per YR Total Cost (Per YR) Total Cost 3 YR (Total Cost x 3) 123 County Jail (Delta) 2 1 EACH LEVEL II PM 124 Supervisor of Elections Warehouse 10276-2 2 1 EACH LEVEL II PM 125 Ernie Weaver Tower Site 2 1 EACH LEVEL II PM 126 Florida Power Tower Site 2 1 EACH LEVEL II PM 127 Ridge Manor Tower Site 2 1 EACH LEVEL II PM 128 Fire Pump Chinsegut Hill Water Plant 2 1 EACH LEVEL II PM 129 County Administration 2 1 EACH LEVEL II PM 130 Development Department 2 1 EACH LEVEL II PM 131 Transit Operations *Grant Funded 2 1 EACH LEVEL II PM TOTAL BOARD OF COUNTY COMMISSIONERS HERNANDO COUNTY ________________________________ __________________________________ Acknowledged for: Toni Brady Chief Procurement Officer, Hernando County Issued: March 6, 2023 May 4, 2023 (via email: joe@midfloridadiesel.com) Mr. Joe Antonini Mid Florida Diesel, Inc. 2215 State Rd 60 East Bartow, FL 33830 RE: Notice of Award of Bid No. 23-TFG037/JG Generator Maintenance and Emergency Repair Dear Mr. Antonini, Please be advised that the County has approved the award of the above referenced Contract to your firm. The Contract as approved is effective as of April 25, 2023. To remain compliant, all insurance must be current, up to date and in the amounts as required in the Bid. A copy of the executed Contract is attached for your records. If you have any further questions, please contact Alisa Pike, Procurement Coordinator, at 352-754-4020. Sincerely, Carla Rossiter-Smith Procurement and Grants Manager for: Toni Brady, Chief Procurement Officer Attachment pc via email: Scott Herring, Interim Deputy County Administrator Toni Brady, Chief Procurement Officer Larry Cooper, Utilities Operations Craig Becker, Facilities Manager Richard Russell, Logistics Manager Andrew Johns, Airport Operations cc: Contract File No. 23-TFG037/JG Generator / ATS Data and Fuel Tank Size Last Last Last EMT Cat Connect Main Tank Day Tank Insul. Test Warranty G1387 80 KW 500 Gal No label 12/20/2022 25 Gal No ESC Eligible ATS 480 Volt 3 Pole NEMA 1 G1394 1000 KW 2000 Gal N/A 12/1/2022 Con vault No ESC Eligible ATS 480 Volt 3 Pole NEMA 1 G1395 750 KW 2000 Gal N/A 6/2/2023 Con vault No ESC Eligible ATS 1 480 Volt 3 Pole NEMA 1 ATS 2 480 Volt 3 Pole NEMA 1 G1396 600 KW 2000 Gal N/A Con vault No ESC Eligible ATS 480 Volt 3 Pole NEMA 1 G1397 750 KW 2000 Gal N/A Con vault No ESC Eligible ATS 1 480 Volt 4 Pole NEMA 1 ATS 2 480 Volt 3 Pole NEMA 1 G1398 350 KW 1000 Gal N/A Con vault WO H106180 No ESC Eligible ATS 480 Volt 3 Pole NEMA 1 G1400 600 KW 3000 Gal Pryco 4/3/2023 G #Address Make/Model/Serial No.KW Fuel Cap Inspection Loadbank Garden Ave Garage 3 ph. Open transition 11/5/2022 12/6/2022Cat 3208 I040691050 11/9/2022 NE WWTP Screw Lift 3 ph. Open transition Cat 3508 Ser. 195013 5/26/2023 6/14/2023 NE WWTP Admin Bldg 3 ph. Service entrance Open transition Cat 3512 Ser. 1139307 WE 12/5/2022 3290 SR 580 Safety Harbor Ser. 24Z04114 1455 Hours WO H111699 Asco 1600 amp bypass Cat. G07ATBA31600N5X0 6/22/2023 Zenith 400 amp 3290 SR 580 Safety Harbor Thomson 600 amp 3 ph. Open transition Zenith 225 amp Ser. 23Z02868 Mod. CTG Ser. TSA16461 ZTS22EC-7-8AC/DEJLLPRRTUW 11/3/2022 WO H116567 NE WWTP Oxidation Bldg Cat 3412 3/29/2023 4/3/2023 NE WWTP Belt Press 3 ph. Open transition Cat 3406 Ser. MW-000289-001 4/14/2022 5/23/2023 6/13/2023NE WWTP Screw Lift 3 ph. Open transition Cat 3412 Ser. 1211805 WE 5/26/2023 742 Hours Zenith 1000 amp ZTSH100EC-7-8AC/DEJLLPRTUW 5/23/2023 NE WWTP Sand Filter Bldg 3 ph. Open transition Cat 3508 195012 12/5/2022 12/2/2022 3290 SR 580 Safety Harbor Caterpillar/Zenith 1200 amp 3290 SR 580 Safety Harbor Ser. 81Z12308 316 Hours Asco 1000 amp bypass Cat. H07ATBA31000N5XC 5/25/2023 3 ph. Open transition Public Utilities = Ser. 4RG00638 Mod. TS873A0600A1AY3DKKAA 2800 Hours 2/16/2023 28 N Garden Ave. Clearwater Onan 400 Amp Ser. 30A01188 OTECC Spec. A 295 Hours WO H107457 1463 Hours 6/14/2023 6/13/2023 3290 SR 580 Safety Harbor Ser. 23Z03925 Building and Maintenance = Ser. 195015 ZTSH Con vault 75 Gal No ESC Eligible ATS 480 Volt 3 Pole G1697 200 KW 275 Gal N/A Base tank 406 Hours ATS A 480 Volt 4 Pole NEMA 1 ATS B 480 Volt 4 Pole NEMA 1 G1770 500 KW 5200 Gal Shared ATS 1 480 volt 4 pole ATS 2 480 volt 4 pole ATS 3 480 volt 4 pole G1771 500 KW 5200 Gal Shared G1772 30 KW N/A Base tank ATS 240 Volts 2 Pole NEMA 1 G2934 60KW 125 Gal N/A Base tank ATS 240 Volt 3 Pole NEMA 1 G2952 60 KW 100 Gal 6/6/2023 Base tank 595 Hours ATS G2953 300 KW 500 Gal N/A 1/5/2023 Base tank No ESC eligible87 Hours WO H116669 Main Library Cat 3406 1/4/2023 1/19/2023 100 N Osceola Ave Clearwater 1DZ06346 1354 Hours 3/30/2023 7/20/2021Municipal Services Bldg 3 ph. Open transition Onan 200DFAA K95059337 7/29/2020 3 ph. Open transition Ser. 178922 3290 SR 580 Safety Harbor Asco 1200 amp 7/9/2020 365 Hours 9/24/2020 Main PD Parallels w/G1770 9/23/2020 Main PD Parallels w/G1771 645 Pierce St Clearwater Onan 500DFED B960597891 3 ph. Open transition 319431 RE Onan 225 Amp 3 ph. Open transition Onan 150 Amp 3 ph. Open transition Asco 1200 amp OT225 Spec. J K950593359 No Record No Record 645 Pierce St Clearwater Onan 500DFED B960597890 7/29/2020 337 Hours 595 Hours N/A1605 Harbor Dr Clearwater Kohler 60ROZJ 712240 1701 N Belcher Ave Clearwater Marshal St WTP Lab 6/6/2023 C040613726 Onan 400 Amp 3 ph. Open transition OTPCC Spec. A B040608373 OT150 Spec. J K950593358 H04ATSB31200N50C Spectrum 104 Amp 1 ph. Open transition S-164231-104 K69464 100 S. Myrtle Ave Clearwater Onan 150 Amp L950595256 OT 150 Spec. J 1701 N Hercules Ave Clearwater Spectrum 30DS60 379634 Ser. 81Z14723 Cat. G7ADTA31200N5XC Onan 150 Amp 3 ph. Open transition OT 150 Spec. J K950593356 Solid Waste Admin Onan DGCB Spec. T Solid Waste Facility Fuel Site Kohler ATS 480 Volt 3 Pole NEMA 1 G2954 1 Meg 6000 Gal Pryco Con vault 150 Gal No ESC Eligible for 5 yrs ATS G2955 900 KW 4000 Gal N/A 3/14/2023 Con vault ATS 480 Volt 3/7/2023 3 Pole NEMA 1 WO H119105 G3071 80 KW 500 Gal N/A Base tank ATS 240 Volt 2 Pole NEMA 3R G3077 100 KW 500 Gal N/A Base tank ATS 208 Volt 3 Pole NEMA 1 G3079 100 KW 580 Gal N/A Base tank ATS 208 Volt 3 Pole NEMA 1 G3217 60 KW 225 Gal N/A Base tank ATS 208 vOLT 3 Pole NEMA1 G3240 125 KW 125 Gal N/A Base tank ATS 480 Volt 3 Pole NEMA 1 G3241 150 KW 250 Gal N/A Base tank2991 McMullen Booth Rd. Safety Harbor 285619 690 Hours 729 Hours 8/20/2021 8/26/2021 100 S. Myrtle Ave Clearwater 559 Hours Lift Station 42 Kohler 150ROZJ71 4/14/2022 5/12/2022 3 ph. Open transition F050789180 Onan 225 amp MSB Curbside Unit Onan DGDK Spec. C H050813172 OTPCB Spec. A No Record No Record 17 Overbrook Clearwater L030578552 FS 48 Logistics Onan 60DGCB Spec. J 6/24/2022 8/3/2022 Fire Station 51 DGDB Spec. R No Record No Record 565 Sky Harbor Dr Clearwater 765734 Kohler 400 Amp 1 Ph. Open transition K-564233-0400 K0728208 3290 SR 580 Safety Harbor Asco CNB00425 1048 Hours WO H124215 3 ph. Open transition Ser. 223408-006 FP RO 1 Onan DFHC Spec. F 2/24/2023 3/15/2023 Ser. D030493948 Asco 600 amp Fire Station 44 Kohler 80ROZJ No Record No Record NEWTP Reclaim Bldg Cat 3508 5/9/2023 5/2/2023 Main Tie Main open transition 1657 Palmetto St Clearwater Onan 1600 amp E030499388 Mod. OTPCF Spec. A 667 Hours WO H119103 Thomson 400 Amp 3 ph. Open transition TS873A0400A1AY1DKKAA W-049717 Onan 400 Amp 3ph. Open transistion OTPCC Spec A. L030575826 1705 N Belcher Rd Clearwater C950571406 Kohler 400 Amp 3 ph. Open transition GM17960 227961-001FP 950 Gulf Blvd Clearwater 729358 Fire Station 49 Kohler 100RE0ZJB Cat. H00300030600N10C 3 ph. Open transition ATS 480 Volt 3 Pole NEMA 1 WO H124774 G3244 125 KW 200 Gal N/A Base tank ATS 480 Volt 3 Pole NEMA 1 WO H120942 G3245 200 KW 200 Gal N/A 4/20/2023 Base tank ATS 480 Volt 3 Pole NEMA 1 G3246 150 KW 500 Gal N/A Steel tank ATS 208 Volt 3 Pole NEMA 1 G3247 40 KW 500 Gal N/A Base tank ATS 240 Volt 2 Pole NEMA 3R G3248 60 KW 500 Gal N/A Base tank ATS 208 volt 3 pole NEMA 1 G3249 80 KW 1000 Gal N/A Con vault ATS 208 Volt NEMA 1 G3258 100 KW 194 Gal N/A Base tank ATS 208 Volt 3 pole NEMA 1 G3288 1750 KW 4000 Gal N/A Con vault No ESC/ Is eligible 205 Jeffords St Clearwater Onan 225 amp H990974850 Mod. OTB Spec. K Kohler 225 amp Part No. K-166341-225 5/2/2023 1605 Harbor Dr. Clearwater ZAL00116 1672 Hours 1371 s. Gulf Blvd Clearwater Onan 600 amp A990858231 Mod. OTC Spec. 01 310 Hours 4/10/2023 12/14/2021 12/15/2021 765 Hours Beach PD (Portable)Onan DGDB Spec. R 2/26/2021 2/18/2021 700 Bayway Blvd Clearwater J050840475 698 Hours 3 ph. Open transition F050789224 No Record No Record 1460 Lakeview Rd Clearwater F050794618 Fire Station 48 Onan DGDA Spec. R No Record 2/22/2022 282 Hours Fire Station 46 (Temporary unit)Onan DGCB Spec. T 4/4/2022 5/5/2022 605 Mandalay Ave Clearwater H050812731 991 Hours Onan 400 Amp 3 ph. Open transition OTPCC Spec. A B050751466 2741 SR 580 Clearwater F0500794615 4/10/2023 4/10/2023 3 ph. Open transition Ser. A990851624 Countryside PD (Old Library Unit)Onan DGFA Spec. R No Record No Record Lift Station 45 Onan DGFC Spec. B Lift Station 7 Onan DGEA Spec. L 3/23/2021 11/9/2021 3 ph. Open transition G990947643 244 Hours 5/8/2023 3 ph. Open transition Ser. K37011 Asco 400 Amp 3 Ph. Open transition J03ATSA20400FGXF 2294134-003 RE Onan 400 amp 3 ph. Open transition OTPCC Spec. A F050789076 Onan 400 Amp OTPCC Spec. A Fire Station 47 Onan DGCB Spec. T 1700 N. Belcher Rd Clearwater F050794619 Onan 400 Amp 3 ph. Open transition OTECC Spec. A I050833315 Marshal St WTP Control Bldg Cat 3516 SWBD 1 480 Volt Breaker NEMA 1 SWBD 2 480 Volt Breaker NEMA 1 G3390 600 KW 4000 Gal N/A 3/14/2023 Con vault WO H119877 No ESC/ Is eligible ATS 480 Volt 4 Pole NEMA 1 WO H119882 G3508 600 KW 2000 Gal N/A Con vault ATS 480 Volt 3 Pole NEMA 1 WO H124929 G3513 60 Kw 325 Gal N/A Base tank ATS 240 Volt 3 Pole NEMA 3R G3529 300 KW 2000 Gal N/A Con vault ATS 480 Volt UPS 3 Pole NEMA 1 ATS 480 Volt Main 3 Pole NEMA 1 G3612 150 KW 500 Gal No label 2/27/2023 Con vault 20 Gal No ESC/ Is eligible ATS 480 Volt 4 Pole NEMA 1 WO H119107 G3619 242 KW 1400 Gal N/A Base tank No ESC/ Is eligible Yes ATS 1 208 Volt 3 Pole NEMA 1 ATS 2 208 Volt Fire Station 48 Training Cat C9 6/24/2022 3/2/2023 8/16/2022 Square D 2000 amp 3 ph. Main Tie Main Open transition Square D 2000 amp Cat. 19874968-001 Cat. 27693185-001 6/28/2023 6/28/2023 1351 Sunset Point Rd Clearwater Asco 400 amp N6D00619 Cat. J07ATBA30400N5XC 705 Hours 2/22/2023 276 Hours 1271 Hours Asco 600 Amp 3 ph. Open transition Bypass J7ADTSA30600C5XF 436868 RE 1700 N Belcher Rd Clearwater Asco 260 Amp J7ADTSA30260C5XF C9E00966 Lift Station 24 Cat C6.6 2/22/2023 3/3/2023 3 ph. Open transition Bypass Ser. 2055140 RE 3 ph. Open transition 150385963-10-1 Asco 1000 Amp 3 ph. Open transition H04ATSA31000N50C 456771 RE 1900 Grand Ave Clearwater No Record No Record 1681 Arcturas Ave H070096812 Fleet Maintenance Cat C9 No Record No Record Traffic Onan DGCB Spec. U Lift Station 58 Onan DFEK 4/22/2022 No Record 3 ph. Open transition Ser. I060966720 1308 McMullen Booth Rd Safety Harbor Onan 800 amp K060989813 Mod. OTPCD Spec. A 5/3/2023 Ser. 335422 RE 3 ph. Main Tie Main Open transition Water Plant #3 Cat 3412 3/14/2023 3/28/2023 2775 SR 580 Clearwater Asco 1000 amp 9EP03497 Cat. H00300B31000N10C Thomson 400 Amps 3 ph. Open transition TS873A0400A1AE1DKKAA W-040140 Zenith 225 Amp ZTSD00B0U022E 3 ph. Open transition 3 Pole NEMA 1 ATS 3 208 Volt 3 Pole NEMA 1 G3771 750 KW 6000 Gal Pryco 2/9/2023 Con vault 50 Gal WO H117026 ATS 1 480 Volt 3 Pole NEMA 1 ATS 2 480 Volt 4 Pole NEMA 1 WO H118909 G3967 300 KW 2000 Gal N/A Con vault No ESC/ Is eligible ATS 480 Volt 3 Pole NEMA 3R G4105 400 KW 3215 Gal N/A Base tank No ESC/ Is eligible ATS LS 480 Volt 4 Pole NEMA 1 ATS EQ 480 Volt 4 Pole NEMA 1 G4124 1.5 Meg 12000 Gal N/A Con vault ATS 480 Volt 4 Pole NEMA 1 G4222 800 KW 2000 Gal 2 Tanks No ESC/ Is eligible ATS 1 480 Volt 3 Pole NEMA 1 ATS 1A 480 Volt 4 Pole NEMA 1 ATS 2 480 Volt 3 Pole NEMA 1 1080 Hrs WO H090216 2/17/2023 1605 Harbor Dr. Clearwater Onan 800 amp 3 ph. Open transition Asco 1000 amp DWB01552 Cat. H07AUSB31000N5XC 475 Hours 4/7/2023 Ser. 1149242 RE Cat. H3ADTSA31000NGXC Ser. 1149241 RE 572 Hours East WTP Cat C27 1/17/2022 3 ph. Open transition Ser. B14M645039 21133 US 19 N Clearwater Mod. OTPCD Spec. A Ser. F050798694 No Record 7/15/2021 Fire Station 45 Cat C15 2/10/2021 2/10/2021 1140 Court St Clearwater NAP00108 421 Hours Water Plant #2 Onan DQGAB Spec. C Onan 3000 amp D140658400 Mod. OTPCH Spec. B 1/20/2022 3141 Gulf to Bay Blvd Clearwater Asco 1000 amp 3 ph. Open transition Asco 400 amp 3 ph. Open transition Asco 1000 amp 3 ph. Open Transition MJE04162 Cat. H3ADTSA31000NGXC Ser. 1149433 Cat. J3ADTSA30400NGXC 7/12/2023 7/12/2023 3 ph. Service entrance Open transition Ser. 1711739 WE Baycare Stadium Cat C9 No Record No Record 601 Old Coachman Rd Clearwater NBP00375 Thomson 400 Amp 3 ph. Open transition TS873A0400A1CY3 MW-001725-001 Asco 800 Amp 3 ph. Open transition H03AUSB30800N10C 1002237 WE Asco 260 Amp 3 ph. Open transition E00300C30260N10C Marshal St WTP Belt Press Cat C27 1/26/2023 2/14/2023 Onan 225 Amp 3 ph. Open transition OT 225 B950568085 3ph. Open transition 435227 RE 1002236 RE ATS 3 480 Volt 3 Pole NEMA 1 G4501 60 KW N/A Yes ESC Yes ATS 480 Volt 3 Pole NEMA 1 G4659 500 Gal N/A Con vault No ESC/ Is eligible Yes ATS 208 Volt 3 Pole NEMA 1 G4840 200 KW 1351 Gal N/A Base Yes ESC Yes ATS 208 Volt 3 Pole NEMA 1 G5009 750 KW Natural Gas N/A Yes ESC Yes ATS 480 Volt 3 Pole NEMA 3R G5010 500 KW Natural Gas N/A No record No record ATS 480 Volt 4 Pole NEMA 1 G5256 50 KW Natural Gas N/A No record No record Yes ESC ATS 240 VOLT 3 Pole NEMA 4X G5257 57 KW Natural Gas N/A Yes ESC ATS 240 Volt 3 Pole NEMA 4X 1881 Virginia Ave Clearwater CAT0DG60LT3700728 Cat. H7ADTSA30800N5XC 189 Hours Fire Station 48 EOC Cat D200-2 6/24/2022 9/2/2022 25 Hours 1/18/2022 No Record 640 Pierce St Clearwater CN400142 108 Hours Fire Station 50 Cat C7.1 No Record No Record 1700 N Belcher Rd Clearwater WG300539 3 ph. Open transition Ser. 1149244 RE Asco 800 amp Asco 150 Amp 3 ph. Open transition D03ATSA30150FGXH 1118634 Asco 70 Amp 3 Pph. Open transition D03ATSA30070NGXC 2367235-001RE Asco 600 Amp 3 ph. Open transition J7ADTSA30600C5XC 900663 MSC Garage D60-4LC 2681 Countryside Blvd Clearwater WG300124 Lift Station 65 Cat DG60-2 Lift Station 54 3 ph. Open transition 2346585-001RE Asco 104 Amp D03ATSA30104FGXH Asco 1600 Amp 3 ph. Bypass Isolation 3 ph. Open transition 1159707 Asco 800 Amp 3 ph. Open transition H7ADTBA30800C6XC 125579 1258129 G07ATBB31600N5XM Solid waste transfer station 1005 Old Coachman Rd Clearwater Asco 1000 Amp Generac SG500 3004820759 H3ADTSB31000NGXC 2304 Mcmullen Booth Rd. Clearwater Cat DG50-2 CAT0DG60AT3700727 7/19/2021 390 Hours 7/19/2021Gas Admin 777 Maple St Clearwater E2P00210 Cat 3512 Natural Gas Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1220 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Approve an increase to existing purchase order(s) for various roof repairs and replacements for the final term, October 1, 2023 through September 30, 2024, in the cumulative amount of $500,000.00, bringing the total amount to $1,000,000.00, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback or cooperative purchasing, and authorize the appropriate officials to execute same. (consent) SUMMARY Building & Maintenance’s (B&M) roofing repairs and replacements have been procured by obtaining quotes or by piggybacking other government entities’ contracts. Staff is requesting the ability to piggyback existing contracts for Quality Roofing Inc., Garland/DBS Inc and Advance Roofing for various roofing projects throughout the city for the duration of their respective term of contract or through the end of Fiscal Year (FY) 2024, whichever comes first. This will allow B&M to benefit from pre-negotiated prices for various items required. On February 06, 2020, City Council awarded purchase orders(s) to multiple vendors for roof repairs and replacements through term of each piggyback contract or through the end of FY24, whichever came first. The request to increase the final year of the contract is to supplement the increasing cost of roof repair and replacement and will allow building and maintenance to move forward with planned projects. With this increase of $500,000.00, the total amount requested from October 1, 2023, through September 30, 2024, will be $1 million. Piggyback Contracts: Quality Roofing of Tampa FL - City of Tampa Contract #71031323 Roofing Services valid through May 30, 2024. Garland/DBS, Inc. Cleveland, OH - Omnia Contract PW1925 (Racine County WI) Roofing Supplies and Services, Waterproofing, and Related Products and Services valid through October 14, 2024, with one, five-year renewal options. Advanced Roofing, Inc., Ft. Lauderdale FL - City of Sunrise Contract #19-17-12-HR Roofing Maintenance & Repairs valid through May 31, 2024, with one, one-year renewal option. Flexibility is requested to allow for expenditure of budgeted funds as needed throughout the year, in accordance with the intent of this general authorization. APPROPRIATION CODE AND AMOUNT: 5656531-530300 GSBM180003 Page 1 City of Clearwater Printed on 10/10/2023 Contract Agreement for information only. Do not Ship. 0See below for Terms and Conditions City of Tampa 306 EAST JACKSON STREET Tampa, FL 33602 United States Type Contract Purchase Agreement Order 123300465 Revision 0 Order Date 20-JUL-2023 Revision Date Supplier:QUALITY ROOFING INC 1905 N 40TH ST TAMPA, FL 33605 United States Ship To:Multiple See Below Tampa, FL 33601 United States Bill To:R&F - Accounts Payable (Global) PO BOX 2000 Tampa, FL 33602 United States Supplier Number Payment Terms Freight Terms FOB Shipping Method 1018904 Net 30 Freight Included FOB -Destination Best Way Effective Start Date Effective End Date Amount Agreed(USD) 06-Jul-2023 30-May-2024 1,000,000.00 Supplier Contact Buyer Ivette C Rosario Phone:1-813-274-8837 Ivette.Rosario@tampagov.net Notes City of Tampa is Tax Exempt #85-8013818565C-8. Contract Purchase Agreement - DO NOT SHIP PER BID #71031323, RESOLUTION #2023-525 & EXECUTED BOND RECEIVED 7/7/23 Contract Agreement for information only. Do not Ship. 0Contract Agreement for information only. Do not Ship. 0Contract Purchase Agreement 123300465, 0 See below for Terms and Conditions CITY OF TAMPA FLORIDA STANDARD PURCHASE ORDER TERMS AND CONDITIONS The Contractor or Vendor (hereinafter Vendor), in accepting this Purchase Order, agrees to and shall be bound by all of the following terms and conditions, unless otherwise agreed to, in writing, by the City of Tampa (hereinafter City): 1. The content and conditions of this purchase order may not be verbally modified. Any changes must be in writing and approved by the Director of Purchasing. If these conditions are not acceptable, please notify the contact listed on the order before shipping the items or delivering services. If prices are higher than specified, do not ship without prior written approval from the Director of Purchasing. 2. All invoices, packing lists and packages must bear this Purchase Order number as printed on the face of the Purchase Order. All invoices must have Vendor's name and address, a unique invoice number, date, description of goods/services purchased, and pricing by line item and unit price, extended price and total amount due that are consistent with the Purchase Order, correct Purchase Order number, and Vendor's remit to address. Improper invoices will be returned to the Vendor. Prices shall include all royalties and costs arising from patents, trademarks, and copyrights in any way involved in the goods/services. 3. Payments will be made upon City's receipt of a proper invoice in accordance with Florida's Local Government Prompt Payment Act, Chapter 218, Part VII, Florida Statutes. Disputed payments shall be resolved in accordance with City of Tampa Executive Order 2003- 01. 4. Materials rejected by the City will be returned to the Vendor at the Vendor's risk and expense. The City shall not be liable or otherwise responsible for any re-stocking charges unless prior written approval has been provided by the Director of Purchasing. 5. Cash discounts will be deducted as provided for on the face of this Purchase Order or in accordance with the terms of the Vendor's quotation or bid. 6. Acceptance by the Vendor of this order includes acceptance of all items, conditions, prices, delivery instructions and specifications as shown on the order or attached to or referred to, and which are made a part hereof by reference, as fully and to the same extent as if copied at length herein. In the event of a conflict or discrepancy between this Purchase Order and any referenced contract document, if one exists, the contract document shall govern. The Vendor may not unilaterally modify the terms of this Purchase Order by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, "shrink wrap" terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Vendor's order or fiscal forms or other documents forwarded by the Vendor for payment. The City's acceptance of product or processing of documentation on forms furnished by the Vendor for approval or payment shall not constitute acceptance of the proposed modification to the terms and conditions of this Purchase Order. 7. All shipments by the Vendor must be F.O.B Destination, unless otherwise authorized in writing by the Director of Purchasing. Any F. O.B. Shipping Point freight charges shall be prepaid and added to the invoice and with a copy of the freight bill attached. The City will not accept collect shipments. All stated delivery times are of the essence. 8. The City reserves the right to cancel all or part of this Purchase Order prior to acceptance of the goods or services. 9. Vendors are expected to satisfy all purchase orders in one shipment unless otherwise stipulated in the subject solicitation, award, or authorized by the Director of Purchasing in writing. 10. Vendors are not authorized to deliver any goods or services which are not covered by this Purchase Order. The City accepts no responsibility and is not obligated to render payment for purchases that are not covered by a duly-issued purchase order or specifically authorized by the Director of Purchasing. 11. A. Indemnification (Intellectual Property). Whenever the Vendor is required or desires to use any design, device, material or process covered by letters of patent or copyright, the Vendor shall indemnify, defend and save harmless the City, its officers, elected and appointed officials, agents and employees from any and all claims for infringement by reason of the use of any such patented design, tool, material, equipment, or process, to be performed hereunder, and shall indemnify the said City, its officers, agents, and employees Contract Agreement for information only. Do not Ship. 0Contract Agreement for information only. Do not Ship. 0Contract Purchase Agreement 123300465, 0 See below for Terms and Conditions for any costs (including court costs and attorneys' fees), expenses and damages which may be incurred by reason of any infringement at any time during the prosecution or after the completion of the work. The duty to defend is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Vendor, the City and any indemnified party. The provisions herein shall survive acceptance of any goods and/or services and payment therefore by the City; and shall continue in full force and effect so long as the possibility of any liability, claim or loss exists, unless otherwise prohibited by law. 11. B. Indemnification (General). The Vendor shall indemnify, defend and hold harmless the City of Tampa, its officers, elected and appointed officials, and employees from and against any and all liabilities, claims, suits, damages, charges, or expenses (including attorney's fees, whether at trial or appeal) which they may suffer, sustain, incur, or in any way be subjected to by reason or as a result of any act, negligence, or omission on the part of the Vendor, its agents or employees, in the execution or performance of the obligations assumed under or incidental to, the contract awarded under this Purchase Order, except when caused solely by the fault, failure, or negligence of the City, its agents, or employees. The duty to defend is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Vendor, the City and any indemnified party. The provisions herein shall survive acceptance of any goods and/or services and payment therefore by the City, and shall continue in full force and effect so long as the possibility of any liability, claim or loss exists, unless otherwise prohibited by law. If the above indemnity or defense provisions or any part of the above indemnity or defense provisions are limited by Section 725.06(2) -(3), Florida Statutes or Section 725.08, Florida Statutes then with respect to the part so limited, Vendor agrees to the following: to the maximum extent permitted by Florida Law, Vendor will indemnify and hold armless the City of Tampa, its officers, elected and officials, and employees from any and all liabilities, damages losses, and costs, including, but not limited to, reasonable attorneys' fee, to the extend caused by the negligence, recklessness, or wrongful conduct of the Vendor and persons employed or utilized by the Vendor in the performance of the contract awarded under this Purchase Order. If the above indemnity or defense provisions or any part of the above indemnity or defense provisions are limited by Section 725.06(1), Florida Statutes, or any other applicable law, then with respect to the part so limited, the monetary limitation on the extent of the indemnification shall be the greater of the (i) monetary value of the contract awarded under this Purchase Order, (ii) coverage amount of the Commercial General Liability Insurance required by the contract awarded under this Purchase order or (iii) $1,000,000.00. Otherwise, the obligations of this Section 11.B. will not be limited by the amount of any insurance required to be obtained or maintained under this Purchase Order. 11. C. If any portion of this contract or agreement is for, or in conjunction with, any construction, alteration, repair or demolition of a building, structure, appurtenance, or appliance, including moving and excavation connected with it, the Vendor shall accept the sum of One Dollar ($1.00) as consideration for the indemnification and hold harmless provisions of sub- paragraphs 11. A. and 11.B above. 12. The Vendor shall warrant that the goods, materials, machinery and apparatus supplied under this Purchase Order are well made, of good materials, and conform to any model or sample provided by the Vendor to the City. The Vendor shall provide to the City a one (1) year written warranty: (a) against poor workmanship, for all services rendered by the Vendor, (b) for all products, materials or equipment provided by the Vendor in the course of providing service to the City, and (c) for all commodities sold to the City. The warranty period shall begin on the date of final completion and/or acceptance by the City. The Vendor shall replace or repair, free of charge, FOB City, any parts of machinery and/or apparatus supplied herein under which proved defective in workmanship or material. 13. The Vendor shall supply a Material Safety Data Sheet (MSDS) with each initial delivery of any materials defined by the State of Florida of the Federal Government as being toxic or harmful. 14. Until acceptance, risk of loss or damage shall remain with the Vendor. The Vendor shall be responsible for filing, processing, and collecting all damage claims. When the City rejects a product, the Vendor shall remove it from the premises within ten (10) days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Vendor. Rejected product not removed by the vendor within ten (10) days shall be deemed abandoned by the Vendor, and the City shall have the right to dispose of it as its own property. The Vendor shall reimburse the City for costs and expenses incurred in storing or effecting removal or disposition of rejected product. 15. The laws of the State of Florida (without giving effect to its conflicts of law principles) govern all matters arising out of or relating to this Purchase Order, including, without limitation, its interpretation, construction, performance, and enforcement. The Vendor submits to the exclusive jurisdiction and venue of the state and federal courts located in Hillsborough County, Florida. 16. The Vendor shall have in its possession any applicable permits, licenses, etc. that may be required by Federal, State, County, or local law to furnish products or services under the scope of this Purchase Order and shall be subject to all ordinances, rules and regulations of the City and shall be in compliance with all Federal, State or Local law, regulations and rules in its performance of services or delivery of products under this Purchase Order. Contract Agreement for information only. Do not Ship. 0Contract Agreement for information only. Do not Ship. 0Contract Purchase Agreement 123300465, 0 See below for Terms and Conditions 17. The Vendor shall comply with Title VII of the 1964 Civil Rights Act, as amended, the Florida Civil Rights Act of 1992, and the City of Tampa Code of Ordinances, Chapter 12, which prohibits discrimination based on the grounds of race, color, national origin, religion, sex, sexual orientation, gender identity or expression, age, disability, familial status, or marital status, discriminate in any form or manner. The Vendor shall also comply with Title VI of the Civil Rights Act of 1964 when federal grant(s) is/are involved. This Statement of Assurance shall be interpreted to include Vietnam-Era Veterans and Disabled Veterans within its protective range of applicability. 18. No right, obligation or interest in this Purchase Order shall be assigned or delegated by the Vendor without the prior written consent of the City. Any such unauthorized assignment or delegation by Vendor shall be void and may render this Purchase Order void, at the sole option of the City, without prejudice to City's other rights and remedies. 19. The Vendor shall keep adequate records and supporting documentation applicable to this contractual matter. Said records and documentation will be retained by the Vendor for a minimum of six (6) years from the date of termination of this contract. The City and its authorized agents shall have the right to audit, inspect and copy all such records and documentation as often as the City deems necessary during the period of this contract and during the period of six (6) years thereafter. This six (6) year time period will be extended until audit findings are issued if an audit is initiated during the six (6) year period. Such activity shall be conducted only during normal business hours. The City, during the period of time expressed by the preceding sentence, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of the Vendor as concerns the aforesaid records and documentation. 20. This Purchase Order is subject to funding availability. In the event sufficient budget funds to fund this Purchase Order become reduced or unavailable, the City shall notify the Vendor of such occurrence, and the City may terminate this Purchase Order, without penalty or expense to the City, upon no less than twenty-four (24) hours written notice to the Vendor. The City shall be the final authority as to the availability of funds and how available funds will be allotted. If this Purchase Order is funded in whole or in part by federal or state dollars which are reduced or become unavailable, the City shall notify the Vendor of such occurrence and the City may terminate this Purchase Order, without penalty or expense to the City, upon no less than twenty-four (24) hours written notice to the Vendor. 21.The City of Tampa is exempt from the payment of Florida sales and use tax on real property rented, transient rental property rented, tangible personal property purchased or rented, or services purchased. A copy of the City's Tax Exempt Certificate can be provided upon request. 22.In accordance with Section 448.095, Florida Statutes, the Vendor agrees to register with and utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired during the term of the contract under this Purchase Order. The Vendor must also include a requirement in subcontracts that the subcontractor must register with and utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor. If the Vendor enters into a contract with a subcontractor, the subcontractor must provide the Vendor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Vendor shall maintain a copy of such affidavit for the duration of the contract. If the City has a good faith belief that the Vendor has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate the contract with the Vendor, and the Vendor may not be awarded a contract with the City for at least 1 year after the date on which the contract was terminated. The Vendor is liable for any additional costs incurred by the City as a result of the termination of the contract. If the City has a good faith belief that a subcontractor knowingly violated the law, but the Vendor has otherwise complied with the law, the City shall promptly notify the Vendor and order the Vendor to immediately terminate the contract with the subcontractor. 23. Section 287.135, Florida Statutes, prohibits agencies or local governmental entities from contracting for goods or services of any amount with companies that are on the Scrutinized Companies that Boycott Israel List or are engaged in a boycott of Israel, and of $1 million or more with companies that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or are engaged in business operations in Cuba or Syria. The Vendor certifies that the Vendor is not in violation of Section 287.135, Florida Statutes. The City, at its option, may terminate this Purchase Order for cause if the Vendor is found to have submitted a false certification, been placed on one or any of the foregoing Lists, been engaged in a boycott of Israel, or been engaged in business operations in Cuba or Syria. 24. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit Contract Agreement for information only. Do not Ship. 0Contract Agreement for information only. Do not Ship. 0Contract Purchase Agreement 123300465, 0 See below for Terms and Conditions a bid on an award/contract to provide any goods or services to a public entity, may not submit a bid on an award/ contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida State Statute 287.133 (2)(a)]. The Vendor certifies that the Vendor is in compliance with Section 287.133, Florida Statutes. 25. If applicable, Vendor shall comply with the requirements of Chapter 119, Florida Statutes, with respect to any documents, papers, and records made or received by Vendor in connection with this Purchase Order. 26. If applicable, this Purchase Order is subject to the City of Tampa's Insurance Requirements that can be found at https://www.tampa. gov/purchasing/info and should be reviewed for complete insurance details and coverage requirements. Insurance is to be placed with insurers admitted in the State of Florida and who have a current A.M. Best rating of no less than a A.M. Best rating of no less than A-, Class VII, if not rated by A.M. Best, as otherwise approved by the City in advance and in writing. Any other contract document referenced in this Purchase Order providing for additional required insurance coverages shall govern. Revised May 2022 EXHIBIT A MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate (“Principal Procurement Agencies”) with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, “OMNIA Partners Public Sector”) to be appended and made a part hereof and such other public agencies (“Participating Public Agencies”) who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the “OMNIA Partners Parties”) by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into “Master Agreements” (herein so called) to provide a variety of goods, products and services (“Products”) to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1.Each party will facilitate the cooperative procurement of Products. 2.The Participating Public Agencies shall procure Products in accordance with andsubject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency’s procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies’ participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable “safe harbor” regulations, Page 42 - Attachment B including but not limited to any and all obligations to fully and accurately report discounts and incentives. 3.The Participating Public Agency represents and warrants that the Participating PublicAgency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4.The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5.The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6.The Participating Public Agency agrees the OMNIA Partners Parties may provideaccess to group purchasing organization (“GPO”) agreements directly or indirectly by enrolling the Participating Public Agency in another GPO’s purchasing program, including but not limited to Vizient Source, LLC, Provista, Inc. and other OMNIA Partners, Public Sector affiliates and subsidiaries; provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency’s sole discretion. 7.The Participating Public Agencies (each a “Procuring Party”) that procure Productsthrough any Master Agreement or GPO Product supply agreement (each a “GPO Contract”) will make timely payments to the distributor, manufacturer or other vendor (collectively, “Supplier”) for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8.The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9.The Procuring Party shall be responsible for the ordering of Products under thisAgreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10.WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIAPARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE Page 43 - Attachment B PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11.This Agreement shall remain in effect until termination by either party giving thirty(30) days’ written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall surviveany such termination. 12.This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. OMNIA PARTNERS, PUBLIC SECTOR Authorized Signature Signature Sarah E. Vavra Name Title and Agency Name Name Sr. Vice President, Public Sector Contracting Title Date Date Page 44 - Attachment B OMNIA PARTNERS EXHIBIT C PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), [NAME OF PPA] agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as _____________ of and on behalf of [NAME OF PPA] (“Principal Procurement Agency”), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY] Signature Name Title Date Page 46 - Attachment B 10/29/2019 Roofing Supplies and Services, Waterproofing and Related Product and Services | Purchasing RFPs and Bids | Racine County, WI https://racinecounty.com/Home/Components/RFP/RFP/112/734 1/1 Return to full list >> Purchasing RFPs and Bids Roofing Supplies and Services, Waterproofing and Related Product and Services Department:Finance RFP Number:PW1925 Start Date:08/07/2019 2:24 PM Close Date:09/09/2019 2:00 PM Racine County is accepting sealed bids to provide Roofing Supplies and Services, Waterproofing, and Related Products and Services, for Racine County and other municipal governments and local public agencies. Sealed bids will be received in the office of the Purchasing Coordinator, Racine County Courthouse, 730 Wisconsin Avenue, Racine, WI 53403 until 2:00 p.m., CDT, Monday, September 9, 2019. Immediately thereafter, all proposals shall be publicly opened. All bids shall be in accordance with specifications on file in this office. Invitation for Bid documents are available in the office of the Purchasing Coordinator at the above address, telephone (262) 636-3700. A non-mandatory pre-bid meeting will be held on Thursday August 15, 2019 at 9:00 a.m. in the 1st floor conference room of the Racine County Courthouse at 730 Wisconsin Avenue, Racine WI. While non-mandatory, it is strongly encouraged for Bidder’s to attend the pre-bid meeting. Oral statements or discussions during the pre- bid meeting will not be binding. Please inform the Finance Department if handicapped access or special accommodations are needed at the time of the public bid opening. PW1925 - IFB Roofing Supplies and Service Addendum 1 with attachments Addendum 1 - Attachment C - Bid Form Legal Notice - Roofing Supplies and Services ADVERTISEMENT FOR BIDS RACINE COUNTY PROJECT NO. PW1925 Racine County is accepting sealed bids to provide Roofing Supplies and Services, Waterproofing, and Related Products and Services, for Racine County and other municipal governments and local public agencies. Sealed bids will be received in the office of the Purchasing Coordinator, Racine County Courthouse, 730 Wisconsin Avenue, Racine, WI 53403 until 2:00 p.m., CDT, Monday, September 9, 2019. Immediately thereafter, all proposals shall be publicly opened. All bids shall be in accordance with specifications on file in this office. Invitation for Bid documents are available in the office of the Purchasing Coordinator at the above address, telephone (262) 636-3700. A non-mandatory pre-bid meeting will be held on Thursday August 15, 2019 at 9:00 a.m. in the 1st floor conference room of the Racine County Courthouse at 730 Wisconsin Avenue, Racine WI. While non-mandatory, it is strongly encouraged for Bidder’s to attend the pre-bid meeting. Oral statements or discussions during the pre-bid meeting will not be binding. Please inform the Finance Department if handicapped access or special accommodations are needed at the time of the public bid opening. RACINE COUNTY through its duly authorized representatives, reserves the right to reject any or all bids, waive all technicalities, and choose the offer deemed most advantageous to Racine County. All bidders by submitting their bids agree to abide by the rules, regulations and decisions of Racine County. _____________________________ Duane McKinney Racine County Purchasing Coordinator 10770 West Oakland Park Boulevard, Sunrise, FL 33351 FINANCE & ADMIN. SERVICES DEPARTMENT Purchasing Division Phone: 954-572-2274 Fax: 954-578-4809 May 24, 2019 Sent Via Email michaelk@advancedroofing.com Mr. Robert P. Kornahrens Advanced Roofing, Inc. 19520 NW 22nd Street Ft Lauderdale, FL 33311 Phone # 954-522-6868 (Emergency Phone # 305-720-0733) Vendor No. 438 Tyler-Munis Contract No. 2019000166 Subject: Award– Bid Title: Roofing Maintenance and Repairs Bid No. 19-17-12-HR Mr. Kornahrens, I would like to inform you that the City of Sunrise Commission awarded the above referenced bid for Roofing Maintenance and Repairs on May 14, 2019. Please be advised that your firm was awarded the above referenced bid. Please see the attached documentation that provides a more detailed breakdown. The contract period shall be for three years, June 1, 2019 through May 31, 2022 with three (3) additional one (1) year renewals thereafter providing all terms and conditions remain the same. If I can be of further assistance, please do not hesitate to contact me at 954-572-2202. Best Regards, Holly Raphaelson, MBA, C.P.M., CPPO, CPSM Contracts Administrator cc: Ania Krumenacker, Administrative Officer II, Utilities Attachment: Schedule “A” (24 pages) Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1221 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Authorize purchase order(s) to Shaw Industries, Inc, of Dalton, GA and Complete Floor Care Solutions, Inc. of Tampa, FL for various floor repairs and replacements, in the cumulative not-to-exceed amount of $500,000.00 through September 30, 2024, pursuant to Clearwater Code of Ordinances Section 2.563(1)(a) Single Source and 2.563(1)(c) Piggyback and authorize the appropriate officials to execute same. (consent) SUMMARY Historically, Building & Maintenance’s (B&M) flooring repairs and replacements have been procured by obtaining quotes or by piggybacking other government entities contracts. Staff is requesting the ability to piggyback an existing contract with Shaw Industries, Inc. and a single source procurement to Complete Floor Care Solutions, Inc. for various flooring projects throughout the City. This will allow B&M to benefit from pre-negotiated prices for various items required. Piggyback Contracts: Shaw Industries, Inc. of Dalton Ga - Sourcewell Contract #080819-SII Flooring Materials, with Related Supplies and Services valid through October 11, 2024. Single Source: Complete Floor Care Solutions, Inc. of Tampa, FL (SaniGLAZE) - Complete Floor Care Solutions (CFCS) is the exclusive SaniGLAZE provider for the Greater Tampa area. SaniGLAZE’s restorative bonding processes are the only tile and grout restoration system that utilize a specially formulated, proprietary SaniGLAZE coating which can be applied to ceramic tile, VCT or concrete. This product provides a sealed hard surface that is low maintenance, holds up to daily hard foot traffic and provides a long-term solution. While there are other floor coverings and seals, CFCS coatings are proprietary with a five-year warranty, and there is no other product as good as SaniGLAZE. There is significant cost and time savings with restoring the floors versus complete replacement and disruption that would be created. In addition, SaniGLAZE has been used by the City since 2019, and the continued use creates consistency in maintaining the existing flooring throughout the city. Flexibility is requested to allow for expenditure of budgeted funds as needed throughout the year, in accordance with the intent of this general authorization. APPROPRIATION CODE AND AMOUNT: 5656531-530300 GSBM180002 Page 1 City of Clearwater Printed on 10/10/2023 File Number: ID#23-1221 Page 2 City of Clearwater Printed on 10/10/2023 Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price BROADLOOM 5A046 3SQUARE ULTRALOC®BROADLOOM CARPET SY 48.54$ 51%23.98$ 60728 ACCOMPLISH CLASSICBAC®BROADLOOM CARPET SY 24.14$ 42%14.06$ 60727 ACCOMPLISH ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.42$ 42%18.11$ 5A253 ACCORD CLASSICBAC®BROADLOOM CARPET SY 15.30$ 46%8.24$ 60283 AMBITION II CLASSICBAC®BROADLOOM CARPET SY 6.47$ 34%4.26$ 5A240 AMBITION III 20 CLASSICBAC®BROADLOOM CARPET SY 8.91$ 34%5.90$ 5A241 AMBITION III 26 CLASSICBAC®BROADLOOM CARPET SY 10.53$ 32%7.15$ 5A252 AMEND CLASSICBAC®BROADLOOM CARPET SY 15.30$ 46%8.24$ 5A176 AMPLIFY ULTRALOC®BROADLOOM CARPET SY 28.65$ 39%17.46$ 5A208 ARTISAN LOOM ULTRALOC®BROADLOOM CARPET SY 61.69$ 45%33.68$ 60759 ASPIRE CLASSICBAC®BROADLOOM CARPET SY 26.63$ 41%15.58$ 60758 ASPIRE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 33.32$ 41%19.70$ 60563 ASSOCIATE ULTRALOC®BROADLOOM CARPET SY 18.69$ 42%10.87$ 732V5 AT EASE 39 SOFTBAC BROADLOOM CARPET SY 25.93$ 29%18.30$ 732W6 AT EASE 49 SOFTBAC BROADLOOM CARPET SY 29.26$ 27%21.36$ 5A219 BASE METAL WOVEN UNITARY BROADLOOM CARPET SY 119.62$ 47%63.48$ 60750 BASKET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 46.84$ 42%27.39$ 60785 BATIK ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ 5B094 BELLCOURT CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ 5A243 BEYOND ULTRALOC®BROADLOOM CARPET SY 53.40$ 46%29.07$ 5A235 BIRCH CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ 5A125 BLOG CLASSICBAC®BROADLOOM CARPET SY 20.34$ 31%14.11$ 5A126 BLOG ULTRLOC®BROADLOOM CARPET SY 23.16$ 42%13.47$ 5A130 BLOOM PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 50%47.24$ 60746 BON JOUR II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 43.48$ 43%24.95$ 5A236 BOTAN ULTRALOC®BROADLOOM CARPET SY 30.45$ 39%18.58$ 60755 BRIDGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.15$ 42%21.07$ 60737 CADENCE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.67$ 39%23.46$ 60734 CHARISMA ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.12$ 48%16.60$ 5A211 CHOK LOOM ULTRALOC®BROADLOOM CARPET SY 63.06$ 47%33.68$ 60766 COLLAGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.41$ 38%21.21$ 7P352 COLONEL CLASSICBAC®BROADLOOM CARPET SY 11.25$ 37%7.13$ 60550 CONSTELLATION ULTRLOC®BROADLOOM CARPET SY 27.25$ 42%15.68$ 5A213 CONTE' ULTRALOC®BROADLOOM CARPET SY 27.02$ 31%18.53$ 5A186 CONTOUR CLASSICBAC®BROADLOOM CARPET SY 20.25$ 40%12.10$ 5A091 CORDED ULTRALOC®BROADLOOM CARPET SY 34.68$ 52%16.79$ 5A178 CORE ULTRALOC®BROADLOOM CARPET SY 37.53$ 47%19.84$ 5B093 CRANFORD CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ 5A092 CROSS STITCH ULTRALOC®BROADLOOM CARPET SY 30.33$ 44%17.00$ 5A048 CROWN COLONY III ULTRALOC®BROADLOOM CARPET SY 72.86$ 58%30.76$ 50912 CULTURE CLASSICBAC®BROADLOOM CARPET SY 20.34$ 40%12.28$ 5A032 DESIGN SERIES V 30 CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ 5A033 DESIGN SERIES V 36 CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ 5A184 DIMENSION ULTRALOC®BROADLOOM CARPET SY 25.41$ 42%14.84$ 5A065 DIVIDE CLASSICBAC®BROADLOOM CARPET SY 20.12$ 35%13.12$ 5A093 DOUBLE KNIT ULTRALOC®BROADLOOM CARPET SY 40.67$ 51%19.88$ 5A164 ECLECTIC CLASSICBAC®BROADLOOM CARPET SY 19.44$ 41%11.50$ 5A067 EDIT CLASSICBAC®BROADLOOM CARPET SY 20.11$ 33%13.39$ 5A228 EDITION ULTRALOC®BROADLOOM CARPET SY 47.32$ 37%29.94$ 5A192 EFFECT ULTRALOC®BROADLOOM CARPET SY 26.06$ 28%18.71$ 60770 ENGRAVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ 5A066 EQUAL CLASSICBAC®BROADLOOM CARPET SY 20.10$ 33%13.49$ 5A214 ERASE ULTRALOC®BROADLOOM CARPET SY 27.02$ 31%18.53$ 5A242 ESCAPE ULTRALOC®BROADLOOM CARPET SY 31.98$ 44%18.06$ 60754 ESSENCE ULTRALOC®BROADLOOM CARPET SY 40.38$ 40%24.07$ 5A188 ESSENTIAL CLASSICBAC®BROADLOOM CARPET SY 16.45$ 37%10.35$ 50913 EVOLUTION CLASSICBAC®BROADLOOM CARPET SY 20.47$ 39%12.49$ 60752 EXPRESSIVE ULTRALOC®BROADLOOM CARPET SY 40.38$ 40%24.07$ 60772 FAÇADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.45$ 29%18.71$ 5A221 FAULT ULTRALOC®BROADLOOM CARPET SY 93.40$ 40%56.13$ 5A161 FIBER ECOWORX® BROADLOOM BROADLOOM CARPET SY 49.30$ 48%25.68$ 60665 FIELD TRIP ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.08$ 42%17.89$ 60497 FIELD TRIP ULTRLOC®BROADLOOM CARPET SY 23.54$ 41%13.94$ 5A175 FLARE CLASSICBAC®BROADLOOM CARPET SY 19.56$ 34%12.84$ 5A174 FLICKER CLASSICBAC®BROADLOOM CARPET SY 19.29$ 35%12.61$ 5A129 FLOAT PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.09$ 5A038 FOSSIL CLASSICBAC®BROADLOOM CARPET SY 18.22$ 38%11.24$ 60689 GLADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.51$ 37%21.63$ 5A020 GLOW ULTRALOC®BROADLOOM CARPET SY 49.28$ 55%22.30$ 60707 GRACE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 43.44$ 38%27.07$ 5A153 GRADIENT CLASSICBAC®BROADLOOM CARPET SY 19.58$ 28%14.01$ 7R824 GROUND FORCE CLASSICBAC®BROADLOOM CARPET SY 15.61$ 28%11.25$ 5A190 GROUNDED ULTRALOC®BROADLOOM CARPET SY 38.94$ 39%23.69$ 5A090 GROUNDWORKS III ULTRALOC®BROADLOOM CARPET SY 43.12$ 43%24.57$ 5A234 GROVE CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ 5A237 HANA ULTRALOC®BROADLOOM CARPET SY 30.65$ 39%18.66$ 60127 HARBOR CLASSICBAC®BROADLOOM CARPET SY 15.06$ 43%8.62$ 5B101 HERRINGBONE CLASSICBAC®BROADLOOM CARPET SY 25.97$ 51%12.75$ 60735 HIGHLIGHT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.70$ 43%18.56$ 60668 HIT THE BOOKS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.42$ 46%17.50$ 60504 HIT THE BOOKS ULTRLOC®BROADLOOM CARPET SY 24.00$ 39%14.56$ 60114 HOMESTEAD CLASSICBAC®BROADLOOM CARPET SY 11.74$ 35%7.63$ 60708 HONOR ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 39.76$ 39%24.42$ 60786 IKAT ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ 5A177 ILLUMINATE ULTRALOC®BROADLOOM CARPET SY 28.65$ 39%17.58$ 60774 IMAGERY CLASSICBAC®BROADLOOM CARPET SY 19.08$ 29%13.57$ 5A229 INHERIT ULTRALOC®BROADLOOM CARPET SY 47.32$ 37%29.94$ 5A193 INLAY ULTRALOC®BROADLOOM CARPET SY 26.06$ 28%18.71$ 60589 INTERPLAY ULTRLOC®BROADLOOM CARPET SY 20.98$ 45%11.60$ 60777 INTUITION ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ 60741 JOIE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 37%27.72$ 5B092 KENNEBUNK CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ 5A238 KUSA ULTRALOC®BROADLOOM CARPET SY 29.40$ 39%17.94$ 5A159 LANA ECOWORX® BROADLOOM BROADLOOM CARPET SY 59.98$ 45%32.76$ 5A183 LAYER ULTRALOC®BROADLOOM CARPET SY 25.41$ 42%14.81$ 60787 LINEN ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ Effective: 8/7/2019 - 8/31/2020 Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 5A140 MAINFRAME ULTRALOC®BROADLOOM CARPET SY 32.97$ 44%18.60$ 60696 MEADOW ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 33.32$ 42%19.27$ 5A165 MELD CLASSICBAC®BROADLOOM CARPET SY 19.62$ 40%11.73$ 5A254 MEMOIRS CLASSICBAC®BROADLOOM CARPET SY 16.92$ 48%8.77$ 5A204 MODIFY CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ 60602 MOMENTUM IV UNITARY BROADLOOM CARPET SY 16.15$ 29%11.49$ 5A218 MONOLITH WOVEN UNITARY BROADLOOM CARPET SY 119.62$ 46%64.86$ 5B091 MORITZ CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ 50875 MOVEMENT ULTRALOC®BROADLOOM CARPET SY 34.50$ 54%15.88$ 5A179 NATURAL SELECTION ULTRALOC®BROADLOOM CARPET SY 83.44$ 49%42.90$ 5A141 NAVIGATE ULTRALOC®BROADLOOM CARPET SY 32.83$ 42%18.97$ 60769 ORNAMENT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ 5A187 OUTLINE CLASSICBAC®BROADLOOM CARPET SY 20.25$ 40%12.10$ 60687 PEBBLE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.38$ 45%24.60$ 5A025 PETO II CLASSICBAC®BROADLOOM CARPET SY 19.42$ 36%12.37$ 5B110 PLEAT CLASSICBAC®BROADLOOM CARPET SY 22.77$ 45%12.54$ 5A068 POTENTIAL III 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ 60587 POTENTIAL III 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ 5A069 POTENTIAL III 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ 60588 POTENTIAL III 28 UNITARY BROADLOOM CARPET SY 16.83$ 28%12.07$ 5A189 PRIME CLASSICBAC®BROADLOOM CARPET SY 16.45$ 37%10.35$ 60736 PROFILE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.86$ 44%19.61$ 60730 PROSPER CLASSICBAC®BROADLOOM CARPET SY 24.15$ 38%15.08$ 60726 PROSPER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.43$ 39%19.09$ 60784 QUEST ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ 5B118 REFUGE ULTRALOC®BROADLOOM CARPET SY 22.41$ 47%11.83$ 5A256 REIMAGINE CLASSICBAC®BROADLOOM CARPET SY 21.15$ 48%10.97$ 5A248 REMINISCE ULTRALOC®BROADLOOM CARPET SY 22.32$ 46%12.08$ 60192 RESIDENCE INN I CLASSICBAC®BROADLOOM CARPET SY 24.47$ 37%15.49$ 60194 RESIDENCE INN II CLASSICBAC®BROADLOOM CARPET SY 29.48$ 38%18.17$ 60195 RESIDENCE INN III CLASSICBAC®BROADLOOM CARPET SY 35.43$ 40%21.26$ 5B119 RETREAT ULTRALOC®BROADLOOM CARPET SY 22.68$ 48%11.88$ 5A255 SCENERY CLASSICBAC®BROADLOOM CARPET SY 19.08$ 48%9.87$ 50521 SCEPTER II CLASSICBAC®BROADLOOM CARPET SY 44.85$ 54%20.50$ 60514 SCHOLAR II UNITARY BROADLOOM CARPET SY 19.62$ 32%13.35$ 60771 SCREEN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ 5A215 SCRIBE CLASSICBAC®BROADLOOM CARPET SY 19.57$ 35%12.73$ 60775 SENTIMENT CLASSICBAC®BROADLOOM CARPET SY 19.86$ 37%12.46$ 5A127 SHADOW PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.10$ 5A017 SHIMMER ULTRALOC®BROADLOOM CARPET SY 35.04$ 54%16.24$ 5A198 SLIDE ULTRALOC®BROADLOOM CARPET SY 77.11$ 37%48.65$ 5A137 SOLID CLASSICBAC®BROADLOOM CARPET SY 35.14$ 47%18.78$ 60783 SOPHISTICATION ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ 50911 SPACE CLASSICBAC®BROADLOOM CARPET SY 20.36$ 39%12.51$ 5B102 SQUARES CLASSICBAC®BROADLOOM CARPET SY 25.97$ 50%12.93$ 5A257 STATEMENT CLASSICBAC®BROADLOOM CARPET SY 23.31$ 48%12.07$ 5A247 STAY ULTRALOC®BROADLOOM CARPET SY 21.78$ 46%11.76$ 5A220 STRATA ULTRALOC®BROADLOOM CARPET SY 93.40$ 40%56.13$ 5B103 STRIPES CLASSICBAC®BROADLOOM CARPET SY 25.97$ 51%12.65$ 5A216 STYLUS CLASSICBAC®BROADLOOM CARPET SY 19.57$ 35%12.73$ 5A233 SUMMIT CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ 5A128 SWIRL PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.07$ 5A205 SWITCH CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ 5B111 TAPER CLASSICBAC®BROADLOOM CARPET SY 22.77$ 45%12.54$ 60788 TAPESTRY ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ 5A037 TERRA CLASSICBAC®BROADLOOM CARPET SY 18.22$ 38%11.37$ 5A123 TEXT CLASSICBAC®BROADLOOM CARPET SY 20.31$ 31%14.02$ 5A124 TEXT ULTRLOC®BROADLOOM CARPET SY 23.36$ 37%14.63$ 5A249 TEXTILE ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ 5A180 TIMBER ULTRALOC®BROADLOOM CARPET SY 43.87$ 47%23.37$ 5A151 TINT CLASSICBAC®BROADLOOM CARPET SY 19.55$ 32%13.31$ 5A152 TONE CLASSICBAC®BROADLOOM CARPET SY 18.63$ 31%12.94$ 60773 TOWN RESORT CLASSICBAC®BROADLOOM CARPET SY 16.32$ 39%9.91$ 5A203 TRANSFER CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ 60749 TRELLIS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 49.35$ 42%28.63$ 60710 TRIBUTE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 43.43$ 39%26.54$ 60748 TWINE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 49.35$ 42%28.63$ 60117 UPSCALE CLASSICBAC®BROADLOOM CARPET SY 13.96$ 38%8.62$ 50515 UTOPIAN ULTRALOC®BROADLOOM CARPET SY 58.54$ 59%24.27$ 60742 VERVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 38%27.57$ 60185 VILLA CLASSICBAC®BROADLOOM CARPET SY 26.14$ 42%15.08$ 60743 VITAE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 38%27.57$ 60745 WELCOME II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 43.48$ 43%24.95$ 60751 WHISPER WALLCOVERING SBR LATEX WALLCOVERING SY 23.37$ 29%16.48$ 60709 WISDOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.98$ 37%18.36$ TILE 5T003 ABSORBED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.90$ 59145 ABSTRACT EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ 5T107 ACHROMATIC ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ 5T089 ACTIVITY ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ 59567 ADORN ECOWORX® TILE MODULAR CARPET TILE SY 78.29$ 47%41.29$ 5T202 ADVANCE ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ 59384 AFFLUENCE ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.50$ 5T015 AGATE ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ 5T135 ALCHEMY ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ 5T006 ALIGN ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ 59327 ALLURE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ 5T126 ANALOG 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ 5T058 ANGLE ECOWORX® TILE MODULAR CARPET TILE SY 59.48$ 39%36.17$ 5T004 APPLIED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.69$ 5T294 ARRANGE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ 5T295 ARRAY STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ 5T097 ARTISAN ECOWORX® TILE MODULAR CARPET TILE SY 84.00$ 45%46.15$ 5T064 AUGMENT ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ 59340 BALANCE ECOWORX® TILE MODULAR CARPET TILE SY 42.65$ 43%24.34$ 5T198 BASALT II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ 5T159 BASE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 5T121 BASIC ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 37%17.52$ 5T261 BELONG ECOWORX® TILE MODULAR CARPET TILE SY 32.13$ 47%16.95$ 5T057 BEVEL HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 74.95$ 40%44.91$ 5T218 BEYOND ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ 5T043 BIAS ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ 5T025 BLEND ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ 5T195 BLISS ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ 59572 BLOCK PRINT ECOWORX® TILE MODULAR CARPET TILE SY 46.70$ 39%28.36$ 59357 BLOX ECOWORX® TILE MODULAR CARPET TILE SY 49.37$ 47%26.33$ 59596 BLUR ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.48$ 59411 BON JOUR ECOWORX® TILE MODULAR CARPET TILE SY 55.29$ 50%27.66$ 5T032 BON JOUR II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ 5T192 BOTAN ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ 59529 BRILLIANCE ECOWORX® TILE MODULAR CARPET TILE SY 41.25$ 37%25.95$ 59113 BYLINE ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ 31%23.07$ 59554 CAPTIVATE ECOWORX® TILE MODULAR CARPET TILE SY 35.12$ 34%23.32$ 59579 CATALYST ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.06$ 5T176 CENTRAL LINE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ 5T124 CENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ 59494 CHAIN STITCH ECOWORX® TILE MODULAR CARPET TILE SY 64.29$ 51%31.44$ 5T232 CHALET 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.09$ 47%19.28$ 59561 CHARISMA ECOWORX® TILE MODULAR CARPET TILE SY 41.81$ 41%24.59$ 5T281 CHECK ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ 5T100 CHOK ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ 59583 CHROMA ECOWORX® TILE MODULAR CARPET TILE SY 46.44$ 37%29.12$ 5T175 CITY CENTRAL ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ 59537 CITY GRID ECOWORX® TILE MODULAR CARPET TILE SY 48.03$ 41%28.45$ 59564 CLEAR ECOWORX® TILE MODULAR CARPET TILE SY 29.72$ 30%20.95$ 5T096 CLOTH ECOWORX® TILE MODULAR CARPET TILE SY 83.71$ 45%46.15$ 5T112 COLOR FORM 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 43%23.08$ 5T081 COLOR FRAME ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 44%23.08$ 59358 COLOR PLAY ECOWORX® TILE MODULAR CARPET TILE SY 48.06$ 46%25.77$ 5T161 COLOR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ 59595 COLOUR PLANK ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 41%31.06$ 59342 CONNECT ECOWORX® TILE MODULAR CARPET TILE SY 40.47$ 45%22.19$ 59326 CONSTELLATION ECOWORX® TILE MODULAR CARPET TILE SY 47.03$ 46%25.59$ 5T104 CONSTRUCT ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ 5T160 CONTACT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ 5T269 CONVENE ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ 5T103 COPY ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ 59491 CORDED ECOWORX® TILE MODULAR CARPET TILE SY 52.35$ 42%30.43$ 5T140 CREATE ECOWORX® TILE MODULAR CARPET TILE SY 68.32$ 38%42.41$ 5T241 CURVE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ 5T203 DASH ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ 59390 DECOR ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.40$ 5T211 DEPTH ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 50%32.89$ 5T242 DIAGONAL ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ 5T233 DIFFUSE 24" X 24" ECOLOGIX®MODULAR CARPET TILE SY 34.63$ 45%19.18$ 5T234 DIFFUSE 24" X 24" ECOLOGIX® ES MODULAR CARPET TILE SY 36.60$ 41%21.50$ 59575 DIFFUSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 39%20.67$ 5T185 DIFFUSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ 5T071 DIRECTION ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ 5T217 DISCOVER ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ 59576 DISPERSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.19$ 40%20.66$ 5T184 DISPERSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ 59566 DISSOLVE ECOWORX® TILE MODULAR CARPET TILE SY 70.80$ 45%38.83$ 5T127 DISTORT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ 5T265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 31.95$ 46%17.12$ 5T142 DRIFT ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ 5T108 DUOTONE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ 5T239 DWELLING ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ 5T041 DYE LAB ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 31%43.66$ 59338 EARTH TONE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%32.78$ 5T040 EMBARK ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 36%21.12$ 59573 EMBELLISH ECOWORX® TILE MODULAR CARPET TILE SY 42.33$ 37%26.46$ 59343 EMOTION ECOWORX® TILE MODULAR CARPET TILE SY 42.14$ 38%26.15$ 5T187 ENGAGE ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ 5T033 ENTREE ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ 59337 ENTWINE ECOWORX® TILE MODULAR CARPET TILE SY 53.33$ 40%31.98$ 5T268 ESTABLISH ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ 5T059 EXPAND ECOWORX® TILE MODULAR CARPET TILE SY 49.21$ 37%31.19$ 5T219 EXPANSE ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ 5T143 EXPLORE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ 5T151 EXPOSE ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ 59597 FADE ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.38$ 5T235 FAMILIAR ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ 5T199 FAULT LINES II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ 5T079 FIELD ECOWORX® TILE MODULAR CARPET TILE SY 34.18$ 33%22.86$ 5T074 FILTER ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ 5T113 FINE POINT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ 59455 FOCUS ECOWORX® TILE MODULAR CARPET TILE SY 42.37$ 42%24.79$ 5T060 FOLDED ECOWORX® TILE MODULAR CARPET TILE SY 57.32$ 41%33.68$ 5T062 FOLDED EDGE ECOWORX® TILE MODULAR CARPET TILE SY 55.16$ 39%33.68$ 5T136 FORM ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ 5T169 FOUNDATION ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 45%26.20$ 5T038 FRINGE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ 59562 GLAZE ECOWORX® TILE MODULAR CARPET TILE SY 29.74$ 31%20.52$ 59329 GLIMMER ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ 5T128 GLITCH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ 59360 GLITZ ECOWORX® TILE MODULAR CARPET TILE SY 57.82$ 51%28.45$ 59534 GRADIENT ECOWORX® TILE MODULAR CARPET TILE SY 37.66$ 42%21.95$ 5T200 GRAVEL II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ 59479 GROUNDWORKS III ECOWORX® TILE MODULAR CARPET TILE SY 60.87$ 51%29.66$ 5T193 HANA ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ 5T037 HAZE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ 5T024 HINT ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ 5T134 HONED ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 5T236 HONEST ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ 59115 HORIZONTAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.10$ 5T282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ 59580 HYBRID ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.03$ 5T065 HYPE ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ 5T237 IDENTITY ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ 5T049 IGNITE ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ 5T188 IMPACT ECOWORX® TILE MODULAR CARPET TILE SY 37.16$ 42%21.44$ 5T257 IMPRESSION I ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ 5T258 IMPRESSION II ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ 5T259 IMPRESSION III ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ 5T260 IMPRESSION IV ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ 59592 IMPRINT ECOWORX® TILE MODULAR CARPET TILE SY 48.72$ 43%27.86$ 5T010 INFINITE ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ 59339 INGRAIN ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 41%32.34$ 5T208 INTENT STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ 5T085 INTERACT ECOWORX® TILE MODULAR CARPET TILE SY 48.28$ 38%29.94$ 59558 INTRIGUE ECOWORX® TILE MODULAR CARPET TILE SY 35.11$ 33%23.42$ 5T280 JACQUARD 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ 5T016 JASPER ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ 5T046 KASURI ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ 59359 KINETIC ECOWORX® TILE MODULAR CARPET TILE SY 47.92$ 45%26.21$ 5T099 KIT ECOWORX® TILE MODULAR CARPET TILE SY 76.41$ 41%44.91$ 59492 KNIT ECOWORX® TILE MODULAR CARPET TILE SY 64.30$ 51%31.24$ 5T194 KUSA ECOWORX® TILE MODULAR CARPET TILE SY 46.91$ 40%28.03$ 59106 LINAGE ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ 5T055 LINEAR HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.73$ 40%38.67$ 5T056 LINEAR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 65.40$ 41%38.67$ 5T114 LINEWEIGHT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ 5T144 LINGER ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ 59105 LINK ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ 59362 LUMINOSITY ECOWORX® TILE MODULAR CARPET TILE SY 57.96$ 50%29.09$ 5T130 MANIPULATE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ 5T101 MATMEE ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ 5T263 MEMORY ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 46%17.25$ 59167 MERGE ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.09$ 5T044 MESH ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ 5T014 MICA ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ 5T075 MIGRATE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ 59164 MINIMAL ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.16$ 59466 MIRROR IMAGE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 41%26.39$ 59502 MOMENTUM IV ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ 5T238 NEST ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ 5T073 NUANCE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ 5T296 OFFSET STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ 5T166 ORNATE ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ 59598 OVERLAY ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.40$ 5T034 PATH ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ 5T083 PAUSE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ 5T201 PAVERS II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ 59369 PETO II 20 ECOWORX® TILE MODULAR CARPET TILE SY 36.99$ 39%22.57$ 59371 PETO II 26 ECOWORX® TILE MODULAR CARPET TILE SY 46.65$ 45%25.50$ 5T098 PLAIN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 82.54$ 44%46.15$ 5T054 PLANE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ 5T243 POINT ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ 5T035 PORTAL ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ 5T206 POURED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ 59525 PRAIRIE ECOWORX® TILE MODULAR CARPET TILE SY 47.67$ 37%29.87$ 5T213 PRESENCE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ 5T123 PRIMARY ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 35%18.09$ 5T170 PRIMITIVE ECOWORX® TILE MODULAR CARPET TILE SY 113.20$ 39%68.61$ 59463 PRISMA ECOWORX® TILE MODULAR CARPET TILE SY 43.50$ 39%26.39$ 5T209 PURPOSE STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ 5T017 QUARTZ ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ 59361 RADIANCE ECOWORX® TILE MODULAR CARPET TILE SY 57.80$ 49%29.53$ 5T078 REALM ECOWORX® TILE MODULAR CARPET TILE SY 33.27$ 33%22.25$ 5T139 REFLECT ECOWORX® TILE MODULAR CARPET TILE SY 72.32$ 41%42.41$ 5T152 RELIEF ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ 5T141 RENEW ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ 59387 REPARTEE ECOWORX® TILE MODULAR CARPET TILE SY 42.35$ 45%23.27$ 5T091 REST ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ 5T168 RESURFACE ECOWORX® TILE MODULAR CARPET TILE SY 57.53$ 44%32.43$ 5T165 RETHREAD ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ 5T069 REVERSE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ 59363 RICHE ECOWORX® TILE MODULAR CARPET TILE SY 48.32$ 43%27.58$ 5T105 ROTATE ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ 5T109 SATURATE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ 5T080 SCAPE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 33%22.23$ 5T007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ 5T183 SCULPT LOOP ECOWORX® TILE MODULAR CARPET TILE SY 42.17$ 42%24.62$ 5T172 SEA ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ 5T173 SEA EDGE ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ 5T216 SEEK ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ 5T196 SERENITY ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ 5T070 SHAPE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ 5T240 SHELTER ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ 59328 SHINE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.73$ 59550 SITE LINES ECOWORX® TILE MODULAR CARPET TILE SY 44.45$ 40%26.63$ 5T210 SITUATION STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ 59591 SKETCH ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ 5T174 SKY ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ 5T133 SLAB ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ 59584 SPECTRUM ECOWORX® TILE MODULAR CARPET TILE SY 46.24$ 35%30.05$ 5T244 SQUARE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ 5T207 STACKED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ 5T084 STEP ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ 5T051 STILL ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 5T214 STILL LIFE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ 5T116 STIPPLE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ 59224 STRAIGHTFORWARD ECOWORX® TILE MODULAR CARPET TILE SY 37.95$ 30%26.39$ 59530 STRIKING ECOWORX® TILE MODULAR CARPET TILE SY 43.17$ 40%25.99$ 5T297 STRUCTURE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ 5T267 SUPPORT ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ 5T125 SURROUND ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ 5T018 TANGLE ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ 5T022 TECHNIQUE ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ 5T019 TEMPT ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ 5T279 TEXTILE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ 59587 THE ECCENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 60.64$ 44%33.91$ 59585 THE SOCIALITE ECOWORX® TILE MODULAR CARPET TILE SY 60.63$ 43%34.37$ 5T186 THINK ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ 5T156 TINGE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 33%21.21$ 5T005 TRACE ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.69$ 5T204 TRACK ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ 5T197 TRANQUIL ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ 59563 TRANSPARENT ECOWORX® TILE MODULAR CARPET TILE SY 29.73$ 30%20.84$ 59368 TRU COLOURS ECOWORX® TILE MODULAR CARPET TILE SY 54.02$ 49%27.55$ 5T205 TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ 5T150 UNCOVER ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ 5T157 UNDERTONE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 36%20.15$ 5T090 UNWIND ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ 5T110 VALUE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ 5T023 VANISH ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ 5T086 VANTAGE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ 5T036 VAPOR ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ 5T009 VAST ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ 59594 VEIL ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ 59114 VERTICAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ 5T001 VIBRANT ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.13$ 5T002 VISIBLE ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.05$ 5T039 WANDER ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 22%25.47$ 5T031 WELCOME II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ 5T158 ZONE ECOWORX® TILE MODULAR CARPET TILE SY 52.79$ 29%37.42$ RESILIENT0718V ARTESIAN SHEET RESILIENT SY 12.24$ 44%6.84$ 0301V BASSTONES SHEET RESILIENT SY 51.50$ 46%27.81$ 001VS BIO LIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 42%41.60$ 270VS BIO-BASED WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 135.00$ 45%73.90$ 0001V BIOLIFE ™SHEET RESILIENT SY 50.41$ 46%27.44$ 0565V BRUSH 12 MIL MODULAR RESILIENT SF 3.30$ 57%1.41$ 0552V BRUSH 20 MIL MODULAR RESILIENT SF 5.50$ 53%2.58$ 0656V BRUSH 8 MIL MODULAR RESILIENT SF 2.20$ 48%1.16$ 0513V CHANGE SHEET RESILIENT SY 48.41$ 43%27.57$ 022VS CHORDINATES WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 40%42.99$ 0512V CONSTANT SHEET RESILIENT SY 48.41$ 42%28.09$ 0927V COVE MODULAR RESILIENT SF 6.00$ 53%2.82$ 0203V CRETE MODULAR RESILIENT SF 4.64$ 42%2.68$ 0922V CUT MODULAR RESILIENT SF 5.00$ 47%2.64$ 0009V DECO ADVANTAGE STONE MODULAR RESILIENT SF 3.06$ 11%2.71$ 0618V EMERGE MODULAR RESILIENT SF 5.00$ 48%2.61$ 0364V GRAIN MODULAR RESILIENT SF 6.24$ 46%3.35$ 0502V GRAIN - DIRECT GLUE MODULAR RESILIENT SF 4.00$ 39%2.43$ 071VS HUSH II UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (280 SF)319.88$ 27%232.85$ 0896V IN TANDEM PLANK MODULAR RESILIENT SF 8.00$ 47%4.22$ 0897V IN TANDEM SHEET SHEET RESILIENT SY 64.00$ 47%33.76$ 0926V INLET MODULAR RESILIENT SF 6.00$ 53%2.82$ 0895V INNATE TILE MODULAR RESILIENT SF 8.00$ 47%4.22$ 0884V INSPIRE LVT MODULAR RESILIENT SF 5.00$ 51%2.45$ 0514V INTERVAL MODULAR RESILIENT SF 5.00$ 49%2.56$ 0692V INTRICATE MODULAR RESILIENT SF 5.00$ 48%2.61$ 0215V JEOGORI MODULAR RESILIENT SF 4.64$ 42%2.68$ 0993V JOY SQUARED MODULAR RESILIENT SF 5.00$ 54%2.31$ 0551V LEVEL HEXAGON MODULAR RESILIENT SF 8.40$ 42%4.87$ 0567V LINE 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ 0554V LINE 20 MIL MODULAR RESILIENT SF 5.50$ 50%2.74$ 0116V NATIVE ORIGINS MODULAR RESILIENT SF 2.86$ 44%1.61$ 0002V NATURELIFE SHEET RESILIENT SY 48.80$ 46%26.57$ 002VS NATURELIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 42%41.60$ 0365V PIGMENT MODULAR RESILIENT SF 6.24$ 46%3.35$ 0503V PIGMENT - DIRECT GLUE MODULAR RESILIENT SF 4.00$ 39%2.43$ 0566V PLASTER 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ 0553V PLASTER 20 MIL MODULAR RESILIENT SF 5.50$ 53%2.58$ 0186V QUIET COVER-W IN*STEP MODULAR RESILIENT SF 6.74$ 51%3.33$ 0797V REED SHEET RESILIENT SY 44.29$ 46%23.72$ 0733V RETHINK MODULAR RESILIENT SF 8.49$ 44%4.78$ 0003V REXCOURT 4.5 MM SHEET RESILIENT SY 49.04$ 41%29.06$ 0004V REXCOURT 6.5 MM SHEET RESILIENT SY 56.37$ 41%33.50$ 0005V REXCOURT 8.0 MM SHEET RESILIENT SY 70.14$ 39%42.94$ 021VS REXCOURT WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)119.60$ 40%71.36$ 0798V ROJI SHEET RESILIENT SY 44.29$ 46%23.72$ 0945V SHEAR MODULAR RESILIENT SF 5.00$ 46%2.69$ 0709V SHIFT MODULAR RESILIENT SF 8.57$ 48%4.43$ 0648V SOLITUDE MODULAR RESILIENT SF 5.15$ 41%3.05$ 0012V STATIC PULSE SUMMIT SERIES - SSV-01 STATIC SMART TILE SF 7.14$ 44%4.02$ 0516V STRAND MODULAR RESILIENT SF 5.00$ 47%2.66$ 0515V SURFACE MODULAR RESILIENT SF 5.00$ 47%2.66$ 0796V TATAMI SHEET RESILIENT SY 44.29$ 46%23.72$ 353VS TERASU WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 72.04$ 46%39.08$ 0517V TERRAIN 12MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ 0564V TERRAIN 20MIL MODULAR RESILIENT SF 5.50$ 52%2.66$ 0655V TERRAIN 8 MIL MODULAR RESILIENT SF 2.20$ 48%1.16$ 0453V TERRAIN II 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ 0454V TERRAIN II 20MIL MODULAR RESILIENT SF 5.50$ 59%2.24$ 0892V TERRAIN II 30 MIL MODULAR RESILIENT SF 5.10$ 47%2.70$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 SCUN2 TERRAIN II OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 45.50$ 39%27.83$ SCQT2 TERRAIN II QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 45.50$ 39%27.83$ SCSN2 TERRAIN II STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 54.25$ 39%33.08$ SCUN1 TERRAIN OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 50.05$ 44%27.83$ SCQT1 TERRAIN QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 50.05$ 44%27.83$ SCSN1 TERRAIN STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 59.68$ 45%33.08$ 0710V TILT MODULAR RESILIENT SF 8.57$ 49%4.37$ 0187V UNCOMMON GROUND 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ 0188V UNCOMMON GROUND 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ 0601V UNVEIL MODULAR RESILIENT SF 5.15$ 41%3.05$ 0873V VITALITY SHEET RESILIENT SY 44.29$ 47%23.29$ 236VS VITALITY WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 72.04$ 46%39.08$ STATIC SMART013VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 4 GAL ADHESIVE - STATIC SMART TILE PAIL 315.00$ 5%300.00$ 018VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 1 GAL ADHESIVE - STATIC SMART TILE PAIL 82.60$ 5%78.67$ 5T019 COLLABORATORS MODULAR CARPET TILE SY 33.97$ 15%28.94$ 42CV8 COLONIAL STATIC SMART TILE SY 43.67$ 5%41.59$ N5003 COMPURELEASE STATIC SMART TILE PAIL 306.68$ 13%265.33$ N5002 COMPURELEASE STATIC SMART TILE PAIL 88.97$ 19%72.00$ N5004 COPPER GROUNDING STRIP FOR CONCRETE FLOORS ADHESIVE - STATIC SMART TILE EA 8.39$ 5%7.99$ 5T018 DAILY PLANNER MODULAR CARPET TILE SY 33.97$ 24%25.75$ 429RD DISCOVERY ECO STATIC SMART TILE SY 42.41$ 5%40.39$ N5005 GROUNDING KIT FOR ACCESS FLOORING ADHESIVE - STATIC SMART TILE EA 11.19$ 5%10.65$ 4029D LAN 4.0 STATIC SMART TILE SY 53.19$ 5%50.65$ 42CV8 LAN 4.1 STATIC SMART TILE SY 43.39$ 5%41.32$ 42GDY LANDMARK SERIES STATIC SMART TILE SY 29.30$ 5%27.90$ 4298R PRESIDENTIAL STATIC SMART TILE SY 43.39$ 5%41.32$ 0012V SUMMIT SERIES STATIC SMART TILE SF 3.84$ 5%3.65$ 5T040 WORKSPACE MODULAR CARPET TILE SY 32.76$ 21%25.98$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1000)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 47.10$ 15%39.95$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM H1036)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 56.72$ 11%50.24$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1200)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 47.10$ 25%35.34$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM H3800)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 58.33$ 11%51.64$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE N3800) (BROADLOOM L3800)ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 58.33$ 11%51.64$ 336VS 4" METALLIC WALL BASE ROLL ACCESSORIES - WALL BASE ROLL 160.80$ 36%102.90$ 179PE 4"W X 120'L TOELESS WALL BASE ROLL ACCESSORIES - WALL BASE ROLL (120 LF)160.80$ 39%97.97$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 148VS)ACCESSORIES - WALL BASE ROLL (120 LF)160.80$ 39%97.97$ 2U994 4.5" ANGLE PROFILE (RESILIENT 149VS)ACCESSORIES - WALL BASE BOX (6/BOX)168.00$ 39%102.36$ 2U995 4.5" DETAIL PROFILE (RESILIENT 150VS)ACCESSORIES - WALL BASE BOX (6/BOX)168.00$ 39%102.36$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM H4000)ADHESIVE - BROADLOOM CARPET 1 QT BOTTLE 13.04$ 12%11.48$ UV856 4100 - RESILIENT 1 GALLON ADHESIVE ADHESIVE - RESILIENT 1 GAL PAIL 79.88$ 42%46.49$ UVS12 4100 - RESILIENT 4 GALLON ADHESIVE ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 009VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 012VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ 340VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - RESILIENT EA 214.94$ 19%173.18$ 9150N 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - MODULAR CARPET TILE EA 214.94$ 19%173.18$ F9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - BROADLOOM CARPET EA 214.94$ 19%173.18$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE N5000)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 94.22$ 13%81.54$ H5001 5001 - TILE STANDARD ADHESIVE ADHESIVE - MODULAR CARPET TILE 1 GAL PAIL 26.73$ 12%23.50$ N5002 5002 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 1 GAL PAIL 88.97$ 26%66.22$ N5003 5003 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 4 GAL PAIL 306.68$ 26%227.51$ N5004 5004 - STATIC DISSIPATIVE HARDWARE ADHESIVE - STATIC SMART TILE EA 7.66$ 11%6.79$ N5005 5005 - STATIC DISSIPATIVE COPPER STRIP ADHESIVE - STATIC SMART TILE EA 0.50$ 12%0.44$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE N5036)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 99.68$ 9%90.88$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE N5100)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 94.22$ 16%79.54$ 303VS 6" DETAIL PROFILE ACCESSORIES - WALL BASE BOX (6/BOX)270.52$ 39%164.82$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM H6200)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 110.11$ 18%90.01$ G620U 6200 - ADHESIVE DETACKIFIER (TILE H620U)(BROADLOOM N620U)ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 110.11$ 17%91.03$ J7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM CARPET 2 GAL PAIL 103.12$ 11%91.33$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM H8300)ADHESIVE - BROADLOOM CARPET 8 OZ BOTTLE 8.08$ 15%6.84$ H9000 9000 - BARRIER COAT ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 236.37$ 13%205.17$ H900U 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 236.37$ 13%205.17$ N900U 9000 - BARRIER COAT UNITS TILE ADHESIVE 2.5 GAL ADHESIVE - MODULAR CARPET TILE 2.5 GAL PAIL 236.37$ 13%205.17$ G9050 9050 - FLOOR PRIMER - (RESILIENT - 031VS)(BROADLOOM - H9050)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ G905U 9050 - RESIIENT FLOOR PRIMER (TILE H905U)(RESILIENT 031VU)ADHESIVE - MODULAR CARPET/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT 032VS)ADHESIVE - RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVSCC)(TILE AVNET)(BROADLOOM AVSTR)ADHESIVE - BROADLOOM/MODULAR CARPET ROLL $ 409.08 15% $ 346.08 AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVEUU)ADHESIVE - MODULAR CARPET TILE ROLL 409.08$ 15%346.08$ 2U983 CARPET REDUCER 5/16" (RESILIENT 144VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)117.00$ 39%71.07$ LOK4S CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE ADHESIVE - MODULAR CARPET TILE EA 225.00$ 23%173.25$ 302VS COLLECTIVE TIME WELD ROD ACCESSORIES - WELD ROD ROLL 72.04$ 43%40.94$ 016VS COPPER GROUND STRIPS - 4709CS ACCESSORIES - STATIC SMART TILE EA 8.99$ 51%4.61$ 2U376 COVE TUBE ADHESIVE (RESILIENT 141VS)ADHESIVE - RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ CU024 CUSHIONWORX 2MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 231.00$ 5%218.30$ CU034 CUSHIONWORX 3MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 415.23$ 5%395.46$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM H3600)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 61.26$ 15%52.01$ 087VS GROUNDWORKS UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (100 SF)75.00$ 9%68.24$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 00LDR)ADHESIVE - MODULAR CARPET TILE SLEEVE (250 SY)375.00$ 8%346.50$ LOKDA LOKDOTS APPLICATOR (TILE 00LDA)ADHESIVE - MODULAR CARPET TILE EA 82.10$ 16%69.30$ LWRX0 LOKWORX BOX ADHESIVE - MODULAR CARPET TILE 1 213.96$ 19%172.39$ 100CA MM800 ADHESIVE - RESILIENT 4 GALLON PAIL 160.00$ 48%82.95$ 9125H MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - BROADLOOM CARPET KIT 887.18$ 19%714.79$ 9125J MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - RESILIENT KIT 887.18$ 19%714.79$ 9125N MOISTURETEK MOISTURE VAPOR BARRIER 2 PART EPOXY MOISTURE MITIGATION - MODULAR CARPET KIT 887.18$ 19%714.79$ 348VS MULTI PR RD LVT ADHESIVE - RESILIENT BOX (5/BOX)52.00$ 39%31.68$ 8U124 PINLESS METAL TRACK (RESILIENT 142VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)96.00$ 40%57.91$ 350VS QUARTER ROUND LVT ACCESSORIES - MODULAR RESILIENT BOX (10/BOX)26.00$ 39%15.85$ 151VS QUARTER ROUND PROFILE ACCESSORIES - MODULAR RESILIENT BOX (12/BOX)192.00$ 39%116.98$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 2U982 RESILIENT CARPET REDUCER (RESILIENT 146VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)126.00$ 39%76.77$ 015VS RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)23.53$ 22%18.32$ 067VS S150-95 RH - RESILIENT SPRAY (RESILIENT 067VS)ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 109VS SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 110.00$ 8%101.20$ 027VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT MODULAR 1 GAL PAIL 79.88$ 48%41.75$ 028VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT ROLL 1 GAL PAIL 79.88$ 48%41.75$ 304VS SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GAL PAIL 172.00$ 39%105.11$ 066VS SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT 145VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)88.00$ 39%53.52$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 147VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)103.00$ 40%62.29$ 48 SPORT INSTALLATION KIT ADHESIVE - BROADLOOM EA 927.27$ 19%748.93$ 347VS STAIRNOSE LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)64.00$ 39%38.99$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 143VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)112.00$ 39%67.99$ 349VS T-MOLDING LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)52.00$ 39%31.68$ VS176 TRANSITION TAPE (RESILIENT 165VS)ADHESIVE - ENGINEERED HARDWOOD ROLL (25 FT)16.00$ 41%9.45$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 095VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 2,556.25$ 12%2,252.25$ 2U492 VS-60 VERSASHIELD 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 094VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 897.50$ 12%786.56$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 096VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 71.25$ 12%62.37$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 097VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 88.75$ 13%77.39$ 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 098VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 86.25$ 13%75.08$ VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 166VS)ADHESIVE - ENGINEERED HARDWOOD 1 GAL PAIL 42.00$ 39%25.59$ US Floors Products 02W74 BABY THRESHOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ 01W00 BABY THRESHOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01A02 BABY THRESHOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 01W02 BABY THRESHOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W06 BABY THRESHOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V18 BABY THRESHOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W14 BABY THRESHOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V13 BABY THRESHOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W08 BABY THRESHOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W04 BABY THRESHOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01X20 BABY THRESHOLD XRC- CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 203UV CAMARET ENGINEERED HARDWOOD SF 13.60$ 55%6.12$ 200UV CITADEL BASTION ENGINEERED HARDWOOD SF 12.00$ 45%6.64$ 201UV CITADEL FORTRESS ENGINEERED HARDWOOD SF 12.00$ 45%6.64$ 098UV COMPOSED MODULAR RESILIENT - CORETEC SF 6.60$ 56%2.93$ 094UV CONCRETE MODULAR RESILIENT - CORETEC SF 6.60$ 56%2.93$ 02W01 FLUSH STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W06 FLUSH STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W16 FLUSH STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 02W13 FLUSH STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W12 FLUSH STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 02W04 FLUSH STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W17 FLUSH STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 02W65 GU35 WOOD & BAMBOO ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 210.00$ 46%113.40$ 206UV MIDTOWN REVIVAL HANDSCRAPED ENGINEERED HARDWOOD SF 11.00$ 52%5.30$ 205UV MIDTOWN REVIVAL SMOOTH ENGINEERED HARDWOOD SF 10.00$ 47%5.30$ 204UV PALISADES ENGINEERED HARDWOOD SF 20.00$ 45%11.08$ 03W07 QUARTER ROUND CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ 01W22 QUARTER ROUND CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W25 QUARTER ROUND CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 01W27 QUARTER ROUND CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W31 QUARTER ROUND CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V45 QUARTER ROUND CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W40 QUARTER ROUND CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V39 QUARTER ROUND CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W33 QUARTER ROUND CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W29 QUARTER ROUND CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 03W38 REDUCER CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ 01W48 REDUCER CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W50 REDUCER CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 01W54 REDUCER CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 01W56 REDUCER CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V69 REDUCER CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W65 REDUCER CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01V64 REDUCER CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01W58 REDUCER CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01X54 REDUCER CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01X70 REDUCER XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 01X46 SOLID QUARTER ROUND XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 03W73 STAIR CAP CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 81.68$ 34%54.08$ 01W72 STAIR NOSE CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01W74 STAIR NOSE CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 54.25$ 39%33.08$ 01W78 STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01W80 STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01V94 STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01W90 STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01V89 STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01W82 STAIR NOSE CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01X78 STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 01X95 STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ 032UV STRATUM 1200 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ 033UV STRATUM 1800 MODULAR RESILIENT - CORETEC SF 6.43$ 54%2.93$ 023UV STRATUM 500 - 50050DLV500 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ 024UV STRATUM 700 - 70050DLV700 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ 058UV STRATUM DEFINED - 50DLV3001 MODULAR RESILIENT - CORETEC SF 7.01$ 56%3.10$ 053UV STRATUM EIRIS MODULAR RESILIENT - CORETEC SF 8.33$ 57%3.60$ 055UV STRATUM LINEAR MODULAR RESILIENT - CORETEC SF 6.80$ 53%3.19$ 022UV STRATUM VORTEX MODULAR RESILIENT - CORETEC SF 5.90$ 57%2.54$ 034UV STRATUM XL MODULAR RESILIENT - CORETEC SF 8.33$ 58%3.54$ 04W19 T-MOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ 02W20 T-MOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W22 T-MOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ 02W24 T-MOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W28 T-MOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W61 T-MOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W57 T-MOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02V56 T-MOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W30 T-MOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02W26 T-MOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ 02X62 T-MOLD XRC - CONCRETE & COMPOSED ACCESSORIES - TRIMS/TRANSITIONS EA 50.05$ 44%27.83$ Shaw Commercial Hardwood Flooring CA308 ARISTOCRAT ENGINEERED HARDWOOD SF 11.00$ 54%5.05$ CA362 AUTHENTICITY ENGINEERED HARDWOOD SF 9.00$ 55%4.01$ CA350 BESPOKE ENGINEERED HARDWOOD SF 9.90$ 40%5.90$ CRH12 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 80%19.91$ CFR18 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 70.00$ 40%42.00$ CRW38 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 85.00$ 40%51.00$ CSH12 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 137.50$ 61%53.08$ CSW38 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 40%60.00$ CSD58 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 45%54.90$ CA364 HANDCRAFTED ENGINEERED HARDWOOD SF 13.00$ 48%6.70$ CA361 KINSHIP ENGINEERED HARDWOOD SF 9.00$ 47%4.78$ CA334 MARIPOSA 5"ENGINEERED HARDWOOD SF 6.00$ 44%3.37$ CA286 NORTHBOROUGH HICKORY ENGINEERED HARDWOOD SF 12.00$ 39%7.33$ CORH2 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 95.00$ 40%57.00$ CORW8 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 95.00$ 40%57.00$ COSH2 OVERLAP STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 130.00$ 40%78.00$ CATMW T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 67.50$ 40%40.50$ CATMH T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 82.50$ 45%45.29$ CCH12 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 87.50$ 40%52.50$ CTDH5 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 87.50$ 45%48.04$ LCSLT COLOR SEALANT LAMINATE - ACCESSORIES EA 9.33$ 22%7.26$ LCCLN HARDSURFACE CLEANER (LAM. OR HARDWOOD)LAMINATE - ACCESSORIES EA 9.46$ 32%6.41$ LC012 HEMISPHERE NEW LAMINATE SF 3.47$ 19%2.81$ LC016 HERITAGE NEW LAMINATE SF 4.98$ 36%3.20$ LCTRK MOLDING TRACK LAMINATE - ACCESSORIES EA 72.50$ 90%7.00$ LCMPR MULTI PURPOSE REDUCER LAMINATE - ACCESSORIES EA 24.64$ 25%18.57$ LCQTR QUARTER ROUND LAMINATE - ACCESSORIES EA 23.75$ 65%8.29$ LC245 REGIMENT II NEW LAMINATE SF 2.53$ 19%2.04$ 083VS SELITAC UNDERLAYMENT 100 SF/ROLL LAMINATE - ACCESSORIES ROLL 23.00$ 4%22.05$ Shaw Commercial Laminate Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT)LAMINATE - ACCESSORIES ROLL 56.22$ 13%49.17$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT)LAMINATE - ACCESSORIES ROLL 56.22$ 13%49.17$ LC084 SILENT STEP ULTRA JUMBO ROLL (1000 SQ.FT.)LAMINATE - ACCESSORIES ROLL 511.89$ 22%398.39$ LCSTR STAIRNOSE LAMINATE - ACCESSORIES EA 23.75$ 6%22.43$ LCTMD T- MOLDING LAMINATE - ACCESSORIES EA 102.50$ 82%18.57$ LCTM1 T- MOLDING LAMINATE - ACCESSORIES EA 30.30$ 42%17.52$ Adhesives CAA90 ECO MADE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 138.95$ 31%95.29$ CA884 SHAW 35 MC ADHESIVE - ENGINEERED HARDWOOD EA 202.90$ 24%155.15$ CATGA SHAW TONGUE AND GROOVE ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 13.70$ 50%6.87$ CAADH SHAW URE-BOND ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 210.51$ 31%144.38$ CAA91 SHAW URETHANE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 208.37$ 31%144.38$ CAA92 SHAW URETHANE HARDWOOD ADHESIVE REMOVER WIPES ADHESIVE - ENGINEERED HARDWOOD EA 49.27$ 34%32.33$ CAREM URETHANE ADHESIVE REMOVER ADHESIVE - ENGINEERED HARDWOOD QT 47.90$ 59%19.62$ 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) BROADLOOM 5A046 3SQUARE ULTRALOC® BROADLOOM CARPET SY 31.87$ 60728 ACCOMPLISH CLASSICBAC® BROADLOOM CARPET SY 18.68$ 60727 ACCOMPLISH ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.07$ 5A253 ACCORD CLASSICBAC® BROADLOOM CARPET SY 10.95$ 60283 AMBITION II CLASSICBAC® BROADLOOM CARPET SY 5.66$ 5A240 AMBITION III 20 CLASSICBAC® BROADLOOM CARPET SY 7.84$ 5A241 AMBITION III 26 CLASSICBAC® BROADLOOM CARPET SY 9.50$ 5A252 AMEND CLASSICBAC® BROADLOOM CARPET SY 10.95$ 5A176 AMPLIFY ULTRALOC® BROADLOOM CARPET SY 23.21$ 5A208 ARTISAN LOOM ULTRALOC® BROADLOOM CARPET SY 44.76$ 60759 ASPIRE CLASSICBAC® BROADLOOM CARPET SY 20.71$ 60758 ASPIRE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.19$ 60563 ASSOCIATE ULTRALOC® BROADLOOM CARPET SY 14.44$ 732V5 AT EASE 39 SOFTBAC BROADLOOM CARPET SY 24.31$ 732W6 AT EASE 49 SOFTBAC BROADLOOM CARPET SY 28.38$ 5A219 BASE METAL WOVEN UNITARY BROADLOOM CARPET SY 84.36$ 60750 BASKET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.39$ 60785 BATIK ULTRALOC® BROADLOOM CARPET SY 36.48$ 5B094 BELLCOURT CLASSICBAC® BROADLOOM CARPET SY 31.51$ 5A243 BEYOND ULTRALOC® BROADLOOM CARPET SY 38.64$ 5A235 BIRCH CLASSICBAC® BROADLOOM CARPET SY 15.58$ 5A125 BLOG CLASSICBAC® BROADLOOM CARPET SY 18.76$ 5A126 BLOG ULTRLOC® BROADLOOM CARPET SY 17.90$ 5A130 BLOOM PLUSH ULTRALOC® BROADLOOM CARPET SY 62.78$ 60746 BON JOUR II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 33.15$ 5A236 BOTAN ULTRALOC® BROADLOOM CARPET SY 24.70$ 60755 BRIDGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.00$ 60737 CADENCE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.17$ 60734 CHARISMA ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 22.06$ 5A211 CHOK LOOM ULTRALOC® BROADLOOM CARPET SY 44.76$ 60766 COLLAGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.18$ 7P352 COLONEL CLASSICBAC® BROADLOOM CARPET SY 9.47$ 60550 CONSTELLATION ULTRLOC® BROADLOOM CARPET SY 20.84$ 5A213 CONTE' ULTRALOC® BROADLOOM CARPET SY 24.62$ 5A186 CONTOUR CLASSICBAC® BROADLOOM CARPET SY 16.09$ 5A091 CORDED ULTRALOC® BROADLOOM CARPET SY 22.32$ 5A178 CORE ULTRALOC® BROADLOOM CARPET SY 26.37$ 5B093 CRANFORD CLASSICBAC® BROADLOOM CARPET SY 31.51$ 5A092 CROSS STITCH ULTRALOC® BROADLOOM CARPET SY 22.59$ 5A048 CROWN COLONY III ULTRALOC® BROADLOOM CARPET SY 40.88$ 50912 CULTURE CLASSICBAC® BROADLOOM CARPET SY 16.32$ 5A032 DESIGN SERIES V 30 CLASSICBAC® BROADLOOM CARPET SY 16.35$ 5A033 DESIGN SERIES V 36 CLASSICBAC® BROADLOOM CARPET SY 20.11$ 5A184 DIMENSION ULTRALOC® BROADLOOM CARPET SY 19.72$ 5A065 DIVIDE CLASSICBAC® BROADLOOM CARPET SY 17.44$ 5A093 DOUBLE KNIT ULTRALOC® BROADLOOM CARPET SY 26.42$ 5A164 ECLECTIC CLASSICBAC® BROADLOOM CARPET SY 15.29$ 5A067 EDIT CLASSICBAC® BROADLOOM CARPET SY 17.79$ 5A228 EDITION ULTRALOC® BROADLOOM CARPET SY 39.79$ 5A192 EFFECT ULTRALOC® BROADLOOM CARPET SY 24.87$ 60770 ENGRAVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.13$ 5A066 EQUAL CLASSICBAC® BROADLOOM CARPET SY 17.93$ 5A214 ERASE ULTRALOC® BROADLOOM CARPET SY 24.62$ 5A242 ESCAPE ULTRALOC® BROADLOOM CARPET SY 24.00$ 60754 ESSENCE ULTRALOC® BROADLOOM CARPET SY 31.99$ 5A188 ESSENTIAL CLASSICBAC® BROADLOOM CARPET SY 13.75$ 50913 EVOLUTION CLASSICBAC® BROADLOOM CARPET SY 16.59$ 60752 EXPRESSIVE ULTRALOC® BROADLOOM CARPET SY 31.99$ 60772 FAÇADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.87$ 5A221 FAULT ULTRALOC® BROADLOOM CARPET SY 74.60$ 5A161 FIBER ECOWORX® BROADLOOM BROADLOOM CARPET SY 34.12$ 60665 FIELD TRIP ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.78$ 60497 FIELD TRIP ULTRLOC® BROADLOOM CARPET SY 18.53$ 5A175 FLARE CLASSICBAC® BROADLOOM CARPET SY 17.07$ 5A174 FLICKER CLASSICBAC® BROADLOOM CARPET SY 16.76$ 5A129 FLOAT PLUSH ULTRALOC® BROADLOOM CARPET SY 62.58$ 5A038 FOSSIL CLASSICBAC® BROADLOOM CARPET SY 14.93$ 60689 GLADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.75$ 5A020 GLOW ULTRALOC® BROADLOOM CARPET SY 29.64$ 60707 GRACE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 35.98$ 5A153 GRADIENT CLASSICBAC® BROADLOOM CARPET SY 18.62$ 7R824 GROUND FORCE CLASSICBAC® BROADLOOM CARPET SY 14.95$ 5A190 GROUNDED ULTRALOC® BROADLOOM CARPET SY 31.48$ 5A090 GROUNDWORKS III ULTRALOC® BROADLOOM CARPET SY 32.65$ 5A234 GROVE CLASSICBAC® BROADLOOM CARPET SY 15.58$ 5A237 HANA ULTRALOC® BROADLOOM CARPET SY 24.80$ 60127 HARBOR CLASSICBAC® BROADLOOM CARPET SY 11.45$ 5B101 HERRINGBONE CLASSICBAC® BROADLOOM CARPET SY 16.94$ 60735 HIGHLIGHT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.67$ 60668 HIT THE BOOKS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.25$ 60504 HIT THE BOOKS ULTRLOC® BROADLOOM CARPET SY 19.36$ 60114 HOMESTEAD CLASSICBAC® BROADLOOM CARPET SY 10.15$ Effective: 8/7/2019 - 8/31/2020 Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 60708 HONOR ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.45$ 60786 IKAT ULTRALOC® BROADLOOM CARPET SY 36.48$ 5A177 ILLUMINATE ULTRALOC® BROADLOOM CARPET SY 23.36$ 60774 IMAGERY CLASSICBAC® BROADLOOM CARPET SY 18.04$ 5A229 INHERIT ULTRALOC® BROADLOOM CARPET SY 39.79$ 5A193 INLAY ULTRALOC® BROADLOOM CARPET SY 24.87$ 60589 INTERPLAY ULTRLOC® BROADLOOM CARPET SY 15.41$ 60777 INTUITION ULTRALOC® MB BROADLOOM CARPET SY 26.64$ 60741 JOIE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.84$ 5B092 KENNEBUNK CLASSICBAC® BROADLOOM CARPET SY 31.51$ 5A238 KUSA ULTRALOC® BROADLOOM CARPET SY 23.84$ 5A159 LANA ECOWORX® BROADLOOM BROADLOOM CARPET SY 43.53$ 5A183 LAYER ULTRALOC® BROADLOOM CARPET SY 19.68$ 60787 LINEN ULTRALOC® BROADLOOM CARPET SY 36.48$ 5A140 MAINFRAME ULTRALOC® BROADLOOM CARPET SY 24.71$ 60696 MEADOW ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 25.60$ 5A165 MELD CLASSICBAC® BROADLOOM CARPET SY 15.59$ 5A254 MEMOIRS CLASSICBAC® BROADLOOM CARPET SY 11.65$ 5A204 MODIFY CLASSICBAC® BROADLOOM CARPET SY 16.56$ 60602 MOMENTUM IV UNITARY BROADLOOM CARPET SY 15.27$ 5A218 MONOLITH WOVEN UNITARY BROADLOOM CARPET SY 86.20$ 5B091 MORITZ CLASSICBAC® BROADLOOM CARPET SY 31.51$ 50875 MOVEMENT ULTRALOC® BROADLOOM CARPET SY 21.11$ 5A179 NATURAL SELECTION ULTRALOC® BROADLOOM CARPET SY 57.01$ 5A141 NAVIGATE ULTRALOC® BROADLOOM CARPET SY 25.20$ 60769 ORNAMENT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.13$ 5A187 OUTLINE CLASSICBAC® BROADLOOM CARPET SY 16.09$ 60687 PEBBLE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.69$ 5A025 PETO II CLASSICBAC® BROADLOOM CARPET SY 16.44$ 5B110 PLEAT CLASSICBAC® BROADLOOM CARPET SY 16.66$ 5A068 POTENTIAL III 26 CLASSICBAC® BROADLOOM CARPET SY 13.77$ 60587 POTENTIAL III 26 UNITARY BROADLOOM CARPET SY 15.21$ 5A069 POTENTIAL III 28 CLASSICBAC® BROADLOOM CARPET SY 14.69$ 60588 POTENTIAL III 28 UNITARY BROADLOOM CARPET SY 16.04$ 5A189 PRIME CLASSICBAC® BROADLOOM CARPET SY 13.75$ 60736 PROFILE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.06$ 60730 PROSPER CLASSICBAC® BROADLOOM CARPET SY 20.05$ 60726 PROSPER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 25.37$ 60784 QUEST ULTRALOC® MB BROADLOOM CARPET SY 26.64$ 5B118 REFUGE ULTRALOC® BROADLOOM CARPET SY 15.73$ 5A256 REIMAGINE CLASSICBAC® BROADLOOM CARPET SY 14.58$ 5A248 REMINISCE ULTRALOC® BROADLOOM CARPET SY 16.05$ 60192 RESIDENCE INN I CLASSICBAC® BROADLOOM CARPET SY 20.58$ 60194 RESIDENCE INN II CLASSICBAC® BROADLOOM CARPET SY 24.14$ 60195 RESIDENCE INN III CLASSICBAC® BROADLOOM CARPET SY 28.26$ 5B119 RETREAT ULTRALOC® BROADLOOM CARPET SY 15.78$ 5A255 SCENERY CLASSICBAC® BROADLOOM CARPET SY 13.12$ 50521 SCEPTER II CLASSICBAC® BROADLOOM CARPET SY 27.25$ 60514 SCHOLAR II UNITARY BROADLOOM CARPET SY 17.74$ 60771 SCREEN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.13$ 5A215 SCRIBE CLASSICBAC® BROADLOOM CARPET SY 16.91$ 60775 SENTIMENT CLASSICBAC® BROADLOOM CARPET SY 16.56$ 5A127 SHADOW PLUSH ULTRALOC® BROADLOOM CARPET SY 62.59$ 5A017 SHIMMER ULTRALOC® BROADLOOM CARPET SY 21.58$ 5A198 SLIDE ULTRALOC® BROADLOOM CARPET SY 64.65$ 5A137 SOLID CLASSICBAC® BROADLOOM CARPET SY 24.96$ 60783 SOPHISTICATION ULTRALOC® MB BROADLOOM CARPET SY 26.64$ 50911 SPACE CLASSICBAC® BROADLOOM CARPET SY 16.62$ 5B102 SQUARES CLASSICBAC® BROADLOOM CARPET SY 17.18$ 5A257 STATEMENT CLASSICBAC® BROADLOOM CARPET SY 16.04$ 5A247 STAY ULTRALOC® BROADLOOM CARPET SY 15.63$ 5A220 STRATA ULTRALOC® BROADLOOM CARPET SY 74.60$ 5B103 STRIPES CLASSICBAC® BROADLOOM CARPET SY 16.81$ 5A216 STYLUS CLASSICBAC® BROADLOOM CARPET SY 16.91$ 5A233 SUMMIT CLASSICBAC® BROADLOOM CARPET SY 15.58$ 5A128 SWIRL PLUSH ULTRALOC® BROADLOOM CARPET SY 62.55$ 5A205 SWITCH CLASSICBAC® BROADLOOM CARPET SY 16.56$ 5B111 TAPER CLASSICBAC® BROADLOOM CARPET SY 16.66$ 60788 TAPESTRY ULTRALOC® BROADLOOM CARPET SY 36.48$ 5A037 TERRA CLASSICBAC® BROADLOOM CARPET SY 15.10$ 5A123 TEXT CLASSICBAC® BROADLOOM CARPET SY 18.63$ 5A124 TEXT ULTRLOC® BROADLOOM CARPET SY 19.45$ 5A249 TEXTILE ULTRALOC® BROADLOOM CARPET SY 36.48$ 5A180 TIMBER ULTRALOC® BROADLOOM CARPET SY 31.05$ 5A151 TINT CLASSICBAC® BROADLOOM CARPET SY 17.68$ 5A152 TONE CLASSICBAC® BROADLOOM CARPET SY 17.19$ 60773 TOWN RESORT CLASSICBAC® BROADLOOM CARPET SY 13.17$ 5A203 TRANSFER CLASSICBAC® BROADLOOM CARPET SY 16.56$ 60749 TRELLIS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.05$ 60710 TRIBUTE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 35.27$ 60748 TWINE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.05$ 60117 UPSCALE CLASSICBAC® BROADLOOM CARPET SY 11.45$ 50515 UTOPIAN ULTRALOC® BROADLOOM CARPET SY 32.25$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 60742 VERVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.64$ 60185 VILLA CLASSICBAC® BROADLOOM CARPET SY 20.05$ 60743 VITAE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.64$ 60745 WELCOME II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 33.15$ 60751 WHISPER WALLCOVERING SBR LATEX WALLCOVERING SY 21.90$ 60709 WISDOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.41$ TILE 5T003 ABSORBED ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 59145 ABSTRACT EDGE ECOWORX® TILE MODULAR CARPET TILE SY 43.98$ 5T107 ACHROMATIC ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T089 ACTIVITY ECOWORX® TILE MODULAR CARPET TILE SY 39.60$ 59567 ADORN ECOWORX® TILE MODULAR CARPET TILE SY 54.87$ 5T202 ADVANCE ECOWORX® TILE MODULAR CARPET TILE SY 31.65$ 59384 AFFLUENCE ECOWORX® TILE MODULAR CARPET TILE SY 41.86$ 5T015 AGATE ECOWORX® TILE MODULAR CARPET TILE SY 42.27$ 5T135 ALCHEMY ECOWORX® TILE MODULAR CARPET TILE SY 54.71$ 5T006 ALIGN ECOWORX® TILE MODULAR CARPET TILE SY 32.74$ 59327 ALLURE ECOWORX® TILE MODULAR CARPET TILE SY 28.86$ 5T126 ANALOG 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T058 ANGLE ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T004 APPLIED ECOWORX® TILE MODULAR CARPET TILE SY 32.82$ 5T294 ARRANGE STRATAWORX® TILE MODULAR CARPET TILE SY 17.14$ 5T295 ARRAY STRATAWORX® TILE MODULAR CARPET TILE SY 17.14$ 5T097 ARTISAN ECOWORX® TILE MODULAR CARPET TILE SY 61.34$ 5T064 AUGMENT ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 59340 BALANCE ECOWORX® TILE MODULAR CARPET TILE SY 32.34$ 5T198 BASALT II ECOWORX® TILE MODULAR CARPET TILE SY 29.39$ 5T159 BASE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 5T121 BASIC ECOWORX® TILE MODULAR CARPET TILE SY 23.28$ 5T261 BELONG ECOWORX® TILE MODULAR CARPET TILE SY 22.53$ 5T057 BEVEL HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 59.68$ 5T218 BEYOND ECOWORX® TILE MODULAR CARPET TILE SY 51.18$ 5T043 BIAS ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 5T025 BLEND ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T195 BLISS ECOWORX® TILE MODULAR CARPET TILE SY 36.28$ 59572 BLOCK PRINT ECOWORX® TILE MODULAR CARPET TILE SY 37.68$ 59357 BLOX ECOWORX® TILE MODULAR CARPET TILE SY 35.00$ 59596 BLUR ECOWORX® TILE MODULAR CARPET TILE SY 40.51$ 59411 BON JOUR ECOWORX® TILE MODULAR CARPET TILE SY 36.76$ 5T032 BON JOUR II ECOWORX® TILE MODULAR CARPET TILE SY 45.22$ 5T192 BOTAN ECOWORX® TILE MODULAR CARPET TILE SY 38.77$ 59529 BRILLIANCE ECOWORX® TILE MODULAR CARPET TILE SY 34.49$ 59113 BYLINE ECOWORX® TILE MODULAR CARPET TILE SY 30.65$ 59554 CAPTIVATE ECOWORX® TILE MODULAR CARPET TILE SY 30.99$ 59579 CATALYST ECOWORX® TILE MODULAR CARPET TILE SY 27.98$ 5T176 CENTRAL LINE ECOWORX® TILE MODULAR CARPET TILE SY 25.69$ 5T124 CENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 24.50$ 59494 CHAIN STITCH ECOWORX® TILE MODULAR CARPET TILE SY 41.78$ 5T232 CHALET 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 25.62$ 59561 CHARISMA ECOWORX® TILE MODULAR CARPET TILE SY 32.68$ 5T281 CHECK ECOWORX® TILE MODULAR CARPET TILE SY 44.64$ 5T100 CHOK ECOWORX® TILE MODULAR CARPET TILE SY 64.65$ 59583 CHROMA ECOWORX® TILE MODULAR CARPET TILE SY 38.70$ 5T175 CITY CENTRAL ECOWORX® TILE MODULAR CARPET TILE SY 25.69$ 59537 CITY GRID ECOWORX® TILE MODULAR CARPET TILE SY 37.81$ 59564 CLEAR ECOWORX® TILE MODULAR CARPET TILE SY 27.84$ 5T096 CLOTH ECOWORX® TILE MODULAR CARPET TILE SY 61.34$ 5T112 COLOR FORM 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ 5T081 COLOR FRAME ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ 59358 COLOR PLAY ECOWORX® TILE MODULAR CARPET TILE SY 34.24$ 5T161 COLOR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 59595 COLOUR PLANK ECOWORX® TILE MODULAR CARPET TILE SY 41.27$ 59342 CONNECT ECOWORX® TILE MODULAR CARPET TILE SY 29.49$ 59326 CONSTELLATION ECOWORX® TILE MODULAR CARPET TILE SY 34.01$ 5T104 CONSTRUCT ECOWORX® TILE MODULAR CARPET TILE SY 32.00$ 5T160 CONTACT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 5T269 CONVENE ECOWORX® TILE MODULAR CARPET TILE SY 30.79$ 5T103 COPY ECOWORX® TILE MODULAR CARPET TILE SY 32.00$ 59491 CORDED ECOWORX® TILE MODULAR CARPET TILE SY 40.45$ 5T140 CREATE ECOWORX® TILE MODULAR CARPET TILE SY 56.36$ 5T241 CURVE ECOWORX® TILE MODULAR CARPET TILE SY 31.58$ 5T203 DASH ECOWORX® TILE MODULAR CARPET TILE SY 31.65$ 59390 DECOR ECOWORX® TILE MODULAR CARPET TILE SY 41.73$ 5T211 DEPTH ECOWORX® TILE MODULAR CARPET TILE SY 43.70$ 5T242 DIAGONAL ECOWORX® TILE MODULAR CARPET TILE SY 31.58$ 5T233 DIFFUSE 24" X 24" ECOLOGIX® MODULAR CARPET TILE SY 25.49$ 5T234 DIFFUSE 24" X 24" ECOLOGIX® ES MODULAR CARPET TILE SY 28.58$ 59575 DIFFUSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 27.48$ 5T185 DIFFUSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 26.03$ 5T071 DIRECTION ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 5T217 DISCOVER ECOWORX® TILE MODULAR CARPET TILE SY 37.15$ 59576 DISPERSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 27.46$ 5T184 DISPERSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 26.03$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 59566 DISSOLVE ECOWORX® TILE MODULAR CARPET TILE SY 51.60$ 5T127 DISTORT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 22.75$ 5T142 DRIFT ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 5T108 DUOTONE ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T239 DWELLING ECOWORX® TILE MODULAR CARPET TILE SY 33.15$ 5T041 DYE LAB ECOWORX® TILE MODULAR CARPET TILE SY 58.02$ 59338 EARTH TONE ECOWORX® TILE MODULAR CARPET TILE SY 43.56$ 5T040 EMBARK ECOWORX® TILE MODULAR CARPET TILE SY 28.07$ 59573 EMBELLISH ECOWORX® TILE MODULAR CARPET TILE SY 35.17$ 59343 EMOTION ECOWORX® TILE MODULAR CARPET TILE SY 34.75$ 5T187 ENGAGE ECOWORX® TILE MODULAR CARPET TILE SY 28.15$ 5T033 ENTREE ECOWORX® TILE MODULAR CARPET TILE SY 45.22$ 59337 ENTWINE ECOWORX® TILE MODULAR CARPET TILE SY 42.50$ 5T268 ESTABLISH ECOWORX® TILE MODULAR CARPET TILE SY 30.79$ 5T059 EXPAND ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 5T219 EXPANSE ECOWORX® TILE MODULAR CARPET TILE SY 51.18$ 5T143 EXPLORE ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 5T151 EXPOSE ECOWORX® TILE MODULAR CARPET TILE SY 41.03$ 59597 FADE ECOWORX® TILE MODULAR CARPET TILE SY 40.37$ 5T235 FAMILIAR ECOWORX® TILE MODULAR CARPET TILE SY 48.98$ 5T199 FAULT LINES II ECOWORX® TILE MODULAR CARPET TILE SY 29.39$ 5T079 FIELD ECOWORX® TILE MODULAR CARPET TILE SY 30.38$ 5T074 FILTER ECOWORX® TILE MODULAR CARPET TILE SY 38.96$ 5T113 FINE POINT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 59455 FOCUS ECOWORX® TILE MODULAR CARPET TILE SY 32.94$ 5T060 FOLDED ECOWORX® TILE MODULAR CARPET TILE SY 44.76$ 5T062 FOLDED EDGE ECOWORX® TILE MODULAR CARPET TILE SY 44.76$ 5T136 FORM ECOWORX® TILE MODULAR CARPET TILE SY 54.71$ 5T169 FOUNDATION ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 5T038 FRINGE ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 59562 GLAZE ECOWORX® TILE MODULAR CARPET TILE SY 27.28$ 59329 GLIMMER ECOWORX® TILE MODULAR CARPET TILE SY 28.86$ 5T128 GLITCH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 59360 GLITZ ECOWORX® TILE MODULAR CARPET TILE SY 37.81$ 59534 GRADIENT ECOWORX® TILE MODULAR CARPET TILE SY 29.16$ 5T200 GRAVEL II ECOWORX® TILE MODULAR CARPET TILE SY 29.39$ 59479 GROUNDWORKS III ECOWORX® TILE MODULAR CARPET TILE SY 39.42$ 5T193 HANA ECOWORX® TILE MODULAR CARPET TILE SY 38.77$ 5T037 HAZE ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T024 HINT ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T134 HONED ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ 5T236 HONEST ECOWORX® TILE MODULAR CARPET TILE SY 48.98$ 59115 HORIZONTAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 43.99$ 5T282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.64$ 59580 HYBRID ECOWORX® TILE MODULAR CARPET TILE SY 27.95$ 5T065 HYPE ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T237 IDENTITY ECOWORX® TILE MODULAR CARPET TILE SY 48.98$ 5T049 IGNITE ECOWORX® TILE MODULAR CARPET TILE SY 38.13$ 5T188 IMPACT ECOWORX® TILE MODULAR CARPET TILE SY 28.49$ 5T257 IMPRESSION I ECOWORX® TILE MODULAR CARPET TILE SY 35.88$ 5T258 IMPRESSION II ECOWORX® TILE MODULAR CARPET TILE SY 35.88$ 5T259 IMPRESSION III ECOWORX® TILE MODULAR CARPET TILE SY 35.88$ 5T260 IMPRESSION IV ECOWORX® TILE MODULAR CARPET TILE SY 35.88$ 59592 IMPRINT ECOWORX® TILE MODULAR CARPET TILE SY 37.02$ 5T010 INFINITE ECOWORX® TILE MODULAR CARPET TILE SY 27.54$ 59339 INGRAIN ECOWORX® TILE MODULAR CARPET TILE SY 42.98$ 5T208 INTENT STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ 5T085 INTERACT ECOWORX® TILE MODULAR CARPET TILE SY 39.79$ 59558 INTRIGUE ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 5T280 JACQUARD 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.64$ 5T016 JASPER ECOWORX® TILE MODULAR CARPET TILE SY 42.27$ 5T046 KASURI ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 59359 KINETIC ECOWORX® TILE MODULAR CARPET TILE SY 34.83$ 5T099 KIT ECOWORX® TILE MODULAR CARPET TILE SY 59.68$ 59492 KNIT ECOWORX® TILE MODULAR CARPET TILE SY 41.52$ 5T194 KUSA ECOWORX® TILE MODULAR CARPET TILE SY 37.25$ 59106 LINAGE ECOWORX® TILE MODULAR CARPET TILE SY 30.70$ 5T055 LINEAR HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 51.39$ 5T056 LINEAR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 51.39$ 5T114 LINEWEIGHT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 5T144 LINGER ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 59105 LINK ECOWORX® TILE MODULAR CARPET TILE SY 30.70$ 59362 LUMINOSITY ECOWORX® TILE MODULAR CARPET TILE SY 38.66$ 5T130 MANIPULATE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T101 MATMEE ECOWORX® TILE MODULAR CARPET TILE SY 64.65$ 5T263 MEMORY ECOWORX® TILE MODULAR CARPET TILE SY 22.92$ 59167 MERGE ECOWORX® TILE MODULAR CARPET TILE SY 38.66$ 5T044 MESH ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 5T014 MICA ECOWORX® TILE MODULAR CARPET TILE SY 42.27$ 5T075 MIGRATE ECOWORX® TILE MODULAR CARPET TILE SY 38.96$ 59164 MINIMAL ECOWORX® TILE MODULAR CARPET TILE SY 38.76$ 59466 MIRROR IMAGE ECOWORX® TILE MODULAR CARPET TILE SY 35.07$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 59502 MOMENTUM IV ECOWORX® TILE MODULAR CARPET TILE SY 27.57$ 5T238 NEST ECOWORX® TILE MODULAR CARPET TILE SY 33.15$ 5T073 NUANCE ECOWORX® TILE MODULAR CARPET TILE SY 38.96$ 5T296 OFFSET STRATAWORX® TILE MODULAR CARPET TILE SY 17.14$ 5T166 ORNATE ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 59598 OVERLAY ECOWORX® TILE MODULAR CARPET TILE SY 40.40$ 5T034 PATH ECOWORX® TILE MODULAR CARPET TILE SY 41.27$ 5T083 PAUSE ECOWORX® TILE MODULAR CARPET TILE SY 39.79$ 5T201 PAVERS II ECOWORX® TILE MODULAR CARPET TILE SY 29.39$ 59369 PETO II 20 ECOWORX® TILE MODULAR CARPET TILE SY 29.99$ 59371 PETO II 26 ECOWORX® TILE MODULAR CARPET TILE SY 33.89$ 5T098 PLAIN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 61.34$ 5T054 PLANE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T243 POINT ECOWORX® TILE MODULAR CARPET TILE SY 31.58$ 5T035 PORTAL ECOWORX® TILE MODULAR CARPET TILE SY 41.27$ 5T206 POURED ECOWORX® TILE MODULAR CARPET TILE SY 21.85$ 59525 PRAIRIE ECOWORX® TILE MODULAR CARPET TILE SY 39.69$ 5T213 PRESENCE ECOWORX® TILE MODULAR CARPET TILE SY 48.22$ 5T123 PRIMARY ECOWORX® TILE MODULAR CARPET TILE SY 24.04$ 5T170 PRIMITIVE ECOWORX® TILE MODULAR CARPET TILE SY 91.18$ 59463 PRISMA ECOWORX® TILE MODULAR CARPET TILE SY 35.07$ 5T209 PURPOSE STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ 5T017 QUARTZ ECOWORX® TILE MODULAR CARPET TILE SY 42.27$ 59361 RADIANCE ECOWORX® TILE MODULAR CARPET TILE SY 39.25$ 5T078 REALM ECOWORX® TILE MODULAR CARPET TILE SY 29.56$ 5T139 REFLECT ECOWORX® TILE MODULAR CARPET TILE SY 56.36$ 5T152 RELIEF ECOWORX® TILE MODULAR CARPET TILE SY 41.03$ 5T141 RENEW ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ 59387 REPARTEE ECOWORX® TILE MODULAR CARPET TILE SY 30.93$ 5T091 REST ECOWORX® TILE MODULAR CARPET TILE SY 39.60$ 5T168 RESURFACE ECOWORX® TILE MODULAR CARPET TILE SY 43.10$ 5T165 RETHREAD ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T069 REVERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 59363 RICHE ECOWORX® TILE MODULAR CARPET TILE SY 36.65$ 5T105 ROTATE ECOWORX® TILE MODULAR CARPET TILE SY 32.00$ 5T109 SATURATE ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T080 SCAPE ECOWORX® TILE MODULAR CARPET TILE SY 29.55$ 5T007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 32.74$ 5T183 SCULPT LOOP ECOWORX® TILE MODULAR CARPET TILE SY 32.72$ 5T172 SEA ECOWORX® TILE MODULAR CARPET TILE SY 24.04$ 5T173 SEA EDGE ECOWORX® TILE MODULAR CARPET TILE SY 24.04$ 5T216 SEEK ECOWORX® TILE MODULAR CARPET TILE SY 37.15$ 5T196 SERENITY ECOWORX® TILE MODULAR CARPET TILE SY 36.28$ 5T070 SHAPE ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 5T240 SHELTER ECOWORX® TILE MODULAR CARPET TILE SY 33.15$ 59328 SHINE ECOWORX® TILE MODULAR CARPET TILE SY 28.87$ 59550 SITE LINES ECOWORX® TILE MODULAR CARPET TILE SY 35.40$ 5T210 SITUATION STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ 59591 SKETCH ECOWORX® TILE MODULAR CARPET TILE SY 37.04$ 5T174 SKY ECOWORX® TILE MODULAR CARPET TILE SY 24.04$ 5T133 SLAB ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ 59584 SPECTRUM ECOWORX® TILE MODULAR CARPET TILE SY 39.94$ 5T244 SQUARE ECOWORX® TILE MODULAR CARPET TILE SY 31.58$ 5T207 STACKED ECOWORX® TILE MODULAR CARPET TILE SY 21.85$ 5T084 STEP ECOWORX® TILE MODULAR CARPET TILE SY 39.79$ 5T051 STILL ECOWORX® TILE MODULAR CARPET TILE SY 38.13$ 5T214 STILL LIFE ECOWORX® TILE MODULAR CARPET TILE SY 48.22$ 5T116 STIPPLE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ 59224 STRAIGHTFORWARD ECOWORX® TILE MODULAR CARPET TILE SY 35.07$ 59530 STRIKING ECOWORX® TILE MODULAR CARPET TILE SY 34.54$ 5T297 STRUCTURE STRATAWORX® TILE MODULAR CARPET TILE SY 17.14$ 5T267 SUPPORT ECOWORX® TILE MODULAR CARPET TILE SY 30.79$ 5T125 SURROUND ECOWORX® TILE MODULAR CARPET TILE SY 24.50$ 5T018 TANGLE ECOWORX® TILE MODULAR CARPET TILE SY 28.01$ 5T022 TECHNIQUE ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T019 TEMPT ECOWORX® TILE MODULAR CARPET TILE SY 28.01$ 5T279 TEXTILE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.64$ 59587 THE ECCENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 45.07$ 59585 THE SOCIALITE ECOWORX® TILE MODULAR CARPET TILE SY 45.68$ 5T186 THINK ECOWORX® TILE MODULAR CARPET TILE SY 28.15$ 5T156 TINGE ECOWORX® TILE MODULAR CARPET TILE SY 28.18$ 5T005 TRACE ECOWORX® TILE MODULAR CARPET TILE SY 32.82$ 5T204 TRACK ECOWORX® TILE MODULAR CARPET TILE SY 31.65$ 5T197 TRANQUIL ECOWORX® TILE MODULAR CARPET TILE SY 36.28$ 59563 TRANSPARENT ECOWORX® TILE MODULAR CARPET TILE SY 27.69$ 59368 TRU COLOURS ECOWORX® TILE MODULAR CARPET TILE SY 36.61$ 5T205 TURN ECOWORX® TILE MODULAR CARPET TILE SY 31.65$ 5T150 UNCOVER ECOWORX® TILE MODULAR CARPET TILE SY 41.03$ 5T157 UNDERTONE ECOWORX® TILE MODULAR CARPET TILE SY 26.78$ 5T090 UNWIND ECOWORX® TILE MODULAR CARPET TILE SY 39.60$ 5T110 VALUE ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ 5T023 VANISH ECOWORX® TILE MODULAR CARPET TILE SY 48.07$ 5T086 VANTAGE ECOWORX® TILE MODULAR CARPET TILE SY 39.79$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 5T036 VAPOR ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ 5T009 VAST ECOWORX® TILE MODULAR CARPET TILE SY 27.54$ 59594 VEIL ECOWORX® TILE MODULAR CARPET TILE SY 37.04$ 59114 VERTICAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 43.98$ 5T001 VIBRANT ECOWORX® TILE MODULAR CARPET TILE SY 33.40$ 5T002 VISIBLE ECOWORX® TILE MODULAR CARPET TILE SY 33.29$ 5T039 WANDER ECOWORX® TILE MODULAR CARPET TILE SY 33.85$ 5T031 WELCOME II ECOWORX® TILE MODULAR CARPET TILE SY 43.84$ 5T158 ZONE ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ RESILIENT 0718V ARTESIAN SHEET RESILIENT SY 9.68$ 0301V BASSTONES SHEET RESILIENT SY 39.36$ 001VS BIO LIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ 270VS BIO-BASED WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 104.59$ 0001V BIOLIFE ™ SHEET RESILIENT SY 38.84$ 0565V BRUSH 12 MIL MODULAR RESILIENT SF 1.99$ 0552V BRUSH 20 MIL MODULAR RESILIENT SF 3.65$ 0656V BRUSH 8 MIL MODULAR RESILIENT SF 1.63$ 0513V CHANGE SHEET RESILIENT ROLL 39.02$ 022VS CHORDINATES WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)60.84$ 0512V CONSTANT SHEET RESILIENT SY 39.76$ 0927V COVE MODULAR RESILIENT SF 4.00$ 0203V CRETE MODULAR RESILIENT SF 3.79$ 0922V CUT MODULAR RESILIENT SF 3.73$ 0009V DECO ADVANTAGE STONE MODULAR RESILIENT SF 3.84$ 0618V EMERGE MODULAR RESILIENT SF 3.69$ 0364V GRAIN MODULAR RESILIENT SF 4.74$ 0502V GRAIN - DIRECT GLUE MODULAR RESILIENT SF 3.43$ 071VS HUSH II UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (280 SF)329.56$ 0896V IN TANDEM PLANK MODULAR RESILIENT SF 5.97$ 0897V IN TANDEM SHEET SHEET RESILIENT SY 47.78$ 0926V INLET MODULAR RESILIENT SF 4.00$ 0895V INNATE TILE MODULAR RESILIENT SF 5.97$ 0884V INSPIRE LVT MODULAR RESILIENT SF 3.47$ 0514V INTERVAL MODULAR RESILIENT SF 3.63$ 0692V INTRICATE MODULAR RESILIENT SF 3.69$ 0215V JEOGORI MODULAR RESILIENT SF 3.79$ 0993V JOY SQUARED MODULAR RESILIENT SF 3.27$ 0551V LEVEL HEXAGON MODULAR RESILIENT SF 6.90$ 0567V LINE 12 MIL MODULAR RESILIENT SF 2.06$ 0554V LINE 20 MIL MODULAR RESILIENT SF 3.87$ 0116V NATIVE ORIGINS MODULAR RESILIENT SF 2.27$ 0002V NATURELIFE SHEET RESILIENT SY 37.60$ 002VS NATURELIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ 0365V PIGMENT MODULAR RESILIENT SF 4.74$ 0503V PIGMENT - DIRECT GLUE MODULAR RESILIENT SF 3.43$ 0566V PLASTER 12 MIL MODULAR RESILIENT SF 2.06$ 0553V PLASTER 20 MIL MODULAR RESILIENT SF 3.65$ 0186V QUIET COVER-W IN*STEP MODULAR RESILIENT SF 4.71$ 0797V REED SHEET RESILIENT SY 33.57$ 0733V RETHINK MODULAR RESILIENT SF 6.77$ 0003V REXCOURT 4.5 MM SHEET RESILIENT SY 41.13$ 0004V REXCOURT 6.5 MM SHEET RESILIENT SY 47.41$ 0005V REXCOURT 8.0 MM SHEET RESILIENT SY 60.78$ 021VS REXCOURT WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)100.99$ 0798V ROJI SHEET RESILIENT SY 33.57$ 0945V SHEAR MODULAR RESILIENT SF 3.81$ 0709V SHIFT MODULAR RESILIENT SF 6.27$ 0648V SOLITUDE MODULAR RESILIENT SF 4.32$ 0012V STATIC PULSE SUMMIT SERIES - SSV-01 STATIC SMART TILE SF 5.69$ 0516V STRAND MODULAR RESILIENT SF 3.76$ 0515V SURFACE MODULAR RESILIENT SF 3.76$ 0796V TATAMI SHEET RESILIENT SY 33.57$ 353VS TERASU WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 55.31$ 0517V TERRAIN 12MIL MODULAR RESILIENT SF 2.06$ 0564V TERRAIN 20MIL MODULAR RESILIENT SF 3.76$ 0655V TERRAIN 8 MIL MODULAR RESILIENT SF 1.63$ 0453V TERRAIN II 12 MIL MODULAR RESILIENT SF 2.07$ 0454V TERRAIN II 20MIL MODULAR RESILIENT SF 3.17$ 0892V TERRAIN II 30 MIL MODULAR RESILIENT SF 3.82$ SCUN2 TERRAIN II OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 39.38$ SCQT2 TERRAIN II QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 39.38$ SCSN2 TERRAIN II STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 46.81$ SCUN1 TERRAIN OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 39.38$ SCQT1 TERRAIN QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 39.38$ SCSN1 TERRAIN STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 46.81$ 0710V TILT MODULAR RESILIENT SF 6.18$ 0187V UNCOMMON GROUND 4" MODULAR RESILIENT SF 3.79$ 0188V UNCOMMON GROUND 6" MODULAR RESILIENT SF 3.79$ 0601V UNVEIL MODULAR RESILIENT SF 4.32$ 0873V VITALITY SHEET RESILIENT SY 32.96$ 236VS VITALITY WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 55.31$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 STATIC SMART 013VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 4 GAL ADHESIVE - STATIC SMART TILE PAIL 398.68$ 018VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 1 GAL ADHESIVE - STATIC SMART TILE PAIL 104.54$ 5T019 COLLABORATORS MODULAR CARPET TILE SY 28.01$ 42CV8 COLONIAL STATIC SMART TILE SY 58.86$ N5003 COMPURELEASE STATIC SMART TILE PAIL 352.61$ N5002 COMPURELEASE STATIC SMART TILE PAIL 95.68$ N5004 COPPER GROUNDING STRIP FOR CONCRETE FLOORS ADHESIVE - STATIC SMART TILE EA 10.61$ 5T018 DAILY PLANNER MODULAR CARPET TILE SY 28.01$ 429RD DISCOVERY ECO STATIC SMART TILE SY 57.16$ N5005 GROUNDING KIT FOR ACCESS FLOORING ADHESIVE - STATIC SMART TILE EA 14.16$ 4029D LAN 4.0 STATIC SMART TILE SY 71.69$ 42CV8 LAN 4.1 STATIC SMART TILE SY 58.86$ 42GDY LANDMARK SERIES STATIC SMART TILE SY 39.49$ 4298R PRESIDENTIAL STATIC SMART TILE SY 58.48$ 0012V SUMMIT SERIES STATIC SMART TILE SF 5.69$ 5T040 WORKSPACE MODULAR CARPET TILE SY 28.07$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1000) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 53.09$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM H1036) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 66.77$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1200) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 46.97$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM H3800) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 68.63$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE N3800) (BROADLOOM L3800) ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 68.63$ 336VS 4" METALLIC WALL BASE ROLL ACCESSORIES - WALL BASE ROLL 136.75$ 179PE 4"W X 120'L TOELESS WALL BASE ROLL ACCESSORIES - WALL BASE ROLL (120 LF)130.19$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 148VS) ACCESSORIES - WALL BASE ROLL (120 LF)130.19$ 2U994 4.5" ANGLE PROFILE (RESILIENT 149VS) ACCESSORIES - WALL BASE BOX (6/BOX)136.03$ 2U995 4.5" DETAIL PROFILE (RESILIENT 150VS) ACCESSORIES - WALL BASE BOX (6/BOX)136.03$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM H4000) ADHESIVE - BROADLOOM CARPET 1 QT BOTTLE 15.26$ UV856 4100 - RESILIENT 1 GALLON ADHESIVE ADHESIVE - RESILIENT 1 GAL PAIL 61.79$ UVS12 4100 - RESILIENT 4 GALLON ADHESIVE ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 009VS) ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 012VS) ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ 340VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - RESILIENT EA 230.14$ 9150N 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - MODULAR CARPET TILE EA 230.14$ F9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - BROADLOOM CARPET EA 230.14$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE N5000) ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 108.37$ H5001 5001 - TILE STANDARD ADHESIVE ADHESIVE - MODULAR CARPET TILE 1 GAL PAIL 31.24$ N5002 5002 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 1 GAL PAIL 95.68$ N5003 5003 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 4 GAL PAIL 352.61$ N5004 5004 - STATIC DISSIPATIVE HARDWARE ADHESIVE - STATIC SMART TILE EA 10.61$ N5005 5005 - STATIC DISSIPATIVE COPPER STRIP ADHESIVE - STATIC SMART TILE EA 14.16$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE N5036) ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 120.77$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE N5100) ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 105.71$ 303VS 6" DETAIL PROFILE ACCESSORIES - WALL BASE BOX (6/BOX)219.04$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM H6200) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 125.60$ G620U 6200 - ADHESIVE DETACKIFIER (TILE H620U)(BROADLOOM N620U) ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 127.02$ J7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM CARPET 2 GAL PAIL 121.37$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM H8300) ADHESIVE - BROADLOOM CARPET 8 OZ BOTTLE 9.09$ H9000 9000 - BARRIER COAT ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 272.67$ H900U 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 272.67$ N900U 9000 - BARRIER COAT UNITS TILE ADHESIVE 2.5 GAL ADHESIVE - MODULAR CARPET TILE 2.5 GAL PAIL 272.67$ G9050 9050 - FLOOR PRIMER - (RESILIENT - 031VS)(BROADLOOM - H9050) ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 80.12$ G905U 9050 - RESIIENT FLOOR PRIMER (TILE H905U)(RESILIENT 031VU) ADHESIVE - MODULAR CARPET/RESILIENT 4 GAL PAIL 80.12$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT 032VS) ADHESIVE - RESILIENT 4 GAL PAIL 80.12$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVSCC)(TILE AVNET)(BROADLOOM AVSTR) ADHESIVE - BROADLOOM/MODULAR CARPET ROLL $ 459.93 AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVEUU) ADHESIVE - MODULAR CARPET TILE ROLL 459.93$ 2U983 CARPET REDUCER 5/16" (RESILIENT 144VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)94.44$ LOK4S CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE ADHESIVE - MODULAR CARPET TILE EA 230.24$ 302VS COLLECTIVE TIME WELD ROD ACCESSORIES - WELD ROD ROLL 54.41$ 016VS COPPER GROUND STRIPS - 4709CS ACCESSORIES - STATIC SMART TILE EA 6.12$ 2U376 COVE TUBE ADHESIVE (RESILIENT 141VS) ADHESIVE - RESILIENT TUBE (30 OZ)108.50$ CU024 CUSHIONWORX 2MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY) ROLL 290.10$ CU034 CUSHIONWORX 3MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY) ROLL 525.55$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM H3600) ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 69.12$ 087VS GROUNDWORKS UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (100 SF)90.68$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 00LDR) ADHESIVE - MODULAR CARPET TILE SLEEVE (250 SY)460.48$ LOKDA LOKDOTS APPLICATOR (TILE 00LDA) ADHESIVE - MODULAR CARPET TILE EA 92.10$ LWRX0 LOKWORX BOX ADHESIVE - MODULAR CARPET TILE 1 229.10$ 100CA MM800 ADHESIVE - RESILIENT 4 GALLON PAIL 110.24$ 9125H MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - BROADLOOM CARPET KIT 949.91$ 9125J MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - RESILIENT KIT 949.91$ 9125N MOISTURETEK MOISTURE VAPOR BARRIER 2 PART EPOXY MOISTURE MITIGATION - MODULAR CARPET KIT 949.91$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 348VS MULTI PR RD LVT ADHESIVE - RESILIENT BOX (5/BOX)42.10$ 8U124 PINLESS METAL TRACK (RESILIENT 142VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)76.96$ 350VS QUARTER ROUND LVT ACCESSORIES - MODULAR RESILIENT BOX (10/BOX)21.06$ 151VS QUARTER ROUND PROFILE ACCESSORIES - MODULAR RESILIENT BOX (12/BOX)155.46$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 146VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)102.03$ 015VS RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)24.35$ 067VS S150-95 RH - RESILIENT SPRAY (RESILIENT 067VS) ADHESIVE - RESILIENT CAN 42.41$ 109VS SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 141.21$ 027VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT MODULAR 1 GAL PAIL 55.49$ 028VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT ROLL 1 GAL PAIL 55.49$ 304VS SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GAL PAIL 139.68$ 066VS SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT 145VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)71.13$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 147VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)82.78$ 48 SPORT INSTALLATION KIT ADHESIVE - BROADLOOM EA 995.28$ 347VS STAIRNOSE LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)51.82$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 143VS) ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)90.36$ 349VS T-MOLDING LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)42.10$ VS176 TRANSITION TAPE (RESILIENT 165VS) ADHESIVE - ENGINEERED HARDWOOD ROLL (25 FT)12.56$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 095VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 2,993.12$ 2U492 VS-60 VERSASHIELD 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 094VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 1,045.29$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 096VS) ADHESIVE - ENGINEERED HARDWOOD ROLL 82.89$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 097VS) ADHESIVE - ENGINEERED HARDWOOD ROLL 102.84$ 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 098VS) ADHESIVE - ENGINEERED HARDWOOD ROLL 99.77$ VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 166VS) ADHESIVE - ENGINEERED HARDWOOD 1 GAL PAIL 34.01$ US Floors Products 02W74 BABY THRESHOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ 01W00 BABY THRESHOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01A02 BABY THRESHOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W02 BABY THRESHOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W06 BABY THRESHOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V18 BABY THRESHOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W14 BABY THRESHOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V13 BABY THRESHOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W08 BABY THRESHOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W04 BABY THRESHOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01X20 BABY THRESHOLD XRC- CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 203UV CAMARET ENGINEERED HARDWOOD SF 8.66$ 200UV CITADEL BASTION ENGINEERED HARDWOOD SF 9.39$ 201UV CITADEL FORTRESS ENGINEERED HARDWOOD SF 9.39$ 098UV COMPOSED MODULAR RESILIENT - CORETEC SF 4.15$ 094UV CONCRETE MODULAR RESILIENT - CORETEC SF 4.15$ 02W01 FLUSH STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W06 FLUSH STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W16 FLUSH STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W13 FLUSH STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W12 FLUSH STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W04 FLUSH STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W17 FLUSH STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 02W65 GU35 WOOD & BAMBOO ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 160.50$ 206UV MIDTOWN REVIVAL HANDSCRAPED ENGINEERED HARDWOOD SF 7.50$ 205UV MIDTOWN REVIVAL SMOOTH ENGINEERED HARDWOOD SF 7.50$ 204UV PALISADES ENGINEERED HARDWOOD SF 15.68$ 03W07 QUARTER ROUND CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ 01W22 QUARTER ROUND CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W25 QUARTER ROUND CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 01W27 QUARTER ROUND CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W31 QUARTER ROUND CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V45 QUARTER ROUND CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W40 QUARTER ROUND CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V39 QUARTER ROUND CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W33 QUARTER ROUND CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W29 QUARTER ROUND CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 03W38 REDUCER CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ 01W48 REDUCER CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W50 REDUCER CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W54 REDUCER CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W56 REDUCER CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V69 REDUCER CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W65 REDUCER CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01V64 REDUCER CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01W58 REDUCER CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01X54 REDUCER CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01X70 REDUCER XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 01X46 SOLID QUARTER ROUND XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 03W73 STAIR CAP CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 76.53$ 01W72 STAIR NOSE CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W74 STAIR NOSE CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W78 STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W80 STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01V94 STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W90 STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01V89 STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01W82 STAIR NOSE CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01X78 STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 01X95 STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ 032UV STRATUM 1200 MODULAR RESILIENT - CORETEC SF 4.15$ 033UV STRATUM 1800 MODULAR RESILIENT - CORETEC SF 4.15$ 023UV STRATUM 500 - 50050DLV500 MODULAR RESILIENT - CORETEC SF 4.15$ 024UV STRATUM 700 - 70050DLV700 MODULAR RESILIENT - CORETEC SF 4.15$ 058UV STRATUM DEFINED - 50DLV3001 MODULAR RESILIENT - CORETEC SF 4.38$ 053UV STRATUM EIRIS MODULAR RESILIENT - CORETEC SF 5.10$ 055UV STRATUM LINEAR MODULAR RESILIENT - CORETEC SF 4.52$ 022UV STRATUM VORTEX MODULAR RESILIENT - CORETEC SF 3.60$ 034UV STRATUM XL MODULAR RESILIENT - CORETEC SF 5.01$ 04W19 T-MOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ 02W20 T-MOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W22 T-MOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W24 T-MOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W28 T-MOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W61 T-MOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W57 T-MOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 02V56 T-MOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W30 T-MOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02W26 T-MOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ 02X62 T-MOLD XRC - CONCRETE & COMPOSED ACCESSORIES - TRIMS/TRANSITIONS EA 39.38$ Shaw Commercial Hardwood Flooring CA308 ARISTOCRAT ENGINEERED HARDWOOD SF 6.71$ CA362 AUTHENTICITY ENGINEERED HARDWOOD SF 5.33$ CA350 BESPOKE ENGINEERED HARDWOOD SF 7.84$ CRH12 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 26.46$ CFR18 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 55.82$ CRW38 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 67.77$ CSH12 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 70.55$ CSW38 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 79.73$ CSD58 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 72.96$ CA364 HANDCRAFTED ENGINEERED HARDWOOD SF 8.90$ CA361 KINSHIP ENGINEERED HARDWOOD SF 6.35$ CA334 MARIPOSA 5" ENGINEERED HARDWOOD SF 4.48$ CA286 NORTHBOROUGH HICKORY ENGINEERED HARDWOOD SF 9.75$ CORH2 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 75.76$ CORW8 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 75.76$ COSH2 OVERLAP STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 103.66$ CATMW T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 53.82$ CATMH T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 60.19$ CCH12 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 69.77$ CTDH5 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 63.84$ Shaw Commercial Laminate LCSLT COLOR SEALANT LAMINATE - ACCESSORIES EA 9.65$ LCCLN HARDSURFACE CLEANER (LAM. OR HARDWOOD) LAMINATE - ACCESSORIES EA 8.52$ LC012 HEMISPHERE NEW LAMINATE SF 3.73$ LC016 HERITAGE NEW LAMINATE SF 4.25$ LCTRK MOLDING TRACK LAMINATE - ACCESSORIES EA 9.30$ LCMPR MULTI PURPOSE REDUCER LAMINATE - ACCESSORIES EA 24.68$ LCQTR QUARTER ROUND LAMINATE - ACCESSORIES EA 11.02$ LC245 REGIMENT II NEW LAMINATE SF 2.72$ 083VS SELITAC UNDERLAYMENT 100 SF/ROLL LAMINATE - ACCESSORIES ROLL 29.30$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT) LAMINATE - ACCESSORIES ROLL 65.34$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT) LAMINATE - ACCESSORIES ROLL 65.34$ LC084 SILENT STEP ULTRA JUMBO ROLL (1000 SQ.FT.) LAMINATE - ACCESSORIES ROLL 529.44$ LCSTR STAIRNOSE LAMINATE - ACCESSORIES EA 29.81$ LCTMD T- MOLDING LAMINATE - ACCESSORIES EA 24.68$ LCTM1 T- MOLDING LAMINATE - ACCESSORIES EA 23.28$ Adhesives CAA90 ECO MADE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 126.63$ CA884 SHAW 35 MC ADHESIVE - ENGINEERED HARDWOOD EA 206.19$ CATGA SHAW TONGUE AND GROOVE ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 9.13$ CAADH SHAW URE-BOND ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 191.87$ CAA91 SHAW URETHANE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD PAIL 191.87$ CAA92 SHAW URETHANE HARDWOOD ADHESIVE REMOVER WIPES ADHESIVE - ENGINEERED HARDWOOD EA 42.96$ CAREM URETHANE ADHESIVE REMOVER ADHESIVE - ENGINEERED HARDWOOD QT 26.08$ *If exchange rate is ± 10%, then we will reevaluate and adjust accordingly, from current value. Pricing includes brokerage fees and exchange rates. *Canadian pricing are material only - Labor rate are not applicable in Canada * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price BROADLOOMI0347 ABODE CLASSICBAC®BROADLOOM CARPET SY 15.75$ 35%10.16$ I0402 AFICIONADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 27.21$ 31%18.71$ I0246 APPROACH CLASSICBAC®BROADLOOM CARPET SY 18.09$ 32%12.28$ I0497 ARAGON ULTRALOC®BROADLOOM CARPET SY 32.98$ 42%19.28$ I0498 BASQUE ULTRALOC®BROADLOOM CARPET SY 32.98$ 42%19.28$ I0104 BEST FOOT FORWARD ULTRALOC®BROADLOOM CARPET SY 22.78$ 41%13.39$ I0165 BIG SPLASH! ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.70$ 40%17.19$ I0164 BIG SPLASH! ULTRALOC®BROADLOOM CARPET SY 21.05$ 34%13.98$ I0398 BOHEMIAN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ Z6432 BUY IN CLASSICBAC®BROADLOOM CARPET SY 17.20$ 31%11.82$ I0485 CAMBER ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ I0522 CANTILEVER ULTRALOC®BROADLOOM CARPET SY 18.09$ 46%9.83$ I0523 CENTERLINE ULTRALOC®BROADLOOM CARPET SY 18.09$ 46%9.83$ I0415 CIAO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ I0132 CLOISONNE II ULTRALOC®BROADLOOM CARPET SY 47.63$ 42%27.49$ I0203 COLOR CHOICE ULTRALOC®BROADLOOM CARPET SY 40.23$ 63%14.89$ I0131 COLOR YOUR WORLD ULTRALOC®BROADLOOM CARPET SY 22.21$ 38%13.78$ I0440 COMMIT ULTRALOC®BROADLOOM CARPET SY 18.34$ 34%12.16$ I0439 DECIDE ULTRALOC®BROADLOOM CARPET SY 20.81$ 42%12.16$ I0037 DOUBLE EXPOSURE ULTRALOC®BROADLOOM CARPET SY 41.49$ 41%24.52$ I0528 ESTATE CLASSICBAC®BROADLOOM CARPET SY 19.26$ 46%10.43$ I0147 FAMOUS LAST WORDS II ULTRALOC®BROADLOOM CARPET SY 24.96$ 41%14.66$ I0399 FULL BLOOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ I0251 GAIT CLASSICBAC®BROADLOOM CARPET SY 15.08$ 21%11.86$ I0413 HALLO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ I0148 HEADLINES II ULTRALOC®BROADLOOM CARPET SY 24.92$ 41%14.66$ I0101 HOMEROOM II-26 ULTRALOC®BROADLOOM CARPET SY 18.36$ 32%12.44$ I0352 HOMEROOM V 3.0 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 25.01$ 40%14.99$ I0351 HOMEROOM V 3.0 ULTRALOC®BROADLOOM CARPET SY 18.27$ 37%11.60$ I0464 HOMESPUN CLASSICBAC®BROADLOOM CARPET SY 16.32$ 39%9.91$ I0486 INTERCEPT ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ I0487 INTERVAL ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ I0434 LEAFLET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.89$ 42%20.15$ I0247 MANNER CLASSICBAC®BROADLOOM CARPET SY 18.08$ 30%12.68$ I0422 METALLIC ALCHEMY ECOWORX® TILE BROADLOOM CARPET SY 48.87$ 42%28.35$ I0527 MOTIF CLASSICBAC®BROADLOOM CARPET SY 16.29$ 44%9.06$ I0129 NIGHT MOVES ULTRALOC®BROADLOOM CARPET SY 25.52$ 46%13.87$ I0414 NIHAO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ I0162 OPPORTUNITY KNOCKS CLASSICBAC®BROADLOOM CARPET SY 18.27$ 39%11.17$ Z6375 OPTIONS ULTRALOC®BROADLOOM CARPET SY 32.71$ 45%18.04$ I0250 PACE CLASSICBAC®BROADLOOM CARPET SY 15.09$ 27%11.06$ I0495 PALMA ULTRALOC®BROADLOOM CARPET SY 51.31$ 43%29.48$ Z6436 PAY OFF CLASSICBAC®BROADLOOM CARPET SY 17.69$ 32%11.98$ I0036 PERPETUAL MOTION ULTRALOC®BROADLOOM CARPET SY 40.17$ 42%23.45$ Z6376 PLATFORM ULTRALOC®BROADLOOM CARPET SY 35.94$ 41%21.16$ I0376 PRADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 57.35$ 41%33.68$ I0369 PUBLIC AFFAIRS CLASSICBAC®BROADLOOM CARPET SY 17.46$ 36%11.23$ I0442 RESPITE CLASSICBAC®BROADLOOM CARPET SY 16.29$ 43%9.36$ I0202 SABRE ENCORE CLASSICBAC®BROADLOOM CARPET SY 26.51$ 43%15.13$ I0120 SCHOLASTIC II 26 CLASSICBAC®BROADLOOM CARPET SY 16.57$ 34%10.88$ I0121 SCHOLASTIC II 28 ULTRALOC®BROADLOOM CARPET SY 18.78$ 34%12.34$ I0368 SEAL THE DEAL CLASSICBAC®BROADLOOM CARPET SY 19.57$ 39%11.85$ I0496 SEVILLE ULTRALOC®BROADLOOM CARPET SY 51.31$ 43%29.48$ I0367 SHAKE ON IT CLASSICBAC®BROADLOOM CARPET SY 19.57$ 39%11.85$ I0068 SOCRATES II 26 ULTRALOC®BROADLOOM CARPET SY 18.37$ 33%12.25$ I0069 SOCRATES II 28 ULTRALOC®BROADLOOM CARPET SY 20.03$ 34%13.16$ Z6367 STANDOUT ULTRALOC®BROADLOOM CARPET SY 32.25$ 44%17.94$ I0249 STRIDE CLASSICBAC®BROADLOOM CARPET SY 15.12$ 30%10.52$ I0109 STRUT YOUR STUFF ULTRALOC®BROADLOOM CARPET SY 24.02$ 43%13.63$ I0441 SUCCEED ULTRALOC®BROADLOOM CARPET SY 19.57$ 38%12.16$ I0049 SWEET ULTRALOC®BROADLOOM CARPET SY 24.85$ 36%15.99$ I0248 TECHNIQUE CLASSICBAC®BROADLOOM CARPET SY 18.13$ 36%11.57$ I0443 TESTED CLASSICBAC®BROADLOOM CARPET SY 24.73$ 45%13.72$ Z6434 TRADE UP CLASSICBAC®BROADLOOM CARPET SY 17.22$ 33%11.48$ I0444 TRIED CLASSICBAC®BROADLOOM CARPET SY 23.85$ 42%13.72$ I0445 TRUE CLASSICBAC®BROADLOOM CARPET SY 23.85$ 42%13.72$ I0157 TWIST&SHOUT II ULTRALOC®BROADLOOM CARPET SY 24.93$ 41%14.66$ I0400 VIVANT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ I0200 WINDSWEPT ENCORE CLASSICBAC®BROADLOOM CARPET SY 19.05$ 35%12.30$ I0366 WORD OF MOUTH CLASSICBAC®BROADLOOM CARPET SY 17.46$ 36%11.23$ I0124 WORK IT CLASSICBAC®BROADLOOM CARPET SY 17.95$ 33%12.10$ TILE I0345 10K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ I0343 3K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ I0344 5K ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 43%23.70$ I0455 ABERDEEN ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ I0491 ACHIEVE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ I0404 AIRE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 49%20.76$ I0357 AIRE ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ I0421 ALLOY SHIMMER ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 42%28.35$ I0394 APERTURE ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 38%31.19$ I0505 ARTCLOTH ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ I0358 AURA ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ I0469 BACKLIT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ I0468 BACKLIT 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ I0492 BARCELONA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 44%34.02$ I0166 BIG SPLASH! ECOWORX® TILE MODULAR CARPET TILE SY 45.10$ 43%25.87$ Z6452 CASHMERE ECOWORX® TILE MODULAR CARPET TILE SY 53.70$ 43%30.72$ I0285 CITY FLORA ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.28$ I0284 CLEAN LINES ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.51$ I0447 COLOR BLOCK 12" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.04$ 32%23.08$ I0382 COLOR BLOCK 24" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ I0204 COLOR CHOICE ECOWORX® TILE MODULAR CARPET TILE SY 51.89$ 47%27.55$ I0374 COLOR CHOICE FACET ECOWORX® TILE MODULAR CARPET TILE SY 58.60$ 39%35.55$ I0471 COLOR FILTER ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ I0448 COLOR POP 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 34.32$ 33%23.08$ Effective: 8/7/2019 - 8/31/2020 Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 I0381 COLOR POP 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ I0110 COLOR YOUR WORLD ECOWORX® TILE MODULAR CARPET TILE SY 37.36$ 39%22.60$ I0283 COOL RAIN ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.32$ I0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ I0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ I0428 CUBE & COLOUR FACET ECOWORX® TILE MODULAR CARPET TILE SY 55.39$ 44%31.19$ I0348 DART ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ I0119 DAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 48.73$ 46%26.23$ I0410 DECATHLON ECOWORX® TILE MODULAR CARPET TILE SY 37.63$ 40%22.45$ I0384 DISMANTLE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ I0386 DISPLACE ECOWORX® TILE MODULAR CARPET TILE SY 37.35$ 40%22.45$ I0385 DISRUPT ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ I0355 DOWNLOAD ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ Z6473 DWELL ECOWORX® TILE MODULAR CARPET TILE SY 40.48$ 42%23.68$ I0286 EARTHEN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.23$ I0515 EASTERN FAÇADE STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ I0227 EASY ON THE EYES ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 30%20.93$ I0517 EDGELAND STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ I0456 EDINBURGH ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ I0342 ENFLECTION ECOWORX® TILE MODULAR CARPET TILE SY 57.92$ 43%33.06$ I0340 ENFORM ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ I0306 ENTRY POINT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ I0341 ENVERSE ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ I0512 ETCHED ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ I0359 ETHEREAL ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ Z6406 EXHILARATION ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 43%24.90$ I0291 EXPERIENCE ECOWORX® TILE MODULAR CARPET TILE SY 29.95$ 28%21.56$ I0371 FABRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ I0279 FLEX ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ I0349 FLUTTER ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ I0518 FORMWORK ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ I0481 FUTURA ECOLOGIX®MODULAR CARPET TILE SY 32.45$ 41%19.02$ I0482 FUTURA ECOLOGIX® ES MODULAR CARPET TILE SY 36.69$ 21%29.02$ I0380 FUTURA ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 38%18.65$ I0373 GEOMETRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ I0506 GLOBAL HAND ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ I0353 HOMEROOM V 3.0 ECOWORX® TILE MODULAR CARPET TILE SY 35.18$ 36%22.61$ I0350 IN FLIGHT ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 40%28.07$ Z6374 INDULGENCE ECOWORX® TILE MODULAR CARPET TILE SY 45.31$ 44%25.43$ I0501 INSTINCT STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 44%14.26$ Z6474 INTRINSIC ECOWORX® TILE MODULAR CARPET TILE SY 36.35$ 37%22.89$ I0457 INVERNESS ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ I0397 LEAFLET ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ I0383 LINEA 2 ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ Z6476 LIQUID ECOWORX® TILE MODULAR CARPET TILE SY 40.49$ 41%23.85$ Z6477 LOFT ECOWORX® TILE MODULAR CARPET TILE SY 39.67$ 39%24.36$ I0354 LOG IN ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ I0460 LOGIC STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ I0507 MICRO-WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ Z6454 MOHAIR ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.32$ I0226 MOVING ON UP ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 27%21.63$ I0499 NATURAL FORM STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 46%13.70$ I0470 NOCTURNE ECOWORX® TILE MODULAR CARPET TILE SY 52.86$ 46%28.35$ I0305 ON THE RIGHT FOOT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ I0372 OPTIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ I0483 ORBITAL ECOLOGIX®MODULAR CARPET TILE SY 32.45$ 41%19.06$ I0484 ORBITAL ECOLOGIX® ES MODULAR CARPET TILE SY 36.78$ 18%30.07$ I0379 ORBITAL ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 42%17.52$ I0316 PASEO ECOWORX® TILE MODULAR CARPET TILE SY 65.44$ 38%40.66$ I0511 PATINA ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ I0449 PIVOT POINT ECOWORX® TILE MODULAR CARPET TILE SY 38.57$ 40%23.08$ Z6453 PLUSH LINEN ECOWORX® TILE MODULAR CARPET TILE SY 53.83$ 44%29.95$ I0490 POSSIBLE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ I0317 PRADO ECOWORX® TILE MODULAR CARPET TILE SY 64.77$ 35%42.41$ I0396 PROSE ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ I0118 RAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 45.03$ 43%25.59$ I0514 REACT ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ I0489 REALIZE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ I0459 REASON STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ I0500 REBALANCE STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 44%14.26$ I0513 RELIC ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ I0465 RISE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ I0466 RUN ECOWORX® TILE MODULAR CARPET TILE SY 37.27$ 47%19.85$ I0519 SCAFFOLD ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ I0125 SCHOLASTIC II ECOWORX® TILE MODULAR CARPET TILE SY 33.43$ 38%20.74$ I0494 SEVILLE ECOWORX® TILE MODULAR CARPET TILE SY 58.14$ 41%34.02$ I0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 41%29.63$ I0356 SIGN OFF ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ I0461 SKILL STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ I0467 SLOPE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ I0126 SOCRATES II-26 ECOWORX® TILE MODULAR CARPET TILE SY 38.40$ 37%24.00$ I0239 SPEAK IN COLOR ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.55$ I0240 SPEAK IN DESIGN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.63$ Z6373 SPLURGE ECOWORX® TILE MODULAR CARPET TILE SY 47.91$ 46%25.78$ Z6475 STUDIO ECOWORX® TILE MODULAR CARPET TILE SY 39.72$ 42%23.19$ I0516 SUBURBAN ABSTRACT STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ I0290 THOUGHT ECOWORX® TILE MODULAR CARPET TILE SY 30.25$ 29%21.55$ I0520 TRANSVERSE ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ I0096 TWEED ECOWORX® TILE MODULAR CARPET TILE SY 37.24$ 41%22.06$ I0395 URBAN GARDEN TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ I0493 VALENCIA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 44%34.02$ I0450 VAULT ECOWORX® TILE MODULAR CARPET TILE SY 38.68$ 40%23.08$ Z6451 VELVET ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.24$ I0301 VIM ECOWORX® TILE MODULAR CARPET TILE SY 31.90$ 40%19.13$ I0302 VIVID ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 34%21.23$ I0304 WALK RIGHT IN II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ I0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 40%24.95$ Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 I0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 37.91$ 37%23.70$ I0280 YIELD ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ RESILIENTI424V ADESA MODULAR RESILIENT SF 6.60$ 57%2.87$ I346V ADMIX 12" X 12"MODULAR RESILIENT SF 9.45$ 39%5.79$ I508V ADMIX 18" X 36"MODULAR RESILIENT SF 11.00$ 45%6.03$ I347V ADMIX 36" X 36"MODULAR RESILIENT SF 12.00$ 44%6.71$ I429V ADMIX ENCORE GLOSS MODULAR RESILIENT SF 11.00$ 49%5.66$ I452V ADMIX ENCORE MATTE MODULAR RESILIENT SF 11.00$ 49%5.66$ I450V ADMIX MATTE 12" X 12"MODULAR RESILIENT SF 11.00$ 46%5.94$ I451V ADMIX MATTE 36" X 36"MODULAR RESILIENT SF 12.00$ 47%6.37$ S167V ADMIX WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (500 LF)200.00$ 37%126.00$ I333V AGGREGATE MODULAR RESILIENT SF 4.20$ 39%2.56$ I318V ARBOR CREST MODULAR RESILIENT SF 5.67$ 46%3.05$ I208V BOUNCE BACK SHEET RESILIENT SY 54.73$ 39%33.50$ S126V BOUNCE BACK WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)119.60$ 40%71.36$ S101V BROOKWOOD WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)74.20$ 44%41.60$ I319V BROOKWOOD+SHEET RESILIENT SY 46.35$ 42%27.10$ I313V CHARTED MODULAR RESILIENT SF 4.00$ 42%2.31$ I600V CLICK REFRESH MODULAR RESILIENT SF 6.74$ 51%3.33$ I426V CMYK SHEET RESILIENT SY 4.00$ 46%2.16$ I476V CREATIVE CODE MODULAR RESILIENT SF 4.00$ 46%2.17$ I440V CROSSOVER CLICK SHEET RESILIENT SY 6.42$ 50%3.21$ I439V CROSSOVER LOOSE LAY SHEET RESILIENT SY 5.00$ 45%2.77$ I334V DISSIPATE MODULAR RESILIENT SF 4.20$ 39%2.56$ I423V EMERY MODULAR RESILIENT SF 6.86$ 57%2.98$ I447V ENRICH PLANK MODULAR RESILIENT SF 8.00$ 47%4.22$ I448V ENRICH SHEET SHEET RESILIENT SY 64.00$ 45%35.45$ I500V FORGE AHEAD SHEET RESILIENT SY 50.42$ 46%27.44$ S122V GROUNDWORKS ACCESSORIES - SHEET RESILIENT ROLL (100 SF)75.00$ 9%68.24$ I200V HIGHLAND FOREST MODULAR RESILIENT SF 4.78$ 44%2.68$ I800V HIGHLAND FOREST 6"MODULAR RESILIENT SF 4.78$ 44%2.68$ I422V HOLISTIC SHEET SHEET RESILIENT SY 43.26$ 47%23.04$ S109V HUSH II ACCESSORIES - SHEET RESILIENT ROLL (280 SF)319.88$ 27%232.85$ I404V IVY WALK SHEET RESILIENT SY 45.32$ 46%24.51$ I311V LETTERPRESS MODULAR RESILIENT SF 4.00$ 42%2.31$ I446V MEANING MODULAR RESILIENT SF 8.00$ 47%4.22$ I315V METALLIX (FACET)MODULAR RESILIENT SF 8.40$ 43%4.82$ I314V METALLIX (RECTANGLE)MODULAR RESILIENT SF 8.40$ 43%4.82$ I337V METALLIX 9" X 36"MODULAR RESILIENT SF 8.40$ 44%4.72$ I478V MOLTEN MODULAR RESILIENT SF 6.00$ 52%2.91$ I463V MONOCHROME GLOSS MODULAR RESILIENT SF 5.00$ 45%2.75$ I462V MONOCHROME MATTE MODULAR RESILIENT SF 5.00$ 45%2.75$ I206V NORTH RIDGE 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ I207V NORTH RIDGE 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ I320V ORGANIC HUE SHEET RESILIENT SY 51.50$ 46%27.81$ I479V OXIDIZED MODULAR RESILIENT SF 6.00$ 52%2.91$ I417V REMOVE MODULAR RESILIENT SF 5.00$ 45%2.77$ I466V SPLITWOOD MODULAR RESILIENT SF 6.00$ 52%2.91$ I700V STRATIFIED MODULAR RESILIENT SF 4.63$ 42%2.68$ I322V STRATIFIED+ 12" X 24"MODULAR RESILIENT SF 5.00$ 48%2.61$ I321V STRATIFIED+ 6" X 24"MODULAR RESILIENT SF 5.00$ 45%2.76$ I464V SURFACE TONE MODULAR RESILIENT SF 5.00$ 45%2.75$ I323V TIMBER GROVE 12 MODULAR RESILIENT SF 3.30$ 56%1.46$ I325V TIMBER GROVE 20 MODULAR RESILIENT SF 5.50$ 52%2.66$ I342V TIMBER GROVE 8 MODULAR RESILIENT SF 2.09$ 45%1.16$ I420V TIMBER GROVE II MODULAR RESILIENT SF 3.30$ 56%1.46$ I421V TIMBER GROVE II 20 MIL MODULAR RESILIENT SF 5.50$ 59%2.24$ I465V TIMBER GROVE II WPC 20 MODULAR RESILIENT SF 6.00$ 50%3.02$ I438V TIMBERGROVE II 30 MIL MODULAR RESILIENT SF 5.10$ 47%2.70$ I312V TYPEFACE MODULAR RESILIENT SF 4.00$ 42%2.31$ I405V VININGS MODULAR RESILIENT SF 5.00$ 50%2.51$ I418V WITHDRAW MODULAR RESILIENT SF 5.00$ 45%2.77$ I316V WOOD PLANX MODULAR RESILIENT SF 8.40$ 43%4.82$ I336V WOOD PLANX 9" X 36"MODULAR RESILIENT SF 8.57$ 45%4.72$ I300V WOODLAND VIEW MODULAR RESILIENT SF 2.86$ 44%1.61$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1000D)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 15%39.95$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 1036D)ADHESIVE - BROADLOOM 4 GAL PAIL 56.72$ 11%50.24$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1200D)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 25%35.34$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE I0433)(BROADLOOM 3800D)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 58.33$ 11%51.64$ S168V 4" X 120' TOELESS BASE RESILIENT ADHESIVE - RESILIENT ROLL 160.80$ 40%96.12$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT S127V)ADHESIVE - RESILIENT ROLL (120 LF)160.80$ 39%97.97$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000D)ADHESIVE - BROADLOOM 4 GAL PAIL 13.04$ 12%11.48$ S105V 4100 - RESILIENT 1 GALLON ADHESIVE (ROLLS S106V)ADHESIVE - RESILIENT 1 GAL PAIL 79.88$ 48%41.75$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S102V)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S103V)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ 341VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150D)(TILE 9150V)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 214.94$ 19%173.18$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE 5000P)ADHESIVE - TILE 4 GAL PAIL 94.22$ 13%81.54$ 5001P 5001 - TILE STANDARD ADHESIVE TILE 1 GAL PAIL 26.73$ 12%23.50$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE 5036P)ADHESIVE - TILE 4 GAL PAIL 99.68$ 9%90.88$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE 5100P)ADHESIVE - TILE 1 GAL PAIL 94.22$ 16%79.54$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM 6200D)ADHESIVE - BROADLOOM 4 GAL PAIL 110.11$ 14%94.51$ G620U 6200 - ADHESIVE DETACKIFIER (TILE 620DU)ADHESIVE - TILE PAIL 110.11$ 13%95.58$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300D)ADHESIVE - BROADLOOM 8 OZ BOTTLE 8.08$ 15%6.84$ 9000D 9000 - BARRIER COAT 2.5 GAL ADHESIVE - BROADLOOM 2.5 GAL PAIL 236.37$ 11%210.87$ 900DU 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM PAIL 236.37$ 13%205.17$ G9050 9050 - FLOOR PRIMER - (RESILIENT S125V)(BROADLOOM 9050D)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ G905U 9050 - RESILIENT FLOOR PRIMER (TILE 905DU)(RESILIENT S125U)ADHESIVE - TILE/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT S124V)ADHESIVE - RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVDES)ADHESIVE - BROADLOOM ROLL (55.5 SY)409.08$ 15%346.08$ AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVDEU)ADHESIVE - TILE ROLL 409.08$ 15%346.08$ 114PM ADMIX 1 GALLON DEEP SCRUB CLEANER (RESALE) RESILIENT EA $ 110.02 18% $ 90.61 117PM ADMIX 1 GALLON GLOSS SURFACE TREATMENT (RESALE) RESILIENT EA $ 85.42 18% $ 70.34 115PM ADMIX 1 QUART DEEP SCRUB CLEANER (RESALE) RESILIENT EA $ 34.49 18% $ 28.41 118PM ADMIX 1 QUART GLOSS FINISH (RESALE) RESILIENT EA $ 28.75 18% $ 23.67 S207V ADMIX 20" MAROON DEEP SCRUB PAD (RESALE) RESILIENT Box $ 24.26 18% $ 19.98 Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 S148V ANTI-SLIP TAPE HC SUNDRIES ROLL (82FT)369.23$ 32%252.00$ S200V BABY THRESHOLD EMERY RESILIENT EA 45.50$ 39%27.83$ S270V BIO-BASED WELD ROD RESILIENT Roll $ 135.00 45% $ 73.90 306VS CADBERRY 4"W X 120'L COVE BASE ROLL RESILIENT ROLL 160.80$ 39%97.97$ S158V CAPRAIL 1.75"RESILIENT BOX 132.30$ 12%116.42$ 2U983 CARPET REDUCER 5/16" (RESILIENT S137V)RESILIENT BOX (3/BOX)117.00$ 39%71.07$ LOK4T CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE TILE ROLL 225.00$ 15%190.58$ S157V CAVETTO 6"RESILIENT BOX 152.15$ 12%133.89$ 2U376 COVE TUBE ADHESIVE (RESILIENT S132V)RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ I0446 CUSHIONWORX 2MM ADHESIVE - TILE ROLL 231.00$ 5%218.30$ I0432 CUSHIONWORX 3MM ADHESIVE - BROADLOOM SY 415.23$ 5%395.46$ S156V CYMA 4.5"RESILIENT BOX 132.30$ 12%116.42$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600D)ADHESIVE - BROADLOOM 4 GAL PAIL 61.26$ 15%52.01$ S159V FASCIA 8"RESILIENT BOX 250.00$ 45%137.25$ S201V FLUSH STAIRNOSE EMERY RESILIENT EA 54.25$ 39%33.08$ S144V LANDING TILE HC SUNDRIES CARTON (20 UNITS) 423.08$ 32%288.75$ LOKDA LOKDOT APPLICATOR (TILE 03LDA)ADHESIVE - TILE EA 82.10$ 16%69.30$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 03LDR)ADHESIVE - TILE SLEEVE (250 SY)375.00$ 8%346.50$ LWRX2 LOKWORX BOX ADHESIVE - TILE EA 213.96$ 19%172.39$ S147V MARKING TAPE-S HC SUNDRIES ROLL (82 FT)369.23$ 32%252.00$ S131V MM800 RESILIENT 4 GAL PAIL 160.00$ 43%91.25$ 9125D MOISTURETEK (RESILIENT 9125D)ADHESIVE - BROADLOOM KIT 887.18$ 19%714.79$ 9125V MOISTURETEK MOISTURE VAPOR BARRIER TILE KIT 887.18$ 19%714.79$ S202V OVERLAP REDUCER EMERY RESILIENT EA 45.50$ 39%27.83$ 8U124 PINLESS METAL TRACK (RESILIENT S139V)RESILIENT BOX (3/BOX)96.00$ 40%57.91$ S160V QUARTER ROUND RESILIENT BOX 132.30$ 12%116.42$ S204V QUARTER ROUND EMERY RESILIENT EA 45.50$ 39%27.83$ 2U982 RESILIENT CARPET REDUCER (RESILIENT S136V)RESILIENT BOX (3/BOX)126.00$ 39%76.77$ S104V RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)23.53$ 22%18.32$ S143V RUBBER TREAD HC SUNDRIES 4' TREAD 131.65$ 35%86.10$ S123V SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 115.50$ 8%106.26$ S171V SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GALLON PAIL 180.60$ 47%95.55$ S107V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ S108V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 2U995 SLOT 4.5" (RESILIENT S155V)RESILIENT BOX 115.76$ 12%102.36$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT S141V)RESILIENT BOX (3/BOX)88.00$ 39%53.52$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT S142V)RESILIENT BOX (3/BOX)103.00$ 40%62.29$ 2U994 STRAIGHT 4.5" (RESILIENT S154V)RESILIENT BOX 115.76$ 12%102.36$ S145V STRINGER/RISER HC SUNDRIES ROLL (20 FT)207.69$ 32%141.75$ S146V STRIPED TAPE HC SUNDRIES ROLL (50 FT)500.00$ 32%341.25$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT S140V)RESILIENT BOX (3/BOX)112.00$ 39%67.99$ S203V T-MOLDING EMERY RESILIENT EA 45.50$ 39%27.83$ VS176 TRANSITION TAPE (RESILIENT S138V)RESILIENT ROLL (25 FT)16.00$ 41%9.45$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S112V)TILE ROLL 897.50$ 12%786.56$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S113V)TILE ROLL 2,556.25$ 12%2,252.25$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S114V)TILE ROLL $ 71.25 12% $ 62.37 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S115V)TILE ROLL $ 88.75 13% $ 77.39 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S116V)TILE ROLL $ 86.25 13% $ 75.08 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT S133V)ADHESIVE - RESILIENT 1 GAL PAIL 42.00$ 39%25.59$ HARD SURFACE 142PM AGGREGATE - PRO EPOXY PART C ACCESSORIES - ENGINEERED HARDWOOD BOX 29.78$ 22%23.18$ 143PM 705 DUSTLESS PROSET PLUS (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 16.07$ 22%12.51$ 144PM 705 DUSTLESS PROSET PLUS (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 18.03$ 22%14.03$ 147PM 720 DUSTLESS MARBLEPRO (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 17.75$ 22%13.81$ 148PM 720 DUSTLESS MARBLEPRO (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 20.36$ 22%15.84$ 106PM 735 PREMIUMFLEX (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 23.43$ 22%18.24$ 124PM 735 PREMIUMFLEX (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 27.23$ 22%21.19$ 125PM 855 XXL THIN SET (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 35.53$ 22%27.66$ 126PM 855 XXL THIN SET (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 39.51$ 22%30.76$ 9100P ADVANCE SKIM COAT REPAIR PATCH/FEATHER FINISH ACCESSORIES - ENGINEERED HARDWOOD EA 21.87$ 22%17.02$ P113V BAKED LINEN 1" X 6" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.58$ 22%9.01$ P116V BAKED LINEN 6" X 12" COVE BASE ACCESSORIES - ENGINEERED HARDWOOD EA 15.34$ 22%11.94$ P148V BISCAYNE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 8.58$ 22%6.68$ P147V BISCAYNE 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.48$ 22%1.93$ 127PM BURST - EXCELLERATOR ACCESSORIES - ENGINEERED HARDWOOD EA 11.14$ 22%8.67$ P091V CANYON RIVER 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.83$ 22%8.43$ P089V CANYON RIVER 3" X 12" BN ACCESSORIES - ENGINEERED HARDWOOD EA 3.07$ 22%2.39$ P090V CANYON RIVER POLISHED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.71$ 22%2.89$ P011V CEMENTED 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.67$ 22%7.53$ P010V CEMENTED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.80$ 22%2.18$ P063V CHARRED HICKORY BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.28$ 22%4.89$ P064V CHARRED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.85$ 22%8.45$ P081V COASTAL PLANK BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.07$ 22%4.73$ P156V COLONIAL 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.94$ 22%2.28$ P159V COLONIAL 4" X 12" WALL BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.21$ 22%3.28$ 139PM COLORED CAULK-SANDED ACCESSORIES - ENGINEERED HARDWOOD EA 11.75$ 22%9.15$ 140PM COLORED CAULK-SMOOTH ACCESSORIES - ENGINEERED HARDWOOD EA 11.75$ 22%9.15$ P072V COOL SPRINGS 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.24$ 22%9.53$ P071V COOL SPRINGS RANDOM LINEAR ACCESSORIES - ENGINEERED HARDWOOD EA 10.81$ 22%8.41$ P151V CORONADO 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.18$ 22%0.92$ P138V CORONADO 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.24$ 22%9.53$ P152V CORONADO 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.53$ 22%1.97$ 138PM DURA NON-SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 17.24$ 22%13.42$ 102PM DURA SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 19.13$ 22%14.89$ P165V EAST HAMPTON 12" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 2.02$ 22%1.58$ P166V EAST HAMPTON 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.77$ 22%1.38$ P163V EAST HAMPTON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.35$ 22%7.28$ P164V EAST HAMPTON 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.71$ 22%2.11$ 9120P EXG INTERIOR/EXTERIOR CONCRETE REPAIR PATCH ACCESSORIES - ENGINEERED HARDWOOD EA 84.64$ 22%65.88$ 131PM FRACTURE GUARD ACCESSORIES - ENGINEERED HARDWOOD EA 125.39$ 22%97.60$ 149PM FRACTURE GUARD FD ACCESSORIES - ENGINEERED HARDWOOD EA 131.66$ 22%102.48$ P067V HARSHAW 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.58$ 22%8.24$ Material Pricing List - SourcewellStyle Numbers Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 P066V HARSHAW 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.00$ 22%2.34$ 128PM HYDRO GUARD - 1 GAL ACCESSORIES - ENGINEERED HARDWOOD EA 62.69$ 22%48.80$ 107PM HYDRO GUARD 3.5 GAL PAIL ACCESSORIES - ENGINEERED HARDWOOD EA 153.61$ 22%119.56$ P193V ILLUSION GLASS HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 16.77$ 22%13.05$ 137PM INTEGRA COLOR GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ P170V IRONSTONE 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.62$ 22%1.26$ P169V IRONSTONE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.19$ 22%7.15$ P168V IRONSTONE 3X13 BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.68$ 22%2.09$ P109V MADISON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.18$ 22%11.81$ P107V MADISON 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.96$ 22%2.30$ P108V MADISON RANDOM LINEAR MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 24.73$ 22%19.25$ S307V MOISTURESHIELD ACCESSORIES - ENGINEERED HARDWOOD EA 578.37$ 22%450.19$ 133PM PROPATCH ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ 134PM PROPATCH XF ACCESSORIES - ENGINEERED HARDWOOD EA 25.08$ 22%19.52$ P077V SILK WALNUT 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.19$ 22%4.82$ P078V SILK WALNUT MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.31$ 22%8.02$ 136PM SLU PRIMER ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ P085V SPICED HICKORY 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.19$ 22%4.82$ P086V SPICED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.69$ 22%8.32$ P033V SPLENDID 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.72$ 22%7.56$ P185V SPLENDID 3" X 12" MATTE ACCESSORIES - ENGINEERED HARDWOOD EA 4.73$ 22%3.68$ P031V SPLENDID 3" X 12" POLISHED ACCESSORIES - ENGINEERED HARDWOOD EA 4.73$ 22%3.68$ P032V SPLENDID HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.02$ 22%11.69$ S306V SURFACE PREP EXT ACCESSORIES - ENGINEERED HARDWOOD EA 451.41$ 22%351.37$ P130V TRECKWOOD 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.07$ 22%4.73$ P131V TRECKWOOD MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.42$ 22%8.11$ 132PM UNDERLAYMENT C ACCESSORIES - ENGINEERED HARDWOOD EA 32.91$ 22%25.62$ 135PM UNDERLAYMENT SLU ACCESSORIES - ENGINEERED HARDWOOD EA 42.32$ 22%32.94$ P021V URBAN EASE 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 4.53$ 22%3.52$ P024V URBAN EASE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 3.30$ 22%2.57$ P018V URBAN EASE 4" X 16" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.80$ 22%3.74$ 141PM PRO EPOXY PARTS A & B ADHESIVE - ENGINEERED HARDWOOD PAIL 59.56$ 22%46.36$ 129PM ADDITIONAL FABRIC 8" X 165'ACCESSORIES - ENGINEERED HARDWOOD ROLL 59.56$ 22%46.36$ 130PM FABRIC BASE ROLL 8" X 90'ACCESSORIES - ENGINEERED HARDWOOD ROLL 34.48$ 22%26.84$ P111V BAKED LINEN 12" X 24"ENGINEERED HARDWOOD SF 3.00$ 22%2.34$ P112V BAKED LINEN 2" MOSAIC ENGINEERED HARDWOOD SF 10.26$ 22%7.99$ P115V BAKED LINEN 3" X 12" BN ENGINEERED HARDWOOD SF 2.87$ 22%2.23$ P146V BISCAYNE 12" X 24"ENGINEERED HARDWOOD SF 1.39$ 22%1.08$ P144V BISCAYNE 13"ENGINEERED HARDWOOD SF 1.07$ 22%0.83$ P145V BISCAYNE 17"ENGINEERED HARDWOOD SF 1.25$ 22%0.97$ P087V CANYON RIVER 12" X 24"ENGINEERED HARDWOOD SF 2.09$ 22%1.63$ P088V CANYON RIVER 12" X 24" POLISHED ENGINEERED HARDWOOD SF 2.66$ 22%2.07$ P007V CEMENTED 12" X 24"ENGINEERED HARDWOOD SF 2.16$ 22%1.68$ P006V CEMENTED 13"ENGINEERED HARDWOOD SF 1.91$ 22%1.49$ P008V CEMENTED 18"ENGINEERED HARDWOOD SF 1.98$ 22%1.54$ P061V CHARRED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.50$ 22%1.95$ P062V CHARRED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 2.84$ 22%2.21$ P079V COASTAL PLANK 6" X 24"ENGINEERED HARDWOOD SF 2.75$ 22%2.14$ P080V COASTAL PLANK 8" X 32"ENGINEERED HARDWOOD SF 3.07$ 22%2.39$ P082V COASTAL PLANK MOSAIC ENGINEERED HARDWOOD SF 17.43$ 22%13.57$ P155V COLONIAL 12" X 24"ENGINEERED HARDWOOD SF 3.00$ 22%2.34$ P158V COLONIAL 4" X 12"ENGINEERED HARDWOOD SF 5.92$ 22%4.60$ P068V COOL SPRINGS 3" X 6"ENGINEERED HARDWOOD SF 16.15$ 22%12.57$ P150V CORONADO 12" X 24"ENGINEERED HARDWOOD SF 1.48$ 22%1.15$ P149V CORONADO 17"ENGINEERED HARDWOOD SF 1.27$ 22%0.99$ P167V EAST HAMPTON 18"ENGINEERED HARDWOOD SF 1.80$ 22%1.40$ P065V HARSHAW 12" X 24"ENGINEERED HARDWOOD SF 3.09$ 22%2.41$ P194V ILLUSION GLASS LINEAR MOSAIC ENGINEERED HARDWOOD SF 17.38$ 22%13.53$ P171V IRONSTONE 18"ENGINEERED HARDWOOD SF 1.80$ 22%1.40$ P106V MADISON 12" X 24"ENGINEERED HARDWOOD SF 3.03$ 22%2.36$ P075V SILK WALNUT 6" X 24"ENGINEERED HARDWOOD SF 2.05$ 22%1.59$ P076V SILK WALNUT 6" X 36"ENGINEERED HARDWOOD SF 2.32$ 22%1.81$ P083V SPICED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.50$ 22%1.95$ P084V SPICED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 2.84$ 22%2.21$ P186V SPLENDID 12" X 24" MATTE ENGINEERED HARDWOOD SF 3.87$ 22%3.01$ P027V SPLENDID 12" X 24" POLISHED ENGINEERED HARDWOOD SF 3.66$ 22%2.85$ p187v SPLENDID 16" X 32" MATTE ENGINEERED HARDWOOD SF 4.73$ 22%3.68$ P188V SPLENDID 16" X 32" POLISHED ENGINEERED HARDWOOD SF 4.73$ 22%3.68$ P030V SPLENDID 24" X 24" POLISHED ENGINEERED HARDWOOD SF 3.53$ 22%2.75$ P026V SPLENDID 4" X 12" PLSH ENGINEERED HARDWOOD SF 5.42$ 22%4.22$ P074V SPRINGBROOK 6" X 20" CHEVRON ENGINEERED HARDWOOD SF 13.15$ 22%10.24$ P073V SPRINGBROOK 8.5" X 40"ENGINEERED HARDWOOD SF 3.37$ 22%2.62$ P128V TRECKWOOD 6" X 24"ENGINEERED HARDWOOD SF 2.75$ 22%2.14$ P129V TRECKWOOD 8" X 32"ENGINEERED HARDWOOD SF 3.07$ 22%2.39$ P013V URBAN EASE 3" X 6"ENGINEERED HARDWOOD SF 1.96$ 22%1.52$ P016V URBAN EASE 4" X 16"ENGINEERED HARDWOOD SF 1.68$ 22%1.31$ 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) BROADLOOM I0347 ABODE CLASSICBAC®BROADLOOM CARPET SY 13.51$ I0402 AFICIONADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.87$ I0246 APPROACH CLASSICBAC®BROADLOOM CARPET SY 16.32$ I0497 ARAGON ULTRALOC®BROADLOOM CARPET SY 25.62$ I0498 BASQUE ULTRALOC®BROADLOOM CARPET SY 25.62$ I0104 BEST FOOT FORWARD ULTRALOC®BROADLOOM CARPET SY 17.79$ I0165 BIG SPLASH! ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 22.84$ I0164 BIG SPLASH! ULTRALOC®BROADLOOM CARPET SY 18.57$ I0398 BOHEMIAN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.50$ Z6432 BUY IN CLASSICBAC®BROADLOOM CARPET SY 15.70$ I0485 CAMBER ULTRALOC®BROADLOOM CARPET SY 13.94$ I0522 CANTILEVER ULTRALOC®BROADLOOM CARPET SY 13.91$ I0523 CENTERLINE ULTRALOC®BROADLOOM CARPET SY 13.91$ I0415 CIAO ULTRALOC® PATTERN BROADLOOM CARPET SY 30.25$ I0132 CLOISONNE II ULTRALOC®BROADLOOM CARPET SY 36.53$ I0203 COLOR CHOICE ULTRALOC®BROADLOOM CARPET SY 19.79$ I0131 COLOR YOUR WORLD ULTRALOC®BROADLOOM CARPET SY 18.31$ I0440 COMMIT ULTRALOC®BROADLOOM CARPET SY 16.16$ I0439 DECIDE ULTRALOC®BROADLOOM CARPET SY 16.16$ I0037 DOUBLE EXPOSURE ULTRALOC®BROADLOOM CARPET SY 32.59$ I0528 ESTATE CLASSICBAC®BROADLOOM CARPET SY 14.76$ I0147 FAMOUS LAST WORDS II ULTRALOC®BROADLOOM CARPET SY 19.48$ I0399 FULL BLOOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.50$ I0251 GAIT CLASSICBAC®BROADLOOM CARPET SY 15.76$ I0413 HALLO ULTRALOC® PATTERN BROADLOOM CARPET SY 30.25$ I0148 HEADLINES II ULTRALOC®BROADLOOM CARPET SY 19.48$ I0101 HOMEROOM II-26 ULTRALOC®BROADLOOM CARPET SY 16.53$ I0352 HOMEROOM V 3.0 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 19.92$ I0351 HOMEROOM V 3.0 ULTRALOC®BROADLOOM CARPET SY 15.41$ I0464 HOMESPUN CLASSICBAC®BROADLOOM CARPET SY 13.71$ I0486 INTERCEPT ULTRALOC®BROADLOOM CARPET SY 13.94$ I0487 INTERVAL ULTRALOC®BROADLOOM CARPET SY 13.94$ I0434 LEAFLET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.78$ I0247 MANNER CLASSICBAC®BROADLOOM CARPET SY 16.85$ I0422 METALLIC ALCHEMY ECOWORX® TILE BROADLOOM CARPET SY 37.68$ I0527 MOTIF CLASSICBAC®BROADLOOM CARPET SY 12.82$ I0129 NIGHT MOVES ULTRALOC®BROADLOOM CARPET SY 18.43$ I0414 NIHAO ULTRALOC® PATTERN BROADLOOM CARPET SY 30.25$ I0162 OPPORTUNITY KNOCKS CLASSICBAC®BROADLOOM CARPET SY 14.84$ Z6375 OPTIONS ULTRALOC®BROADLOOM CARPET SY 23.98$ I0250 PACE CLASSICBAC®BROADLOOM CARPET SY 14.70$ I0495 PALMA ULTRALOC®BROADLOOM CARPET SY 39.18$ Z6436 PAY OFF CLASSICBAC®BROADLOOM CARPET SY 15.92$ I0036 PERPETUAL MOTION ULTRALOC®BROADLOOM CARPET SY 31.16$ Z6376 PLATFORM ULTRALOC®BROADLOOM CARPET SY 28.12$ I0376 PRADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.76$ I0369 PUBLIC AFFAIRS CLASSICBAC®BROADLOOM CARPET SY 14.92$ I0442 RESPITE CLASSICBAC®BROADLOOM CARPET SY 12.43$ I0202 SABRE ENCORE CLASSICBAC®BROADLOOM CARPET SY 20.11$ I0120 SCHOLASTIC II 26 CLASSICBAC®BROADLOOM CARPET SY 14.46$ I0121 SCHOLASTIC II 28 ULTRALOC®BROADLOOM CARPET SY 16.39$ I0368 SEAL THE DEAL CLASSICBAC®BROADLOOM CARPET SY 15.75$ I0496 SEVILLE ULTRALOC®BROADLOOM CARPET SY 39.18$ I0367 SHAKE ON IT CLASSICBAC®BROADLOOM CARPET SY 15.75$ I0068 SOCRATES II 26 ULTRALOC®BROADLOOM CARPET SY 16.29$ I0069 SOCRATES II 28 ULTRALOC®BROADLOOM CARPET SY 17.48$ Z6367 STANDOUT ULTRALOC®BROADLOOM CARPET SY 23.84$ I0249 STRIDE CLASSICBAC®BROADLOOM CARPET SY 13.98$ I0109 STRUT YOUR STUFF ULTRALOC®BROADLOOM CARPET SY 18.11$ I0441 SUCCEED ULTRALOC®BROADLOOM CARPET SY 16.16$ I0049 SWEET ULTRALOC®BROADLOOM CARPET SY 21.24$ I0248 TECHNIQUE CLASSICBAC®BROADLOOM CARPET SY 15.38$ I0443 TESTED CLASSICBAC®BROADLOOM CARPET SY 18.24$ Z6434 TRADE UP CLASSICBAC®BROADLOOM CARPET SY 15.26$ I0444 TRIED CLASSICBAC®BROADLOOM CARPET SY 18.24$ I0445 TRUE CLASSICBAC®BROADLOOM CARPET SY 18.24$ I0157 TWIST&SHOUT II ULTRALOC®BROADLOOM CARPET SY 19.48$ I0400 VIVANT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.50$ I0200 WINDSWEPT ENCORE CLASSICBAC®BROADLOOM CARPET SY 16.35$ I0366 WORD OF MOUTH CLASSICBAC®BROADLOOM CARPET SY 14.92$ I0124 WORK IT CLASSICBAC®BROADLOOM CARPET SY 16.09$ TILE I0345 10K ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0343 3K ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0344 5K ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0455 ABERDEEN ECOWORX® TILE MODULAR CARPET TILE SY 34.28$ I0491 ACHIEVE ECOWORX® TILE MODULAR CARPET TILE SY 27.50$ I0404 AIRE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 27.58$ I0357 AIRE ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0421 ALLOY SHIMMER ECOWORX® TILE MODULAR CARPET TILE SY 37.68$ I0394 APERTURE ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ I0505 ARTCLOTH ECOWORX® TILE MODULAR CARPET TILE SY 33.91$ I0358 AURA ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0469 BACKLIT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.17$ I0468 BACKLIT 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.17$ Effective: 8/7/2019 - 8/31/2020 Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 I0492 BARCELONA ECOWORX® TILE MODULAR CARPET TILE SY 45.21$ I0166 BIG SPLASH! ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ Z6452 CASHMERE ECOWORX® TILE MODULAR CARPET TILE SY 40.83$ I0285 CITY FLORA ECOWORX® TILE MODULAR CARPET TILE SY 32.26$ I0284 CLEAN LINES ECOWORX® TILE MODULAR CARPET TILE SY 32.57$ I0447 COLOR BLOCK 12" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ I0382 COLOR BLOCK 24" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 28.60$ I0204 COLOR CHOICE ECOWORX® TILE MODULAR CARPET TILE SY 36.61$ I0374 COLOR CHOICE FACET ECOWORX® TILE MODULAR CARPET TILE SY 47.25$ I0471 COLOR FILTER ECOWORX® TILE MODULAR CARPET TILE SY 36.17$ I0448 COLOR POP 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ I0381 COLOR POP 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 28.60$ I0110 COLOR YOUR WORLD ECOWORX® TILE MODULAR CARPET TILE SY 30.04$ I0283 COOL RAIN ECOWORX® TILE MODULAR CARPET TILE SY 32.33$ I0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ I0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ I0428 CUBE & COLOUR FACET ECOWORX® TILE MODULAR CARPET TILE SY 41.44$ I0348 DART ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ I0119 DAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 34.86$ I0410 DECATHLON ECOWORX® TILE MODULAR CARPET TILE SY 29.84$ I0384 DISMANTLE ECOWORX® TILE MODULAR CARPET TILE SY 34.35$ I0386 DISPLACE ECOWORX® TILE MODULAR CARPET TILE SY 29.84$ I0385 DISRUPT ECOWORX® TILE MODULAR CARPET TILE SY 34.35$ I0355 DOWNLOAD ECOWORX® TILE MODULAR CARPET TILE SY 27.35$ Z6473 DWELL ECOWORX® TILE MODULAR CARPET TILE SY 31.47$ I0286 EARTHEN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 32.20$ I0515 EASTERN FAÇADE STRATAWORX® TILE MODULAR CARPET TILE SY 21.16$ I0227 EASY ON THE EYES ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ I0517 EDGELAND STRATAWORX® TILE MODULAR CARPET TILE SY 21.16$ I0456 EDINBURGH ECOWORX® TILE MODULAR CARPET TILE SY 34.28$ I0342 ENFLECTION ECOWORX® TILE MODULAR CARPET TILE SY 43.93$ I0340 ENFORM ECOWORX® TILE MODULAR CARPET TILE SY 40.61$ I0306 ENTRY POINT ECOWORX® TILE MODULAR CARPET TILE SY 45.22$ I0341 ENVERSE ECOWORX® TILE MODULAR CARPET TILE SY 40.61$ I0512 ETCHED ECOWORX® TILE MODULAR CARPET TILE SY 40.19$ I0359 ETHEREAL ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ Z6406 EXHILARATION ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ I0291 EXPERIENCE ECOWORX® TILE MODULAR CARPET TILE SY 28.66$ I0371 FABRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 43.93$ I0279 FLEX ECOWORX® TILE MODULAR CARPET TILE SY 28.78$ I0349 FLUTTER ECOWORX® TILE MODULAR CARPET TILE SY 36.47$ I0518 FORMWORK ECOWORX® TILE MODULAR CARPET TILE SY 24.08$ I0481 FUTURA ECOLOGIX®MODULAR CARPET TILE SY 25.27$ I0482 FUTURA ECOLOGIX® ES MODULAR CARPET TILE SY 38.57$ I0380 FUTURA ECOWORX® TILE MODULAR CARPET TILE SY 24.79$ I0373 GEOMETRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 43.93$ I0506 GLOBAL HAND ECOWORX® TILE MODULAR CARPET TILE SY 33.91$ I0353 HOMEROOM V 3.0 ECOWORX® TILE MODULAR CARPET TILE SY 30.05$ I0350 IN FLIGHT ECOWORX® TILE MODULAR CARPET TILE SY 37.30$ Z6374 INDULGENCE ECOWORX® TILE MODULAR CARPET TILE SY 33.80$ I0501 INSTINCT STRATAWORX® TILE MODULAR CARPET TILE SY 18.95$ Z6474 INTRINSIC ECOWORX® TILE MODULAR CARPET TILE SY 30.42$ I0457 INVERNESS ECOWORX® TILE MODULAR CARPET TILE SY 34.28$ I0397 LEAFLET ECOWORX® TILE MODULAR CARPET TILE SY 38.13$ I0383 LINEA 2 ECOWORX® TILE MODULAR CARPET TILE SY 28.60$ Z6476 LIQUID ECOWORX® TILE MODULAR CARPET TILE SY 31.70$ Z6477 LOFT ECOWORX® TILE MODULAR CARPET TILE SY 32.37$ I0354 LOG IN ECOWORX® TILE MODULAR CARPET TILE SY 27.35$ I0460 LOGIC STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ I0507 MICRO-WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 33.91$ Z6454 MOHAIR ECOWORX® TILE MODULAR CARPET TILE SY 40.29$ I0226 MOVING ON UP ECOWORX® TILE MODULAR CARPET TILE SY 28.75$ I0499 NATURAL FORM STRATAWORX® TILE MODULAR CARPET TILE SY 18.21$ I0470 NOCTURNE ECOWORX® TILE MODULAR CARPET TILE SY 37.68$ I0305 ON THE RIGHT FOOT ECOWORX® TILE MODULAR CARPET TILE SY 45.22$ I0372 OPTIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 43.93$ I0483 ORBITAL ECOLOGIX®MODULAR CARPET TILE SY 25.33$ I0484 ORBITAL ECOLOGIX® ES MODULAR CARPET TILE SY 39.96$ I0379 ORBITAL ECOWORX® TILE MODULAR CARPET TILE SY 23.28$ I0316 PASEO ECOWORX® TILE MODULAR CARPET TILE SY 54.03$ I0511 PATINA ECOWORX® TILE MODULAR CARPET TILE SY 40.19$ I0449 PIVOT POINT ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ Z6453 PLUSH LINEN ECOWORX® TILE MODULAR CARPET TILE SY 39.80$ I0490 POSSIBLE ECOWORX® TILE MODULAR CARPET TILE SY 27.50$ I0317 PRADO ECOWORX® TILE MODULAR CARPET TILE SY 56.36$ I0396 PROSE ECOWORX® TILE MODULAR CARPET TILE SY 38.13$ I0118 RAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 34.01$ I0514 REACT ECOWORX® TILE MODULAR CARPET TILE SY 33.01$ I0489 REALIZE ECOWORX® TILE MODULAR CARPET TILE SY 27.50$ I0459 REASON STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ I0500 REBALANCE STRATAWORX® TILE MODULAR CARPET TILE SY 18.95$ I0513 RELIC ECOWORX® TILE MODULAR CARPET TILE SY 33.01$ I0465 RISE ECOWORX® TILE MODULAR CARPET TILE SY 26.37$ I0466 RUN ECOWORX® TILE MODULAR CARPET TILE SY 26.37$ I0519 SCAFFOLD ECOWORX® TILE MODULAR CARPET TILE SY 24.08$ I0125 SCHOLASTIC II ECOWORX® TILE MODULAR CARPET TILE SY 27.57$ Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 I0494 SEVILLE ECOWORX® TILE MODULAR CARPET TILE SY 45.21$ I0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 39.37$ I0356 SIGN OFF ECOWORX® TILE MODULAR CARPET TILE SY 27.35$ I0461 SKILL STRATAWORX® TILE MODULAR CARPET TILE SY 17.33$ I0467 SLOPE ECOWORX® TILE MODULAR CARPET TILE SY 26.37$ I0126 SOCRATES II-26 ECOWORX® TILE MODULAR CARPET TILE SY 31.90$ I0239 SPEAK IN COLOR ECOWORX® TILE MODULAR CARPET TILE SY 31.30$ I0240 SPEAK IN DESIGN ECOWORX® TILE MODULAR CARPET TILE SY 31.40$ Z6373 SPLURGE ECOWORX® TILE MODULAR CARPET TILE SY 34.26$ Z6475 STUDIO ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ I0516 SUBURBAN ABSTRACT STRATAWORX® TILE MODULAR CARPET TILE SY 21.16$ I0290 THOUGHT ECOWORX® TILE MODULAR CARPET TILE SY 28.64$ I0520 TRANSVERSE ECOWORX® TILE MODULAR CARPET TILE SY 24.08$ I0096 TWEED ECOWORX® TILE MODULAR CARPET TILE SY 29.32$ I0395 URBAN GARDEN TILE MODULAR CARPET TILE SY 38.13$ I0493 VALENCIA ECOWORX® TILE MODULAR CARPET TILE SY 45.21$ I0450 VAULT ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ Z6451 VELVET ECOWORX® TILE MODULAR CARPET TILE SY 40.18$ I0301 VIM ECOWORX® TILE MODULAR CARPET TILE SY 25.42$ I0302 VIVID ECOWORX® TILE MODULAR CARPET TILE SY 28.21$ I0304 WALK RIGHT IN II ECOWORX® TILE MODULAR CARPET TILE SY 43.84$ I0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 33.15$ I0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 31.50$ I0280 YIELD ECOWORX® TILE MODULAR CARPET TILE SY 28.78$ RESILIENT I424V ADESA MODULAR RESILIENT SF 4.06$ I346V ADMIX 12" X 12"MODULAR RESILIENT SF 8.19$ I508V ADMIX 18X36 MODULAR RESILIENT SF 8.01$ I347V ADMIX 36" X 36"MODULAR RESILIENT SF 9.50$ I429V ADMIX ENCORE GLOSS MODULAR RESILIENT SF 8.01$ I452V ADMIX ENCORE MATTE MODULAR RESILIENT SF 8.01$ I450V ADMIX MATTE 12" X 12"MODULAR RESILIENT SF 8.41$ I451V ADMIX MATTE 36" X 36"MODULAR RESILIENT SF 9.02$ S167V ADMIX WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (500 LF)178.33$ I333V AGGREGATE MODULAR RESILIENT SF 3.63$ I318V ARBOR CREST MODULAR RESILIENT SF 4.32$ I208V BOUNCE BACK SHEET RESILIENT SY 47.41$ S126V BOUNCE BACK WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)100.99$ S101V BROOKWOOD WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ I319V BROOKWOOD+SHEET RESILIENT SY 38.35$ I313V CHARTED MODULAR RESILIENT SF 3.27$ I600V CLICK REFRESH MODULAR RESILIENT SF 4.71$ I426V CMYK SHEET RESILIENT SY 3.06$ I476V CREATIVE CODE MODULAR RESILIENT SF 2.88$ I440V CROSSOVER CLICK SHEET RESILIENT SY 4.54$ I439V CROSSOVER LOOSE LAY SHEET RESILIENT SY 3.92$ I334V DISSIPATE MODULAR RESILIENT SF 3.63$ I423V EMERY MODULAR RESILIENT SF 3.96$ I447V ENRICH PLANK MODULAR RESILIENT SF 5.61$ I448V ENRICH SHEET SHEET RESILIENT SY 47.11$ I500V FORGE AHEAD SHEET RESILIENT SY 38.84$ S122V GROUNDWORKS ACCESSORIES - SHEET RESILIENT ROLL (100 SF)96.58$ I200V HIGHLAND FOREST MODULAR RESILIENT SF 3.79$ I800V HIGHLAND FOREST 6"MODULAR RESILIENT SF 3.79$ I422V HOLISTIC SHEET SHEET RESILIENT SY 32.61$ S109V HUSH II ACCESSORIES - SHEET RESILIENT ROLL (280 SF)329.56$ I404V IVY WALK SHEET RESILIENT SY 34.69$ I311V LETTERPRESS MODULAR RESILIENT SF 3.27$ I446V MEANING MODULAR RESILIENT SF 5.61$ I315V METALLIX (FACET)MODULAR RESILIENT SF 6.82$ I314V METALLIX (RECTANGLE)MODULAR RESILIENT SF 6.82$ I337V METALLIX 9" X 36"MODULAR RESILIENT SF 6.69$ I478V MOLTEN MODULAR RESILIENT SF 3.87$ I463V MONOCHROME GLOSS MODULAR RESILIENT SF 3.65$ I462V MONOCHROME MATTE MODULAR RESILIENT SF 3.65$ I206V NORTH RIDGE 4"MODULAR RESILIENT SF 3.79$ I207V NORTH RIDGE 6"MODULAR RESILIENT SF 3.79$ I320V ORGANIC HUE SHEET RESILIENT SY 39.36$ I479V OXIDIZED MODULAR RESILIENT SF 3.87$ I417V REMOVE MODULAR RESILIENT SF 3.92$ I466V SPLITWOOD MODULAR RESILIENT SF 3.87$ I700V STRATIFIED MODULAR RESILIENT SF 3.79$ I322V STRATIFIED+ 12" X 24"MODULAR RESILIENT SF 3.69$ I321V STRATIFIED+ 6" X 24"MODULAR RESILIENT SF 3.91$ I464V SURFACE TONE MODULAR RESILIENT SF 3.65$ I323V TIMBER GROVE 12 MODULAR RESILIENT SF 2.06$ I325V TIMBER GROVE 20 MODULAR RESILIENT SF 3.76$ I342V TIMBER GROVE 8 MODULAR RESILIENT SF 1.63$ I420V TIMBER GROVE II MODULAR RESILIENT SF 2.07$ I421V TIMBER GROVE II 20 MIL MODULAR RESILIENT SF 3.17$ I465V TIMBER GROVE II WPC 20 MODULAR RESILIENT SF 4.01$ I438V TIMBERGROVE II 30 MIL MODULAR RESILIENT SF 3.82$ I312V TYPEFACE MODULAR RESILIENT SF 3.27$ I405V VININGS MODULAR RESILIENT SF 3.55$ I418V WITHDRAW MODULAR RESILIENT SF 3.92$ I316V WOOD PLANX MODULAR RESILIENT SF 6.82$ Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 I336V WOOD PLANX 9" X 36"MODULAR RESILIENT SF 6.69$ I300V WOODLAND VIEW MODULAR RESILIENT SF 2.27$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1000D)ADHESIVE - BROADLOOM 4 GAL PAIL 53.09$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 1036D)ADHESIVE - BROADLOOM 4 GAL PAIL 66.77$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1200D)ADHESIVE - BROADLOOM 4 GAL PAIL 46.97$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE I0433)(BROADLOOM 3800D)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 68.63$ S168V 4" X 120' TOELESS BASE RESILIENT ADHESIVE - RESILIENT ROLL 127.74$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT S127V)ADHESIVE - RESILIENT ROLL (120 LF)130.19$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000D)ADHESIVE - BROADLOOM 4 GAL PAIL 15.26$ S105V 4100 - RESILIENT 1 GALLON ADHESIVE (ROLLS S106V)ADHESIVE - RESILIENT 1 GAL PAIL 55.49$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S102V)ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S103V)ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ 341VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150D)(TILE 9150V)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 230.14$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE 5000P)ADHESIVE - TILE 4 GAL PAIL 108.37$ 5001P 5001 - TILE STANDARD ADHESIVE TILE 1 GAL PAIL 31.24$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE 5036P)ADHESIVE - TILE 4 GAL PAIL 120.77$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE 5100P)ADHESIVE - TILE 1 GAL PAIL 105.71$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM 6200D)ADHESIVE - BROADLOOM 4 GAL PAIL 125.60$ G620U 6200 - ADHESIVE DETACKIFIER (TILE 620DU)ADHESIVE - TILE PAIL 127.02$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300D)ADHESIVE - BROADLOOM 8 OZ BOTTLE 9.09$ 9000D 9000 - BARRIER COAT 2.5 GAL ADHESIVE - BROADLOOM 2.5 GAL PAIL 280.23$ 900DU 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM PAIL 272.67$ G9050 9050 - FLOOR PRIMER - (RESILIENT S125V)(BROADLOOM 9050D)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 80.12$ G905U 9050 - RESILIENT FLOOR PRIMER (TILE 905DU)(RESILIENT S125U)ADHESIVE - TILE/RESILIENT 4 GAL PAIL 80.12$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT S124V)ADHESIVE - RESILIENT 4 GAL PAIL 80.12$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVDES)ADHESIVE - BROADLOOM ROLL (55.5 SY)459.92$ AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVDEU)ADHESIVE - TILE ROLL 459.93$ 114PM ADMIX 1 GALLON DEEP SCRUB CLEANER (RESALE)RESILIENT EA 120.42$ 117PM ADMIX 1 GALLON GLOSS SURFACE TREATMENT (RESALE)RESILIENT EA 93.48$ 115PM ADMIX 1 QUART DEEP SCRUB CLEANER (RESALE)RESILIENT EA 37.76$ 118PM ADMIX 1 QUART GLOSS FINISH (RESALE)RESILIENT EA 31.46$ S207V ADMIX 20" MAROON DEEP SCRUB PAD (RESALE)RESILIENT Box 26.55$ S148V ANTI-SLIP TAPE HC SUNDRIES ROLL (82FT)334.89$ S200V BABY THRESHOLD EMERY RESILIENT EA 36.98$ S270V BIO-BASED WELD ROD RESILIENT Roll 98.21$ 306VS CADBERRY 4"W X 120'L COVE BASE ROLL RESILIENT ROLL 130.19$ S158V CAPRAIL 1.75"RESILIENT BOX 154.72$ 2U983 CARPET REDUCER 5/16" (RESILIENT S137V)RESILIENT BOX (3/BOX)94.44$ LOK4T CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE TILE ROLL 253.26$ S157V CAVETTO 6"RESILIENT BOX 177.93$ 2U376 COVE TUBE ADHESIVE (RESILIENT S132V)RESILIENT TUBE (30 OZ)108.50$ I0446 CUSHIONWORX 2MM ADHESIVE - TILE ROLL 290.10$ I0432 CUSHIONWORX 3MM ADHESIVE - BROADLOOM SY 525.55$ S156V CYMA 4.5"RESILIENT BOX 154.72$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600D)ADHESIVE - BROADLOOM 4 GAL PAIL 69.12$ S159V FASCIA 8"RESILIENT BOX 182.40$ S201V FLUSH STAIRNOSE EMERY RESILIENT EA 43.95$ S144V LANDING TILE HC SUNDRIES CARTON (20 UNITS) 383.73$ LOKDA LOKDOT APPLICATOR (TILE 03LDA)ADHESIVE - TILE EA 92.10$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 03LDR)ADHESIVE - TILE SLEEVE (250 SY)460.48$ LWRX2 LOKWORX BOX ADHESIVE - TILE EA 229.10$ S147V MARKING TAPE-S HC SUNDRIES ROLL (82 FT)334.89$ S131V MM800 RESILIENT 4 GAL PAIL 121.26$ 9125D MOISTURETEK (RESILIENT 9125D)ADHESIVE - BROADLOOM KIT 949.91$ 9125V MOISTURETEK MOISTURE VAPOR BARRIER TILE KIT 949.91$ S202V OVERLAP REDUCER EMERY RESILIENT EA 36.98$ 8U124 PINLESS METAL TRACK (RESILIENT S139V)RESILIENT BOX (3/BOX)76.96$ S160V QUARTER ROUND RESILIENT BOX 154.72$ S204V QUARTER ROUND EMERY RESILIENT EA 36.98$ 2U982 RESILIENT CARPET REDUCER (RESILIENT S136V)RESILIENT BOX (3/BOX)102.03$ S104V RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)24.35$ S143V RUBBER TREAD HC SUNDRIES 4' TREAD 114.42$ S123V SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 141.21$ S171V SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GALLON PAIL 126.98$ S107V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ S108V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ 2U995 SLOT 4.5" (RESILIENT S155V)RESILIENT BOX 136.03$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT S141V)RESILIENT BOX (3/BOX)71.13$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT S142V)RESILIENT BOX (3/BOX)82.78$ 2U994 STRAIGHT 4.5" (RESILIENT S154V)RESILIENT BOX 136.03$ S145V STRINGER/RISER HC SUNDRIES ROLL (20 FT)188.38$ S146V STRIPED TAPE HC SUNDRIES ROLL (50 FT)453.50$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT S140V)RESILIENT BOX (3/BOX)90.36$ S203V T-MOLDING EMERY RESILIENT EA 36.98$ VS176 TRANSITION TAPE (RESILIENT S138V)RESILIENT ROLL (25 FT)12.56$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S112V)TILE ROLL 1,045.29$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S113V)TILE ROLL 2,993.12$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S114V)TILE ROLL 82.89$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S115V)TILE ROLL 102.84$ 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S116V)TILE ROLL 99.77$ Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT S133V)ADHESIVE - RESILIENT 1 GAL PAIL 34.01$ HARD SURFACE 143PM 705 DUSTLESS PROSET PLUS (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 16.63$ 144PM 705 DUSTLESS PROSET PLUS (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 18.65$ 147PM 720 DUSTLESS MARBLEPRO (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 18.35$ 148PM 720 DUSTLESS MARBLEPRO (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 21.05$ 106PM 735 PREMIUMFLEX (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 24.24$ 124PM 735 PREMIUMFLEX (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 28.16$ 125PM 855 XXL THIN SET (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 36.76$ 126PM 855 XXL THIN SET (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 40.88$ 129PM ADDITIONAL FABRIC 8" X 165'ACCESSORIES - ENGINEERED HARDWOOD ROLL 61.61$ 9100P ADVANCE SKIM COAT REPAIR PATCH/FEATHER FINISH ACCESSORIES - ENGINEERED HARDWOOD EA 22.62$ 142PM AGGREGATE - PRO EPOXY PART C ACCESSORIES - ENGINEERED HARDWOOD BOX 30.81$ P111V BAKED LINEN 12" X 24"ENGINEERED HARDWOOD SF 3.31$ P113V BAKED LINEN 1" X 6" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.97$ P112V BAKED LINEN 2" MOSAIC ENGINEERED HARDWOOD SF 11.31$ P115V BAKED LINEN 3" X 12" BN ENGINEERED HARDWOOD SF 3.16$ P116V BAKED LINEN 6" X 12" COVE BASE ACCESSORIES - ENGINEERED HARDWOOD EA 15.87$ P146V BISCAYNE 12" X 24"ENGINEERED HARDWOOD SF 1.53$ P144V BISCAYNE 13"ENGINEERED HARDWOOD SF 1.17$ P145V BISCAYNE 17"ENGINEERED HARDWOOD SF 1.37$ P148V BISCAYNE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 8.88$ P147V BISCAYNE 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.56$ 127PM BURST - EXCELLERATOR ACCESSORIES - ENGINEERED HARDWOOD EA 11.52$ P087V CANYON RIVER 12" X 24"ENGINEERED HARDWOOD SF 2.31$ P088V CANYON RIVER 12" X 24" POLISHED ENGINEERED HARDWOOD SF 2.93$ P091V CANYON RIVER 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.20$ P089V CANYON RIVER 3" X 12" BN ACCESSORIES - ENGINEERED HARDWOOD EA 3.18$ P090V CANYON RIVER POLISHED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.84$ P007V CEMENTED 12" X 24"ENGINEERED HARDWOOD SF 2.38$ P006V CEMENTED 13"ENGINEERED HARDWOOD SF 2.11$ P008V CEMENTED 18"ENGINEERED HARDWOOD SF 2.18$ P011V CEMENTED 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.01$ P010V CEMENTED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.90$ P061V CHARRED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.76$ P062V CHARRED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 3.13$ P063V CHARRED HICKORY BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.50$ P064V CHARRED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.23$ P079V COASTAL PLANK 6" X 24"ENGINEERED HARDWOOD SF 3.03$ P080V COASTAL PLANK 8" X 32"ENGINEERED HARDWOOD SF 3.38$ P081V COASTAL PLANK BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.29$ P082V COASTAL PLANK MOSAIC ENGINEERED HARDWOOD SF 19.21$ P155V COLONIAL 12" X 24"ENGINEERED HARDWOOD SF 3.31$ Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 P156V COLONIAL 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.03$ P158V COLONIAL 4" X 12"ENGINEERED HARDWOOD SF 6.51$ P159V COLONIAL 4" X 12" WALL BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.36$ 139PM COLORED CAULK-SANDED ACCESSORIES - ENGINEERED HARDWOOD EA 12.16$ 140PM COLORED CAULK-SMOOTH ACCESSORIES - ENGINEERED HARDWOOD EA 12.16$ P072V COOL SPRINGS 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.66$ P068V COOL SPRINGS 3" X 6"ENGINEERED HARDWOOD SF 17.79$ P071V COOL SPRINGS RANDOM LINEAR ACCESSORIES - ENGINEERED HARDWOOD EA 11.18$ P150V CORONADO 12" X 24"ENGINEERED HARDWOOD SF 1.63$ P151V CORONADO 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.22$ P149V CORONADO 17"ENGINEERED HARDWOOD SF 1.40$ P138V CORONADO 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.66$ P152V CORONADO 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.62$ 138PM DURA NON-SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 17.83$ 102PM DURA SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 19.79$ P165V EAST HAMPTON 12" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 2.10$ P166V EAST HAMPTON 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.83$ P167V EAST HAMPTON 18"ENGINEERED HARDWOOD SF 1.98$ P163V EAST HAMPTON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.67$ P164V EAST HAMPTON 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.80$ 9120P EXG INTERIOR/EXTERIOR CONCRETE REPAIR PATCH ACCESSORIES - ENGINEERED HARDWOOD EA 87.55$ 130PM FABRIC BASE ROLL 8" X 90'ACCESSORIES - ENGINEERED HARDWOOD ROLL 35.67$ 131PM FRACTURE GUARD ACCESSORIES - ENGINEERED HARDWOOD EA 129.71$ 149PM FRACTURE GUARD FD ACCESSORIES - ENGINEERED HARDWOOD EA 136.19$ P065V HARSHAW 12" X 24"ENGINEERED HARDWOOD SF 3.41$ P067V HARSHAW 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.95$ P066V HARSHAW 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.11$ 128PM HYDRO GUARD - 1 GAL ACCESSORIES - ENGINEERED HARDWOOD EA 64.85$ 107PM HYDRO GUARD 3.5 GAL PAIL ACCESSORIES - ENGINEERED HARDWOOD EA 158.89$ P193V ILLUSION GLASS HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 17.34$ P194V ILLUSION GLASS LINEAR MOSAIC ENGINEERED HARDWOOD SF 19.15$ 137PM INTEGRA COLOR GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ P170V IRONSTONE 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.67$ P171V IRONSTONE 18"ENGINEERED HARDWOOD SF 1.98$ P169V IRONSTONE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.50$ P168V IRONSTONE 3X13 BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.78$ P106V MADISON 12" X 24"ENGINEERED HARDWOOD SF 3.34$ P109V MADISON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.69$ P107V MADISON 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.06$ P108V MADISON RANDOM LINEAR MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 25.58$ S307V MOISTURESHIELD ACCESSORIES - ENGINEERED HARDWOOD EA 598.28$ 141PM PRO EPOXY PARTS A & B ADHESIVE - ENGINEERED HARDWOOD PAIL 61.61$ 133PM PROPATCH ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ 134PM PROPATCH XF ACCESSORIES - ENGINEERED HARDWOOD EA 25.94$ P077V SILK WALNUT 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.41$ P075V SILK WALNUT 6" X 24"ENGINEERED HARDWOOD SF 2.25$ P076V SILK WALNUT 6" X 36"ENGINEERED HARDWOOD SF 2.56$ P078V SILK WALNUT MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.66$ 136PM SLU PRIMER ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ P085V SPICED HICKORY 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.41$ P083V SPICED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.76$ P084V SPICED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 3.13$ P086V SPICED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.06$ P186V SPLENDID 12" X 24" MATTE ENGINEERED HARDWOOD SF 4.26$ P027V SPLENDID 12" X 24" POLISHED ENGINEERED HARDWOOD SF 4.03$ p187v SPLENDID 16" X 32" MATTE ENGINEERED HARDWOOD SF 5.21$ P188V SPLENDID 16" X 32" POLISHED ENGINEERED HARDWOOD SF 5.21$ P033V SPLENDID 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.05$ P030V SPLENDID 24" X 24" POLISHED ENGINEERED HARDWOOD SF 3.89$ P185V SPLENDID 3" X 12" MATTE ACCESSORIES - ENGINEERED HARDWOOD EA 4.89$ P031V SPLENDID 3" X 12" POLISHED ACCESSORIES - ENGINEERED HARDWOOD EA 4.89$ P026V SPLENDID 4" X 12" PLSH ENGINEERED HARDWOOD SF 5.97$ P032V SPLENDID HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.54$ P074V SPRINGBROOK 6" X 20" CHEVRON ENGINEERED HARDWOOD SF 14.49$ P073V SPRINGBROOK 8.5" X 40"ENGINEERED HARDWOOD SF 3.71$ S306V SURFACE PREP EXT ACCESSORIES - ENGINEERED HARDWOOD EA 466.95$ P130V TRECKWOOD 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.29$ P128V TRECKWOOD 6" X 24"ENGINEERED HARDWOOD SF 3.03$ P129V TRECKWOOD 8" X 32"ENGINEERED HARDWOOD SF 3.38$ P131V TRECKWOOD MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.78$ 132PM UNDERLAYMENT C ACCESSORIES - ENGINEERED HARDWOOD EA 34.05$ 135PM UNDERLAYMENT SLU ACCESSORIES - ENGINEERED HARDWOOD EA 43.78$ P021V URBAN EASE 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 4.68$ P024V URBAN EASE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 3.42$ P013V URBAN EASE 3" X 6"ENGINEERED HARDWOOD SF 2.15$ P016V URBAN EASE 4" X 16"ENGINEERED HARDWOOD SF 1.85$ P018V URBAN EASE 4" X 16" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.97$ *If exchange rate is ± 10%, then we will reevaluate and adjust accordingly, from current value. Pricing includes brokerage fees and exchange rates. *Canadian pricing are material only - Labor rate are not applicable in Canada * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. Canadian - Material ONLY Pricing List - Sourcewell Style Numbers Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member PriceBROADLOOM 54851 ANTIQUE CHARM BROADLOOM CARPET SY 23.46$ 26%17.26$ Q8005 ARTISTIC IMPRES BROADLOOM CARPET SY 41.61$ 40%24.84$ 50396 AYERS HALL II SOFTBAC BROADLOOM CARPET SY 23.90$ 43%13.51$ J0064 BAYTOWNE III 30 CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ J0065 BAYTOWNE III 36 CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ 54807 BE OPEN STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ 54808 BE PRESENT STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ 54809 BE REAL STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ 54692 BEACON II DUROGEN RUBBER BROADLOOM CARPET SY 15.20$ 43%8.73$ 54776 BIRD'S EYE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54600 BOX SUITE CLASSICBAC®BROADLOOM CARPET SY 39.39$ 38%24.43$ J0102 BROADCAST STALOK®BROADLOOM CARPET SY 21.98$ 38%13.53$ 54738 CALM CLASSICBAC®BROADLOOM CARPET SY 21.10$ 34%13.83$ 54739 CALM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ 54214 CAMDEN HARBOR II CLASSICBAC®BROADLOOM CARPET SY 19.18$ 42%11.12$ 54443 CAMDEN HARBOR II ECOWORK PERFORMANCE BROADLOOM BROADLOOM CARPET SY 27.74$ 43%15.70$ 54215 CAMDEN HARBOR II UNITARY BROADLOOM CARPET SY 19.92$ 41%11.76$ 54508 CAMOUFLAGE CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ 54706 CANNONBORO CLASSICBAC®BROADLOOM CARPET SY 18.30$ 43%10.50$ 54280 CAPITAL III CLASSICBAC®BROADLOOM CARPET SY 14.75$ 25%11.13$ 54282 CAPITAL III STALOK®BROADLOOM CARPET SY 32.16$ 35%21.01$ 54281 CAPITAL III UNITARY BROADLOOM CARPET SY 16.15$ 29%11.49$ J0130 CHANGE IN ATTITUDE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.13$ 44%17.46$ J0112 CHANGE IN ATTITUDE STALOK®BROADLOOM CARPET SY 19.77$ 30%13.76$ 54509 CHEETAH CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ 54852 CLASSIC TRADITION BROADLOOM CARPET SY 23.46$ 26%17.26$ 54584 COLOR ACCENT STALOK® (BORDERS & ACCENTS ONLY)BROADLOOM CARPET SY 23.46$ 37%14.89$ 54812 COLOR GRID STALOK®BROADLOOM CARPET SY 20.07$ 44%11.33$ 54693 COMMONS II DUROGEN RUBBER BROADLOOM CARPET SY 19.48$ 39%11.95$ J0181 CUTAWAY CLASSICBAC®BROADLOOM CARPET SY 17.85$ 42%10.29$ 54605 DATE NIGHT CLASSICBAC®BROADLOOM CARPET SY 25.23$ 38%15.66$ 54029 DATELINE CLASSICBAC®BROADLOOM CARPET SY 26.41$ 40%15.85$ 54823 DATELINE TODAY STALOK®BROADLOOM CARPET SY 21.39$ 44%12.08$ J0182 DIAGRAM CLASSICBAC®BROADLOOM CARPET SY 17.85$ 42%10.29$ 54613 DINE OUT CLASSICBAC®BROADLOOM CARPET SY 39.69$ 39%24.32$ 54416 DIRECT LINK STALOK®BROADLOOM CARPET SY 19.92$ 40%11.97$ J0078 DIVIDEND 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ J0079 DIVIDEND 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ J0080 DIVIDEND 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ Q0421 ELEMENTS CLASSICBAC®BROADLOOM CARPET SY 29.07$ 31%19.99$ 54255 EMPHATIC 30 II CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ 54256 EMPHATIC 36 II CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ J0186 ENCHANT STALOK®BROADLOOM CARPET SY 19.77$ 38%12.16$ J0185 EVOKE STALOK®BROADLOOM CARPET SY 19.77$ 38%12.16$ 54615 EXPECTED GUEST CLASSICBAC®BROADLOOM CARPET SY 38.21$ 36%24.32$ 54530 EYES ON YOU CLASSICBAC®BROADLOOM CARPET SY 34.82$ 43%19.75$ 54907 FACT CLASSICBAC®BROADLOOM CARPET SY 10.33$ 38%6.39$ 54831 FAIR SHAKE STALOK®BROADLOOM CARPET SY 15.34$ 38%9.53$ 54533 FEATHER TAIL CLASSICBAC®BROADLOOM CARPET SY 34.38$ 43%19.75$ 54747 FRANCHISE II 26 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.46$ 35%15.18$ 54745 FRANCHISE II 26 STALOK®BROADLOOM CARPET SY 15.34$ 22%11.91$ 54746 FRANCHISE II 28 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.64$ 36%15.80$ 54744 FRANCHISE II 28 STALOK®BROADLOOM CARPET SY 16.67$ 24%12.68$ 54210 FRANCHISE STALOK®BROADLOOM CARPET SY 15.34$ 22%11.91$ 54775 FRET CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54908 FUNCTION CLASSICBAC®BROADLOOM CARPET SY 10.33$ 38%6.39$ J0060 FUNCTIONAL CLASSICBAC®BROADLOOM CARPET SY 17.85$ 32%12.14$ 54644 FUTURE GENERATIONS CLASSICBAC®BROADLOOM CARPET SY 22.57$ 36%14.35$ 54740 GATHER CLASSICBAC®BROADLOOM CARPET SY 21.10$ 34%13.83$ 54741 GATHER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ 54507 GIRAFFE CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ 54504 GROMMETS CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ 54514 HIDEAWAYS CLASSICBAC®BROADLOOM CARPET SY 42.34$ 43%24.12$ 54417 HOT CIRCUIT STALOK®BROADLOOM CARPET SY 24.34$ 43%13.99$ 54502 HOT SPOT CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ 54578 IN HARMONY STALOK®BROADLOOM CARPET SY 21.98$ 37%13.89$ 54603 IN-CROWD CLASSICBAC®BROADLOOM CARPET SY 35.70$ 32%24.43$ 54534 INS AND OUTS CLASSICBAC®BROADLOOM CARPET SY 34.52$ 43%19.75$ Q0420 INSPIRED CLASSICBAC®BROADLOOM CARPET SY 26.85$ 39%16.46$ J0059 JARGON CLASSICBAC®BROADLOOM CARPET SY 17.85$ 33%11.97$ 54495 JOKERS WILD CLASSICBAC®BROADLOOM CARPET SY 33.79$ 43%19.23$ 54098 LATEST TREND CLASSICBAC®BROADLOOM CARPET SY 29.07$ 31%19.99$ 54266 LEGEND FALLS CLASSICBAC®BROADLOOM CARPET SY 31.28$ 42%18.05$ 54735 LIVE CLASSICBAC®BROADLOOM CARPET SY 21.54$ 36%13.83$ 54737 LIVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ 54704 LORING WOODS CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ 54532 LOWLAND CLASSICBAC®BROADLOOM CARPET SY 34.82$ 43%19.75$ Effective: 8/7/2019 - 8/31/2020 Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 54046 MAJOR EVENT CLASSICBAC®BROADLOOM CARPET SY 19.33$ 40%11.50$ 54066 MAJOR EVENT UNITARY BROADLOOM CARPET SY 19.92$ 40%11.86$ 54604 MAKE THE SCENE CLASSICBAC®BROADLOOM CARPET SY 39.98$ 47%21.04$ 54516 MASTERS CLASSICBAC®BROADLOOM CARPET SY 42.20$ 43%24.12$ 234MC METROWALL II UNITARY BROADLOOM CARPET SY 23.37$ 29%16.48$ 54411 METRO LIFE CLASSICBAC®BROADLOOM CARPET SY 21.54$ 36%13.83$ 54207 MODERN TRADITIONS STALOK®BROADLOOM CARPET SY 23.75$ 43%13.42$ 54593 MULTIPLICITY CLASSICBAC®BROADLOOM CARPET SY 13.13$ 39%8.00$ 54531 NATURES CRAFT CLASSICBAC®BROADLOOM CARPET SY 34.67$ 43%19.75$ 54720 NEST ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.93$ 33%16.63$ 54719 NEST STALOK®BROADLOOM CARPET SY 20.36$ 41%12.06$ 54793 NEW BASICS CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ 54705 NEW BAY CLASSICBAC®BROADLOOM CARPET SY 17.26$ 39%10.50$ 54794 NEW STATEMENT CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ 54795 NEW TRADE CLASSICBAC®BROADLOOM CARPET SY 14.16$ 39%8.63$ 54792 NEW WORKS CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ 54097 NEXT GENERATION CLASSICBAC®BROADLOOM CARPET SY 26.85$ 39%16.46$ J0069 NO LIMITS STALOK®BROADLOOM CARPET SY 20.36$ 35%13.25$ 54777 OGEE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54802 ON SITE CLASSICBAC®BROADLOOM CARPET SY 14.75$ 44%8.20$ 54803 ON TARGET CLASSICBAC®BROADLOOM CARPET SY 14.75$ 44%8.33$ 54801 ON THE MOVE CLASSICBAC®BROADLOOM CARPET SY 14.75$ 35%9.52$ 54790 POWER UP CLASSICBAC®BROADLOOM CARPET SY 12.98$ 40%7.80$ 54510 PRIMUS CLASSICBAC®BROADLOOM CARPET SY 35.41$ 38%21.99$ J0124 RELAY CLASSICBAC®BROADLOOM CARPET SY 19.77$ 36%12.67$ 54760 REMIX CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54761 RESTYLE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54762 REVAMP CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54043 ROUSING REVIEW CLASSICBAC®BROADLOOM CARPET SY 25.97$ 45%14.35$ 54452 RUSH DELIVERY CLASSICBAC®BROADLOOM CARPET SY 14.31$ 30%9.98$ 54028 SABLE ISLAND CLASSICBAC®BROADLOOM CARPET SY 23.16$ 43%13.20$ 54721 SCOREBOARD II 26 CLASSICBAC®BROADLOOM CARPET SY 13.72$ 35%8.94$ 54677 SCOREBOARD II 26 STALOK®BROADLOOM CARPET SY 14.61$ 36%9.36$ 54675 SCOREBOARD II 28 CLASSICBAC®BROADLOOM CARPET SY 14.75$ 37%9.36$ 54676 SCOREBOARD II 28 STALOK®BROADLOOM CARPET SY 15.64$ 38%9.77$ 54707 SCOTTISH PLAID II CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ Q0617 SEQUENCE CLASSICBAC®BROADLOOM CARPET SY 19.33$ 40%11.50$ Q0618 SEQUENCE UNITARY BROADLOOM CARPET SY 19.92$ 40%11.86$ 54770 SIGN ON CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54772 SIGN OUT CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54771 SIGN UP CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54288 SOUND ADVICE BL CLASSICBAC®BROADLOOM CARPET SY 14.31$ 33%9.57$ 54450 SPEAK EASY CLASSICBAC®BROADLOOM CARPET SY 19.33$ 35%12.52$ 54446 SPEAK FREELY CLASSICBAC®BROADLOOM CARPET SY 19.77$ 32%13.35$ 54445 SPEAK OUT CLASSICBAC®BROADLOOM CARPET SY 19.77$ 33%13.20$ 54451 SPEAK UP CLASSICBAC®BROADLOOM CARPET SY 16.23$ 35%10.50$ 54602 SPOT LIGHT CLASSICBAC®BROADLOOM CARPET SY 24.79$ 36%15.92$ 54832 SQUARE DEAL STALOK®BROADLOOM CARPET SY 15.34$ 38%9.53$ 54694 SUCCESSION II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 32.61$ 41%19.13$ 54518 SUITE RETREAT CLASSICBAC®BROADLOOM CARPET SY 42.20$ 43%24.12$ 54494 TA DA CLASSICBAC®BROADLOOM CARPET SY 33.93$ 43%19.23$ 54660 TAKING NAMES CLASSICBAC®BROADLOOM CARPET SY 10.92$ 40%6.59$ 54708 TICKER TAPE II CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ 54579 UNISON STALOK®BROADLOOM CARPET SY 21.98$ 37%13.95$ 54850 VINTAGE WEAVE BROADLOOM CARPET SY 23.46$ 26%17.26$ 54269 VOCATION III 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ 54270 VOCATION III 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ 54271 VOCATION III 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ 54496 WONDERMENT CLASSICBAC®BROADLOOM CARPET SY 34.08$ 43%19.33$ 54505 ZEBRA CLASSICBAC®BROADLOOM CARPET SY 27.74$ 44%15.59$ 54778 ZEST CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ 54535 ZESTY ZEBRA CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ 54779 ZING CLASSICBAC®BROADLOOM CARPET SY 17.70$ 40%10.60$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 TILE 54474 AD-LIB ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ 54588 AMAZE ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ 54436 AREA ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 25%23.31$ 54848 ARID 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ 54847 BASIN 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ 54596 BLINK ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ 54480 CAPITAL III 20 OZ ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ 54806 CARBON COPY ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 27%16.83$ J0115 CHAIN REACTION ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 28%23.54$ J0111 CHANG IN ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 21%25.31$ 54459 CHATTERBOX ECOWORX® TILE MODULAR CARPET TILE SY 25.97$ 19%21.07$ 54870 CHISELED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ 54462 COLOR ACCENT ECOWORX® TILE (BORDER & ACCENT ONLY)MODULAR CARPET TILE SY 54.02$ 49%27.55$ 54786 COLOR ACCENTS 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 50%26.40$ 54858 COLOR ACCENTS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 42.49$ 28%30.57$ 54784 CORRUGATED ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 26%24.22$ 54816 COUNTERPART ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 25%17.45$ 54871 CRACKLED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ 54841 CRAZY SMART ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ 54813 CROSSINGS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ 54904 DECLARE STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ 54905 DISCLOSE STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ 54906 DOCUMENT STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ 54857 DYNAMO STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ 54757 ENLIGHTEN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ 54565 FEEDBACK ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%20.97$ 54872 FRACTURED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ 54520 FUSE ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.19$ 54844 GENIUS STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ 54874 HARMONY ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ 54500 HIGH VOLTAGE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 34%24.67$ 54895 HIPSTER STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ 54491 HOOK UP ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 16%20.58$ J0187 IMMERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ 54752 INFUSE ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 30%22.97$ 54845 INTELLECT STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ J0135 INTERMIX ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ 54814 INTERSECTIONS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ 54833 LAYERS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ 54733 LIVE WIRE ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 25%28.29$ 54734 LUCKY BREAK ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 27%17.88$ 54781 MATERIAL EFFECTS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 32%18.92$ 54875 MEDLEY ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ 54458 MESH WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 31%25.77$ 54815 MULTIPLICITY 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.21$ 26%21.54$ 54594 MULTIPLICITY ECOWORX® TILE MODULAR CARPET TILE SY 27.59$ 27%20.17$ 54589 MYSTIFY ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ J0108 NO LIMITS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ 54896 OFF BEAT STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ 54842 PURE ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ J0136 QUICK CHANGE ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ 54843 RAW BEAUTY ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ J0177 RENDERED BARK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ J0178 RENDERED LINES ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ J0179 RENDERED ROCK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 31%26.00$ 54758 REVEAL ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ 54876 RHYTHM ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ 54834 RIDGES 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ J0116 RIPPLE EFFECT ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 27%24.10$ 54811 SHIFTING GEARS ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ 54488 SOUND ADVICE ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ 54564 STATIC ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%21.02$ 54587 STEP ON IT ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 32%30.46$ 54860 STEP RIGHT IN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ 54727 STRAIGHT & NARROW ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 36%30.56$ 54810 STRAIGHT SHIFT ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ 54695 SUCCESSION ECOWORX® TILE MODULAR CARPET TILE SY 42.05$ 41%24.74$ 54440 SWIZZLE ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 20%22.71$ J0126 SYNC UP ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 24%24.35$ 54861 TAKE A TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ 54849 TIDEWATER 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ 54748 TRAVERSE ECOWORX® TILE MODULAR CARPET TILE SY 50.75$ 26%37.42$ 54749 TREAD ON ME ECOWORX® TILE MODULAR CARPET TILE SY 50.75$ 26%37.42$ 54754 TWIST IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ 54521 UNITARY ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.23$ 54475 UNSCRIPTED ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ 54804 URBAN GEOMETRY ECOWORX® TILE MODULAR CARPET TILE SY 34.52$ 38%21.31$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 54755 WARP IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ 54897 WILDSTYLE STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ 54492 WIRED ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 22%19.27$ 54756 WONDER ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ 54796 ZING ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 30%20.06$ PERFORMANCE TURF54712 ADRENALINE 5MM BROADLOOM CARPET SY 50.46$ 34%33.37$ 54653 ADRENALINE UNITARY BROADLOOM CARPET SY 34.67$ 35%22.45$ 54731 FREE TIME 5MM BROADLOOM CARPET SY 47.80$ 33%31.81$ 54732 FREE TIME UNITARY BROADLOOM CARPET SY 30.39$ 31%21.00$ 54716 INTENSIFY UNITARY BROADLOOM CARPET SY 29.21$ 38%17.98$ 54743 LAUNCH UNITARY BROADLOOM CARPET SY 25.08$ 43%14.35$ RESILIENT5456V BEYOND STONE MODULAR RESILIENT SF 4.44$ 47%2.37$ 5401V BOSK MODULAR RESILIENT SF 2.86$ 44%1.61$ 5402V BOSK PRO 4"MODULAR RESILIENT SF 2.89$ 7%2.68$ 5413V BOSK PRO 6"MODULAR RESILIENT SF 2.84$ 6%2.68$ 5441V BURNISHED MODULAR RESILIENT SF 3.52$ 17%2.92$ 5520V BY THE GROVE SD MODULAR RESILIENT SF 4.92$ 53%2.32$ 5528V COLORWASHED MODULAR RESILIENT SF 4.61$ 42%2.69$ 5423V CONNECTION 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ 5424V CONNECTION 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ 5400V FRESCO MODULAR RESILIENT SF 2.85$ 6%2.68$ 5533V G-FORCE 12 MODULAR RESILIENT SF 2.02$ 31%1.40$ 5545V G-FORCE 20 MODULAR RESILIENT SF 3.59$ 34%2.36$ 5468V IN THE GRAIN MODULAR RESILIENT SF 3.30$ 57%1.41$ 5472V IN THE GRAIN 20 MODULAR RESILIENT SF 5.50$ 53%2.58$ 5524V IN THE GRAIN II 12 MODULAR RESILIENT SF 3.30$ 56%1.46$ 5525V IN THE GRAIN II 20 MODULAR RESILIENT SF 5.50$ 59%2.24$ 5536V IN THE GRAIN II 30 MODULAR RESILIENT SF 5.10$ 47%2.70$ 5542V IN THE GRAIN II WPC MODULAR RESILIENT SF 6.00$ 50%3.02$ 5521V IN THE PARK SD MODULAR RESILIENT SF 4.34$ 52%2.08$ 5443V IT'S A SNAP MODULAR RESILIENT SF 4.20$ 27%3.05$ 5543V LINE OF SIGHT MODULAR RESILIENT SF 6.00$ 50%3.02$ 5452V MARBLED MODULAR RESILIENT SF 2.30$ 14%1.98$ 5453V MARBLED 20 MODULAR RESILIENT SF 3.00$ 9%2.74$ 5513V MESA TRAIL MODULAR RESILIENT SF 3.34$ 45%1.85$ 5471V ORGANIC STRUCTURE SHEET RESILIENT SY 48.80$ 46%26.57$ 5425V PERSONALITY MODULAR RESILIENT SF 2.15$ 31%1.49$ 5442V PERSONALITY 20 MODULAR RESILIENT SF 3.11$ 10%2.81$ 5544V REVIVAL MODULAR RESILIENT SF 5.10$ 47%2.70$ 5512V SIERRA TRACE MODULAR RESILIENT SF 4.25$ 35%2.75$ 5404V SOLACE WR 180'SHEET RESILIENT SY 72.04$ 40%42.99$ 5470V SOLID STRUCTURE SHEET RESILIENT SY 51.50$ 46%27.81$ 5458V STONE EFFECTS MODULAR RESILIENT SF 4.84$ 36%3.11$ 5457V STONE MASTER MODULAR RESILIENT SF 4.84$ 36%3.11$ 5454V SUEDED MODULAR RESILIENT SF 3.00$ 9%2.74$ 5522V UNDER THE CANOPY SD MODULAR RESILIENT SF 5.23$ 55%2.35$ 5459V WOOD MIX MODULAR RESILIENT SF 4.84$ 41%2.88$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Retail Price % Discount Member Price Effective: 8/7/2019 - 8/31/2020 ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1000)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 15%39.95$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM D1036)ADHESIVE - BROADLOOM 4 GAL PAIL 56.72$ 11%50.24$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1200)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 25%35.34$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM D3800)ADHESIVE - BROADLOOM 4 GAL PAIL 58.33$ 11%51.64$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 5008V)ADHESIVE - RESILIENT ROLL (120 LF)160.80$ 39%97.97$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000R)(BROADLOOM D4000)ADHESIVE - BROADLOOM 1 QT BOTTLE 13.04$ 12%11.48$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 212VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 259VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ G9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150R)ADHESIVE - BROADLOOM EA 214.94$ 19%173.18$ 9150U 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (TILE 9150T)(BROADLOOM 9150W)ADHESIVE - BROADLOOM/TILE EA 214.94$ 19%173.18$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (BROADLOOM D5000)ADHESIVE - BROADLOOM 4 GAL PAIL 94.22$ 13%81.54$ N5001 5001 - TILE STANDARD ADHESIVE (BROADLOOM D5001)ADHESIVE - BROADLOOM 1 GAL PAIL 26.73$ 12%23.50$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 5036R)ADHESIVE - BROADLOOM 4 GAL PAIL 99.68$ 9%90.88$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (BROADLOOM D5100)ADHESIVE - BROADLOOM 4 GAL PAIL 94.22$ 16%79.54$ G7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM 2 GAL PAIL 103.12$ 11%91.33$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300R)(BROADLOOM D8300)ADHESIVE - BROADLOOM 8 OZ BOTTLE 8.08$ 15%6.84$ G9000 9000 - BARRIER COAT (BROADLOOM D9000)ADHESIVE - BROADLOOM 2.5 GAL PAIL 236.37$ 13%205.17$ G9050 9050 - FLOOR PRIMER - (BROADLOOM - D9050)ADHESIVE - BROADLOOM 4 GAL PAIL 95.69$ 37%60.29$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (AVPHI AND AVQNC)ADHESIVE - BROADLOOM ROLL 409.08$ 15%346.08$ 5017V CARPET REDUCER 5/16"ADHESIVE - BROADLOOM BOX (3/BOX)82.20$ 14%71.07$ 2U376 COVE TUBE ADHESIVE (RESILIENT 5018V)ADHESIVE - RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600R)(BROADLOOM D3600)ADHESIVE - BROADLOOM 4 GAL PAIL 73.33$ 32%49.53$ 5000V GROUNDWORKS JUMBO ROLL ADHESIVE - BROADLOOM ROLL (450 SF)423.26$ 26%313.95$ 2U108 GROUNDWORKS STANDARD ROLL 5430V RESILIENT ROLL (100 SF)75.00$ 9%68.24$ 1U993 HUSH II 5428V ADHESIVE ROLL (280 SF)390.10$ 40%232.85$ LOKS4 LOK DOT HALF SLEEVE LOK4D ADHESIVE EA 225.00$ 23%173.25$ LOKWO LOK WORX ADHESIVE SQUARES LWRX1 ADHESIVE EA 213.96$ 19%172.39$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (BROADLOOM 01LDR)ADHESIVE - BROADLOOM SLEEVE (250 SY)375.00$ 8%346.50$ LOKDA LOKDOTS APPLICATOR (BROADLOOM 01LDA)ADHESIVE - BROADLOOM SLEEVE (250 SY)82.10$ 16%69.30$ G9125 MOISTURE TEK 9125R ADHESIVE KIT 887.18$ 19%714.79$ 9125U MOISTURE TEK 9125W, 9125T ADHESIVE KIT 887.18$ 19%714.79$ 8U124 PINLESS METAL TRACK (RESILIENT 5012V)ADHESIVE - RESILIENT BOX (3/BOX)96.00$ 40%57.91$ 5022V QUARTER ROUND PROFILE RUBBER RESILIENT BOX (12/BOX)192.00$ 39%116.98$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 5016V)ADHESIVE - RESILIENT BOX (3/BOX)126.00$ 39%76.77$ 5003V SHAW 200 1 GALLON ADHESIVE - BROADLOOM 1 GAL PAIL 45.43$ 12%39.95$ 5004V SHAW 200 4 GALLON ADHESIVE - BROADLOOM 4 GAL PAIL 110.00$ 3%106.26$ 1U864 SHAW 4100 - 1 GAL (BROADLOOM 5408V)ADHESIVE 1 GAL PAIL 79.88$ 48%41.75$ 1U865 SHAW 4100 - 1 GAL 5407V ADHESIVE 1 GAL PAIL 79.88$ 48%41.75$ 5405V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 5406V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ 5U014 SNAP-DOWN T MOLDING 1-1/8" (HARDSURFACE 5013V)RESILIENT BOX (3/BOX)88.00$ 39%53.52$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 5014V)RESILIENT BOX (3/BOX)103.00$ 40%62.29$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 5015V)RESILIENT BOX (3/BOX)112.00$ 39%67.99$ VS176 TRANSITION TAPE (RESILIENT 5011V)RESILIENT ROLL (25 FT)16.00$ 41%9.45$ D7303 TURF SEAMING TAPE ADHESIVE - BROADLOOM EA 138.54$ 30%97.61$ D7302 TURF SEAMING TAPE ADHESIVE ADHESIVE - BROADLOOM EA 124.67$ 30%87.84$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5431V)TILE ROLL 897.50$ 12%786.56$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5432V)TILE ROLL 2,556.25$ 12%2,252.25$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5433V)TILE ROLL 71.25$ 12%62.37$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5434V)TILE ROLL $ 88.75 13% $ 77.39 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5435V)TILE ROLL $ 86.25 13% $ 75.08 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 5019V)ADHESIVE - RESILIENT 1 GAL PAIL 42.00$ 39%25.59$ 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD)BROADLOOM 54851 ANTIQUE CHARM BROADLOOM CARPET SY 22.93$ Q8005 ARTISTIC IMPRES BROADLOOM CARPET SY 33.02$ 50396 AYERS HALL II SOFTBAC BROADLOOM CARPET SY 17.96$ J0064 BAYTOWNE III 30 CLASSICBAC®BROADLOOM CARPET SY 16.35$ J0065 BAYTOWNE III 36 CLASSICBAC®BROADLOOM CARPET SY 20.11$ 54807 BE OPEN STALOK®BROADLOOM CARPET SY 15.75$ 54808 BE PRESENT STALOK®BROADLOOM CARPET SY 15.75$ 54809 BE REAL STALOK®BROADLOOM CARPET SY 15.75$ 54692 BEACON II DUROGEN RUBBER BROADLOOM CARPET SY 11.60$ 54776 BIRD'S EYE CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54600 BOX SUITE CLASSICBAC®BROADLOOM CARPET SY 32.46$ J0102 BROADCAST STALOK®BROADLOOM CARPET SY 17.97$ 54738 CALM CLASSICBAC®BROADLOOM CARPET SY 18.37$ 54739 CALM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.45$ 54214 CAMDEN HARBOR II CLASSICBAC®BROADLOOM CARPET SY 14.78$ 54443 CAMDEN HARBOR II ECOWORK PERFORMANCE BROADLOOM BROADLOOM CARPET SY 20.86$ 54215 CAMDEN HARBOR II UNITARY BROADLOOM CARPET SY 15.63$ 54508 CAMOUFLAGE CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54706 CANNONBORO CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54280 CAPITAL III CLASSICBAC®BROADLOOM CARPET SY 14.80$ 54282 CAPITAL III STALOK®BROADLOOM CARPET SY 27.92$ 54281 CAPITAL III UNITARY BROADLOOM CARPET SY 15.27$ J0130 CHANGE IN ATTITUDE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.21$ J0112 CHANGE IN ATTITUDE STALOK®BROADLOOM CARPET SY 18.28$ 54509 CHEETAH CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54852 CLASSIC TRADITION BROADLOOM CARPET SY 22.93$ 54584 COLOR ACCENT STALOK® (BORDERS & ACCENTS ONLY)BROADLOOM CARPET SY 19.79$ 54812 COLOR GRID STALOK®BROADLOOM CARPET SY 15.06$ 54693 COMMONS II DUROGEN RUBBER BROADLOOM CARPET SY 15.89$ J0181 CUTAWAY CLASSICBAC®BROADLOOM CARPET SY 13.68$ 54605 DATE NIGHT CLASSICBAC®BROADLOOM CARPET SY 20.81$ 54029 DATELINE CLASSICBAC®BROADLOOM CARPET SY 21.06$ 54823 DATELINE TODAY STALOK®BROADLOOM CARPET SY 16.05$ J0182 DIAGRAM CLASSICBAC®BROADLOOM CARPET SY 13.68$ 54613 DINE OUT CLASSICBAC®BROADLOOM CARPET SY 32.33$ 54416 DIRECT LINK STALOK®BROADLOOM CARPET SY 15.90$ J0078 DIVIDEND 26 CLASSICBAC®BROADLOOM CARPET SY 13.77$ J0079 DIVIDEND 26 UNITARY BROADLOOM CARPET SY 15.21$ J0080 DIVIDEND 28 CLASSICBAC®BROADLOOM CARPET SY 14.69$ Q0421 ELEMENTS CLASSICBAC®BROADLOOM CARPET SY 26.57$ 54255 EMPHATIC 30 II CLASSICBAC®BROADLOOM CARPET SY 16.35$ 54256 EMPHATIC 36 II CLASSICBAC®BROADLOOM CARPET SY 20.11$ J0186 ENCHANT STALOK®BROADLOOM CARPET SY 16.16$ J0185 EVOKE STALOK®BROADLOOM CARPET SY 16.16$ 54615 EXPECTED GUEST CLASSICBAC®BROADLOOM CARPET SY 32.33$ 54530 EYES ON YOU CLASSICBAC®BROADLOOM CARPET SY 26.25$ 54907 FACT CLASSICBAC®BROADLOOM CARPET SY 9.04$ 54831 FAIR SHAKE STALOK®BROADLOOM CARPET SY 12.67$ 54533 FEATHER TAIL CLASSICBAC®BROADLOOM CARPET SY 26.25$ 54747 FRANCHISE II 26 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 20.17$ 54745 FRANCHISE II 26 STALOK®BROADLOOM CARPET SY 15.83$ 54746 FRANCHISE II 28 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 21.00$ 54744 FRANCHISE II 28 STALOK®BROADLOOM CARPET SY 16.85$ 54210 FRANCHISE STALOK®BROADLOOM CARPET SY 15.83$ 54775 FRET CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54908 FUNCTION CLASSICBAC®BROADLOOM CARPET SY 9.04$ J0060 FUNCTIONAL CLASSICBAC®BROADLOOM CARPET SY 16.13$ 54644 FUTURE GENERATIONS CLASSICBAC®BROADLOOM CARPET SY 19.06$ 54740 GATHER CLASSICBAC®BROADLOOM CARPET SY 18.37$ 54741 GATHER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.45$ 54507 GIRAFFE CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54504 GROMMETS CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54514 HIDEAWAYS CLASSICBAC®BROADLOOM CARPET SY 32.05$ 54417 HOT CIRCUIT STALOK®BROADLOOM CARPET SY 18.59$ 54502 HOT SPOT CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54578 IN HARMONY STALOK®BROADLOOM CARPET SY 18.47$ 54603 IN-CROWD CLASSICBAC®BROADLOOM CARPET SY 32.46$ 54534 INS AND OUTS CLASSICBAC®BROADLOOM CARPET SY 26.25$ Q0420 INSPIRED CLASSICBAC®BROADLOOM CARPET SY 21.87$ J0059 JARGON CLASSICBAC®BROADLOOM CARPET SY 15.90$ 54495 JOKERS WILD CLASSICBAC®BROADLOOM CARPET SY 25.56$ 54098 LATEST TREND CLASSICBAC®BROADLOOM CARPET SY 26.57$ 54266 LEGEND FALLS CLASSICBAC®BROADLOOM CARPET SY 23.99$ 54735 LIVE CLASSICBAC®BROADLOOM CARPET SY 18.37$ 54737 LIVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.45$ 54704 LORING WOODS CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54532 LOWLAND CLASSICBAC®BROADLOOM CARPET SY 26.25$ Effective: 8/7/2019 - 8/31/2020 Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 54046 MAJOR EVENT CLASSICBAC®BROADLOOM CARPET SY 15.29$ 54066 MAJOR EVENT UNITARY BROADLOOM CARPET SY 15.76$ 54604 MAKE THE SCENE CLASSICBAC®BROADLOOM CARPET SY 27.97$ 54516 MASTERS CLASSICBAC®BROADLOOM CARPET SY 32.05$ 234MC METROWALL II UNITARY BROADLOOM CARPET SY 21.90$ 54411 METRO LIFE CLASSICBAC®BROADLOOM CARPET SY 18.37$ 54207 MODERN TRADITIONS STALOK®BROADLOOM CARPET SY 17.84$ 54593 MULTIPLICITY CLASSICBAC®BROADLOOM CARPET SY 10.64$ 54531 NATURES CRAFT CLASSICBAC®BROADLOOM CARPET SY 26.25$ 54720 NEST ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 22.10$ 54719 NEST STALOK®BROADLOOM CARPET SY 16.02$ 54793 NEW BASICS CLASSICBAC®BROADLOOM CARPET SY 11.47$ 54705 NEW BAY CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54794 NEW STATEMENT CLASSICBAC®BROADLOOM CARPET SY 11.47$ 54795 NEW TRADE CLASSICBAC®BROADLOOM CARPET SY 11.47$ 54792 NEW WORKS CLASSICBAC®BROADLOOM CARPET SY 11.47$ 54097 NEXT GENERATION CLASSICBAC®BROADLOOM CARPET SY 21.87$ J0069 NO LIMITS STALOK®BROADLOOM CARPET SY 17.61$ 54777 OGEE CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54802 ON SITE CLASSICBAC®BROADLOOM CARPET SY 10.90$ 54803 ON TARGET CLASSICBAC®BROADLOOM CARPET SY 11.07$ 54801 ON THE MOVE CLASSICBAC®BROADLOOM CARPET SY 12.65$ 54790 POWER UP CLASSICBAC®BROADLOOM CARPET SY 10.36$ 54510 PRIMUS CLASSICBAC®BROADLOOM CARPET SY 29.23$ J0124 RELAY CLASSICBAC®BROADLOOM CARPET SY 16.84$ 54760 REMIX CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54761 RESTYLE CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54762 REVAMP CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54043 ROUSING REVIEW CLASSICBAC®BROADLOOM CARPET SY 19.06$ 54452 RUSH DELIVERY CLASSICBAC®BROADLOOM CARPET SY 13.26$ 54028 SABLE ISLAND CLASSICBAC®BROADLOOM CARPET SY 17.54$ 54721 SCOREBOARD II 26 CLASSICBAC®BROADLOOM CARPET SY 11.88$ 54677 SCOREBOARD II 26 STALOK®BROADLOOM CARPET SY 12.43$ 54675 SCOREBOARD II 28 CLASSICBAC®BROADLOOM CARPET SY 12.43$ 54676 SCOREBOARD II 28 STALOK®BROADLOOM CARPET SY 12.99$ 54707 SCOTTISH PLAID II CLASSICBAC®BROADLOOM CARPET SY 13.95$ Q0617 SEQUENCE CLASSICBAC®BROADLOOM CARPET SY 15.29$ Q0618 SEQUENCE UNITARY BROADLOOM CARPET SY 15.76$ 54770 SIGN ON CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54772 SIGN OUT CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54771 SIGN UP CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54288 SOUND ADVICE BL CLASSICBAC®BROADLOOM CARPET SY 12.72$ 54450 SPEAK EASY CLASSICBAC®BROADLOOM CARPET SY 16.64$ 54446 SPEAK FREELY CLASSICBAC®BROADLOOM CARPET SY 17.74$ 54445 SPEAK OUT CLASSICBAC®BROADLOOM CARPET SY 17.54$ 54451 SPEAK UP CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54602 SPOT LIGHT CLASSICBAC®BROADLOOM CARPET SY 21.15$ 54832 SQUARE DEAL STALOK®BROADLOOM CARPET SY 12.67$ 54694 SUCCESSION II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 25.42$ 54518 SUITE RETREAT CLASSICBAC®BROADLOOM CARPET SY 32.05$ 54494 TA DA CLASSICBAC®BROADLOOM CARPET SY 25.56$ 54660 TAKING NAMES CLASSICBAC®BROADLOOM CARPET SY 8.76$ 54708 TICKER TAPE II CLASSICBAC®BROADLOOM CARPET SY 13.95$ 54579 UNISON STALOK®BROADLOOM CARPET SY 18.54$ 54850 VINTAGE WEAVE BROADLOOM CARPET SY 22.93$ 54269 VOCATION III 26 CLASSICBAC®BROADLOOM CARPET SY 13.77$ 54270 VOCATION III 26 UNITARY BROADLOOM CARPET SY 15.21$ 54271 VOCATION III 28 CLASSICBAC®BROADLOOM CARPET SY 14.69$ 54496 WONDERMENT CLASSICBAC®BROADLOOM CARPET SY 25.69$ 54505 ZEBRA CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54778 ZEST CLASSICBAC®BROADLOOM CARPET SY 14.09$ 54535 ZESTY ZEBRA CLASSICBAC®BROADLOOM CARPET SY 20.72$ 54779 ZING CLASSICBAC®BROADLOOM CARPET SY 14.09$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 TILE 54474 AD-LIB ECOWORX® TILE MODULAR CARPET TILE SY 28.75$ 54588 AMAZE ECOWORX® TILE MODULAR CARPET TILE SY 29.26$ 54436 AREA ECOWORX® TILE MODULAR CARPET TILE SY 30.97$ 54848 ARID 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 54847 BASIN 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 54596 BLINK ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 54480 CAPITAL III 20 OZ ECOWORX® TILE MODULAR CARPET TILE SY 27.57$ 54806 CARBON COPY ECOWORX® TILE MODULAR CARPET TILE SY 22.36$ J0115 CHAIN REACTION ECOWORX® TILE MODULAR CARPET TILE SY 31.28$ J0111 CHANG IN ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 33.63$ 54459 CHATTERBOX ECOWORX® TILE MODULAR CARPET TILE SY 28.00$ 54870 CHISELED STRATAWORX® TILE MODULAR CARPET TILE SY 20.16$ 54462 COLOR ACCENT ECOWORX® TILE (BORDER & ACCENT ONLY)MODULAR CARPET TILE SY 36.61$ 54786 COLOR ACCENTS 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 35.09$ 54858 COLOR ACCENTS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.62$ 54784 CORRUGATED ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54816 COUNTERPART ECOWORX® TILE MODULAR CARPET TILE SY 23.19$ 54871 CRACKLED STRATAWORX® TILE MODULAR CARPET TILE SY 20.16$ 54841 CRAZY SMART ECOWORX® TILE MODULAR CARPET TILE SY 28.81$ 54813 CROSSINGS ECOWORX® TILE MODULAR CARPET TILE SY 26.66$ 54904 DECLARE STRATAWORX® TILE MODULAR CARPET TILE SY 17.58$ 54905 DISCLOSE STRATAWORX® TILE MODULAR CARPET TILE SY 17.58$ 54906 DOCUMENT STRATAWORX® TILE MODULAR CARPET TILE SY 17.58$ 54857 DYNAMO STRATAWORX® TILE MODULAR CARPET TILE SY 16.70$ 54757 ENLIGHTEN ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54565 FEEDBACK ECOWORX® TILE MODULAR CARPET TILE SY 27.87$ 54872 FRACTURED STRATAWORX® TILE MODULAR CARPET TILE SY 20.16$ 54520 FUSE ECOWORX® TILE MODULAR CARPET TILE SY 29.49$ 54844 GENIUS STRATAWORX® TILE MODULAR CARPET TILE SY 16.70$ 54874 HARMONY ECOWORX® TILE MODULAR CARPET TILE SY 33.37$ 54500 HIGH VOLTAGE ECOWORX® TILE MODULAR CARPET TILE SY 32.79$ 54895 HIPSTER STRATAWORX® TILE MODULAR CARPET TILE SY 18.98$ 54491 HOOK UP ECOWORX® TILE MODULAR CARPET TILE SY 27.35$ J0187 IMMERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.01$ 54752 INFUSE ECOWORX® TILE MODULAR CARPET TILE SY 30.53$ 54845 INTELLECT STRATAWORX® TILE MODULAR CARPET TILE SY 16.70$ J0135 INTERMIX ECOWORX® TILE MODULAR CARPET TILE SY 28.75$ 54814 INTERSECTIONS ECOWORX® TILE MODULAR CARPET TILE SY 26.66$ 54833 LAYERS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 30.89$ 54733 LIVE WIRE ECOWORX® TILE MODULAR CARPET TILE SY 37.59$ 54734 LUCKY BREAK ECOWORX® TILE MODULAR CARPET TILE SY 23.76$ 54781 MATERIAL EFFECTS ECOWORX® TILE MODULAR CARPET TILE SY 25.14$ 54875 MEDLEY ECOWORX® TILE MODULAR CARPET TILE SY 33.37$ 54458 MESH WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 34.24$ 54815 MULTIPLICITY 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 28.63$ 54594 MULTIPLICITY ECOWORX® TILE MODULAR CARPET TILE SY 26.80$ 54589 MYSTIFY ECOWORX® TILE MODULAR CARPET TILE SY 29.26$ J0108 NO LIMITS ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ 54896 OFF BEAT STRATAWORX® TILE MODULAR CARPET TILE SY 18.98$ 54842 PURE ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 28.81$ J0136 QUICK CHANGE ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 54843 RAW BEAUTY ECOWORX® TILE MODULAR CARPET TILE SY 28.81$ J0177 RENDERED BARK ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ J0178 RENDERED LINES ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ J0179 RENDERED ROCK ECOWORX® TILE MODULAR CARPET TILE SY 34.55$ 54758 REVEAL ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54876 RHYTHM ECOWORX® TILE MODULAR CARPET TILE SY 33.37$ 54834 RIDGES 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 30.89$ J0116 RIPPLE EFFECT ECOWORX® TILE MODULAR CARPET TILE SY 32.03$ 54811 SHIFTING GEARS ECOWORX® TILE MODULAR CARPET TILE SY 24.45$ 54488 SOUND ADVICE ECOWORX® TILE MODULAR CARPET TILE SY 30.67$ 54564 STATIC ECOWORX® TILE MODULAR CARPET TILE SY 27.94$ 54587 STEP ON IT ECOWORX® TILE MODULAR CARPET TILE SY 40.48$ 54860 STEP RIGHT IN ECOWORX® TILE MODULAR CARPET TILE SY 45.55$ 54727 STRAIGHT & NARROW ECOWORX® TILE MODULAR CARPET TILE SY 40.61$ 54810 STRAIGHT SHIFT ECOWORX® TILE MODULAR CARPET TILE SY 24.45$ 54695 SUCCESSION ECOWORX® TILE MODULAR CARPET TILE SY 32.88$ 54440 SWIZZLE ECOWORX® TILE MODULAR CARPET TILE SY 30.18$ J0126 SYNC UP ECOWORX® TILE MODULAR CARPET TILE SY 32.36$ 54861 TAKE A TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.55$ 54849 TIDEWATER 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 54748 TRAVERSE ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ 54749 TREAD ON ME ECOWORX® TILE MODULAR CARPET TILE SY 49.73$ 54754 TWIST IT ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54521 UNITARY ECOWORX® TILE MODULAR CARPET TILE SY 29.55$ 54475 UNSCRIPTED ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 54804 URBAN GEOMETRY ECOWORX® TILE MODULAR CARPET TILE SY 28.32$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 54755 WARP IT ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54897 WILDSTYLE STRATAWORX® TILE MODULAR CARPET TILE SY 18.98$ 54492 WIRED ECOWORX® TILE MODULAR CARPET TILE SY 25.60$ 54756 WONDER ECOWORX® TILE MODULAR CARPET TILE SY 32.19$ 54796 ZING ECOWORX® TILE MODULAR CARPET TILE SY 26.66$ PERFORMANCE TURF54712 ADRENALINE 5MM BROADLOOM CARPET SY 44.34$ 54653 ADRENALINE UNITARY BROADLOOM CARPET SY 29.84$ 54731 FREE TIME 5MM BROADLOOM CARPET SY 42.27$ 54732 FREE TIME UNITARY BROADLOOM CARPET SY 27.91$ 54716 INTENSIFY UNITARY BROADLOOM CARPET SY 23.90$ 54743 LAUNCH UNITARY BROADLOOM CARPET SY 19.06$ RESILIENT5456V BEYOND STONE MODULAR RESILIENT SF 3.35$ 5401V BOSK MODULAR RESILIENT SF 2.27$ 5402V BOSK PRO 4"MODULAR RESILIENT SF 3.79$ 5413V BOSK PRO 6"MODULAR RESILIENT SF 3.79$ 5441V BURNISHED MODULAR RESILIENT SF 4.14$ 5520V BY THE GROVE SD MODULAR RESILIENT SF 3.28$ 5528V COLORWASHED MODULAR RESILIENT SF 3.80$ 5423V CONNECTION 4"MODULAR RESILIENT SF 3.79$ 5424V CONNECTION 6"MODULAR RESILIENT SF 3.79$ 5400V FRESCO MODULAR RESILIENT SF 3.79$ 5533V G-FORCE 12 MODULAR RESILIENT SF 1.98$ 5545V G-FORCE 20 MODULAR RESILIENT SF 3.34$ 5468V IN THE GRAIN MODULAR RESILIENT SF 1.99$ 5472V IN THE GRAIN 20 MODULAR RESILIENT SF 3.65$ 5524V IN THE GRAIN II 12 MODULAR RESILIENT SF 2.07$ 5525V IN THE GRAIN II 20 MODULAR RESILIENT SF 3.17$ 5536V IN THE GRAIN II 30 MODULAR RESILIENT SF 3.82$ 5542V IN THE GRAIN II WPC MODULAR RESILIENT SF 4.27$ 5521V IN THE PARK SD MODULAR RESILIENT SF 2.94$ 5443V IT'S A SNAP MODULAR RESILIENT SF 4.32$ 5543V LINE OF SIGHT MODULAR RESILIENT SF 4.66$ 5452V MARBLED MODULAR RESILIENT SF 2.80$ 5453V MARBLED 20 MODULAR RESILIENT SF 3.87$ 5513V MESA TRAIL MODULAR RESILIENT SF 2.62$ 5471V ORGANIC STRUCTURE SHEET RESILIENT SY 37.60$ 5425V PERSONALITY MODULAR RESILIENT SF 2.11$ 5442V PERSONALITY 20 MODULAR RESILIENT SF 3.97$ 5544V REVIVAL MODULAR RESILIENT SF 4.37$ 5512V SIERRA TRACE MODULAR RESILIENT SF 3.89$ 5404V SOLACE WR 180'SHEET RESILIENT SY 60.84$ 5470V SOLID STRUCTURE MODULAR RESILIENT SY 39.36$ 5458V STONE EFFECTS MODULAR RESILIENT SF 4.40$ 5457V STONE MASTER MODULAR RESILIENT SF 4.40$ 5454V SUEDED MODULAR RESILIENT SF 3.87$ 5522V UNDER THE CANOPY SD MODULAR RESILIENT SF 3.33$ 5459V WOOD MIX MODULAR RESILIENT SF 4.07$ Material Pricing List - Sourcewell Style Number Style Name Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1000)ADHESIVE - BROADLOOM 4 GAL PAIL 53.09$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM D1036)ADHESIVE - BROADLOOM 4 GAL PAIL 66.77$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1200)ADHESIVE - BROADLOOM 4 GAL PAIL 46.97$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM D3800)ADHESIVE - BROADLOOM 4 GAL PAIL 68.63$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 5008V)ADHESIVE - RESILIENT ROLL (120 LF)130.19$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000R)(BROADLOOM D4000)ADHESIVE - BROADLOOM 1 QT BOTTLE 15.26$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 212VS)ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 259VS)ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ G9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150R)ADHESIVE - BROADLOOM EA 230.14$ 9150U 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (TILE 9150T)(BROADLOOM 9150W)ADHESIVE - BROADLOOM/TILE EA 230.14$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (BROADLOOM D5000)ADHESIVE - BROADLOOM 4 GAL PAIL 108.37$ N5001 5001 - TILE STANDARD ADHESIVE (BROADLOOM D5001)ADHESIVE - BROADLOOM 1 GAL PAIL 31.24$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 5036R)ADHESIVE - BROADLOOM 4 GAL PAIL 120.77$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (BROADLOOM D5100)ADHESIVE - BROADLOOM 4 GAL PAIL 105.71$ G7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM 2 GAL PAIL 121.37$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300R)(BROADLOOM D8300)ADHESIVE - BROADLOOM 8 OZ BOTTLE 9.09$ G9000 9000 - BARRIER COAT (BROADLOOM D9000)ADHESIVE - BROADLOOM 2.5 GAL PAIL 272.67$ G9050 9050 - FLOOR PRIMER - (BROADLOOM - D9050)ADHESIVE - BROADLOOM 4 GAL PAIL 80.12$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (AVPHI AND AVQNC)ADHESIVE - BROADLOOM ROLL 459.93$ 5017V CARPET REDUCER 5/16"ADHESIVE - BROADLOOM BOX (3/BOX)94.44$ 2U376 COVE TUBE ADHESIVE (RESILIENT 5018V)ADHESIVE - RESILIENT TUBE (30 OZ)108.50$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600R)(BROADLOOM D3600)ADHESIVE - BROADLOOM 4 GAL PAIL 69.12$ 5000V GROUNDWORKS JUMBO ROLL ADHESIVE - BROADLOOM ROLL (450 SF)413.09$ 2U108 GROUNDWORKS STANDARD ROLL 5430V RESILIENT ROLL (100 SF)90.68$ 1U993 HUSH II 5428V ADHESIVE ROLL (280 SF)329.56$ LOKS4 LOK DOT HALF SLEEVE LOK4D ADHESIVE EA 230.24$ LOKWO LOK WORX ADHESIVE SQUARES LWRX1 ADHESIVE EA 229.10$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (BROADLOOM 01LDR)ADHESIVE - BROADLOOM SLEEVE (250 SY)460.48$ LOKDA LOKDOTS APPLICATOR (BROADLOOM 01LDA)ADHESIVE - BROADLOOM SLEEVE (250 SY)92.10$ G9125 MOISTURE TEK 9125R ADHESIVE KIT 949.91$ 9125U MOISTURE TEK 9125W, 9125T ADHESIVE KIT 949.91$ 8U124 PINLESS METAL TRACK (RESILIENT 5012V)ADHESIVE - RESILIENT BOX (3/BOX)76.96$ 5022V QUARTER ROUND PROFILE RUBBER RESILIENT BOX (12/BOX)155.46$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 5016V)ADHESIVE - RESILIENT BOX (3/BOX)102.03$ 5003V SHAW 200 1 GALLON ADHESIVE - BROADLOOM 1 GAL PAIL 52.57$ 5004V SHAW 200 4 GALLON ADHESIVE - BROADLOOM 4 GAL PAIL 139.82$ 1U864 SHAW 4100 - 1 GAL (BROADLOOM 5408V)ADHESIVE 1 GAL PAIL 55.49$ 1U865 SHAW 4100 - 1 GAL 5407V ADHESIVE 1 GAL PAIL 55.49$ 5405V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ 5406V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 42.41$ 5U014 SNAP-DOWN T MOLDING 1-1/8" (HARDSURFACE 5013V)RESILIENT BOX (3/BOX)71.13$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 5014V)RESILIENT BOX (3/BOX)82.78$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 5015V)RESILIENT BOX (3/BOX)90.36$ VS176 TRANSITION TAPE (RESILIENT 5011V)RESILIENT ROLL (25 FT)12.56$ D7303 TURF SEAMING TAPE ADHESIVE - BROADLOOM EA 129.72$ D7302 TURF SEAMING TAPE ADHESIVE ADHESIVE - BROADLOOM EA 116.73$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5431V)TILE ROLL 1,045.29$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5432V)TILE ROLL 2,993.12$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5433V)TILE ROLL 82.89$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5434V)TILE ROLL $ 102.84 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5435V)TILE ROLL $ 99.77 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 5019V)ADHESIVE - RESILIENT 1 GAL PAIL 34.01$ 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Shaw Contract BROADLOOM 5A046 3SQUARE ULTRALOC®BROADLOOM CARPET SY 48.54$ 51%23.98$ $ 4.80 1.15$ 29.92$ 60728 ACCOMPLISH CLASSICBAC®BROADLOOM CARPET SY 24.14$ 42%14.06$ $ 2.81 1.15$ 18.02$ 60727 ACCOMPLISH ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.42$ 42%18.11$ $ 3.62 1.15$ 22.88$ 5A253 ACCORD CLASSICBAC®BROADLOOM CARPET SY 15.30$ 46%8.24$ $ 1.65 1.15$ 11.04$ 60283 AMBITION II CLASSICBAC®BROADLOOM CARPET SY 6.47$ 34%4.26$ $ 0.85 1.15$ 6.26$ 5A240 AMBITION III 20 CLASSICBAC®BROADLOOM CARPET SY 8.91$ 34%5.90$ $ 1.18 1.15$ 8.23$ 5A241 AMBITION III 26 CLASSICBAC®BROADLOOM CARPET SY 10.53$ 32%7.15$ $ 1.43 1.15$ 9.73$ 5A252 AMEND CLASSICBAC®BROADLOOM CARPET SY 15.30$ 46%8.24$ $ 1.65 1.15$ 11.04$ 5A176 AMPLIFY ULTRALOC®BROADLOOM CARPET SY 28.65$ 39%17.46$ $ 3.49 1.15$ 22.11$ 5A208 ARTISAN LOOM ULTRALOC®BROADLOOM CARPET SY 61.69$ 45%33.68$ $ 6.74 1.15$ 41.57$ 60759 ASPIRE CLASSICBAC®BROADLOOM CARPET SY 26.63$ 41%15.58$ $ 3.12 1.15$ 19.85$ 60758 ASPIRE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 33.32$ 41%19.70$ $ 3.94 1.15$ 24.80$ 60563 ASSOCIATE ULTRALOC®BROADLOOM CARPET SY 18.69$ 42%10.87$ $ 2.17 1.15$ 14.19$ 732V5 AT EASE 39 SoftBac BROADLOOM CARPET SY 25.93$ 29%18.30$ $ 3.66 1.15$ 23.10$ 732W6 AT EASE 49 SoftBac BROADLOOM CARPET SY 29.26$ 27%21.36$ $ 4.27 1.15$ 26.78$ 5A219 BASE METAL WOVEN UNITARY BROADLOOM CARPET SY 119.62$ 47%63.48$ $ 12.70 1.15$ 77.32$ 60750 BASKET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 46.84$ 42%27.39$ $ 5.48 1.15$ 34.01$ 60785 BATIK ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5B094 BELLCOURT CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ $ 4.74 1.15$ 29.60$ 5A243 BEYOND ULTRALOC®BROADLOOM CARPET SY 53.40$ 46%29.07$ $ 5.81 1.15$ 36.04$ 5A235 BIRCH CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ $ 2.34 1.15$ 15.22$ 5A125 BLOG CLASSICBAC®BROADLOOM CARPET SY 20.34$ 31%14.11$ $ 2.82 1.15$ 18.09$ 5A126 BLOG ULTRLOC®BROADLOOM CARPET SY 23.16$ 42%13.47$ $ 2.69 1.15$ 17.31$ 5A130 BLOOM PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 50%47.24$ $ 9.45 1.15$ 57.84$ 60746 BON JOUR II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 43.48$ 43%24.95$ $ 4.99 1.15$ 31.09$ 5A236 BOTAN ULTRALOC®BROADLOOM CARPET SY 30.45$ 39%18.58$ $ 3.72 1.15$ 23.45$ 60755 BRIDGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 36.15$ 42%21.07$ $ 4.21 1.15$ 26.43$ 60737 CADENCE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 38.67$ 39%23.46$ $ 4.69 1.15$ 29.30$ 60734 CHARISMA ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.12$ 48%16.60$ $ 3.32 1.15$ 21.07$ 5A211 CHOK LOOM ULTRALOC®BROADLOOM CARPET SY 63.06$ 47%33.68$ $ 6.74 1.15$ 41.57$ 60766 COLLAGE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.41$ 38%21.21$ $ 4.24 1.15$ 26.60$ 7P352 COLONEL CLASSICBAC®BROADLOOM CARPET SY 11.25$ 37%7.13$ $ 1.43 1.15$ 9.70$ 60550 CONSTELLATION ULTRLOC®BROADLOOM CARPET SY 27.25$ 42%15.68$ $ 3.14 1.15$ 19.97$ 5A213 CONTE' ULTRALOC®BROADLOOM CARPET SY 27.02$ 31%18.53$ $ 3.71 1.15$ 23.38$ 5A186 CONTOUR CLASSICBAC®BROADLOOM CARPET SY 20.25$ 40%12.10$ $ 2.42 1.15$ 15.68$ 5A091 CORDED ULTRALOC®BROADLOOM CARPET SY 34.68$ 52%16.79$ $ 3.36 1.15$ 21.30$ 5A178 CORE ULTRALOC®BROADLOOM CARPET SY 37.53$ 47%19.84$ $ 3.97 1.15$ 24.96$ 5B093 CRANFORD CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ $ 4.74 1.15$ 29.60$ 5A092 CROSS STITCH ULTRALOC®BROADLOOM CARPET SY 30.33$ 44%17.00$ $ 3.40 1.15$ 21.55$ 5A048 CROWN COLONY III ULTRALOC®BROADLOOM CARPET SY 72.86$ 58%30.76$ $ 6.15 1.15$ 38.06$ 50912 CULTURE CLASSICBAC®BROADLOOM CARPET SY 20.34$ 40%12.28$ $ 2.46 1.15$ 15.88$ 5A032 DESIGN SERIES V 30 CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ $ 2.46 1.15$ 15.91$ 5A033 DESIGN SERIES V 36 CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ $ 3.03 1.15$ 19.31$ 5A184 DIMENSION ULTRALOC®BROADLOOM CARPET SY 25.41$ 42%14.84$ $ 2.97 1.15$ 18.96$ 5A065 DIVIDE CLASSICBAC®BROADLOOM CARPET SY 20.12$ 35%13.12$ $ 2.62 1.15$ 16.89$ 5A093 DOUBLE KNIT ULTRALOC®BROADLOOM CARPET SY 40.67$ 51%19.88$ $ 3.98 1.15$ 25.00$ 5A164 ECLECTIC CLASSICBAC®BROADLOOM CARPET SY 19.44$ 41%11.50$ $ 2.30 1.15$ 14.95$ 5A067 EDIT CLASSICBAC®BROADLOOM CARPET SY 20.11$ 33%13.39$ $ 2.68 1.15$ 17.21$ 5A228 EDITION ULTRALOC®BROADLOOM CARPET SY 47.32$ 37%29.94$ $ 5.99 1.15$ 37.08$ 5A192 EFFECT ULTRALOC®BROADLOOM CARPET SY 26.06$ 28%18.71$ $ 3.74 1.15$ 23.60$ 60770 ENGRAVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ $ 5.74 1.15$ 35.58$ 5A066 EQUAL CLASSICBAC®BROADLOOM CARPET SY 20.10$ 33%13.49$ $ 2.70 1.15$ 17.34$ 5A214 ERASE ULTRALOC®BROADLOOM CARPET SY 27.02$ 31%18.53$ $ 3.71 1.15$ 23.38$ 5A242 ESCAPE ULTRALOC®BROADLOOM CARPET SY 31.98$ 44%18.06$ $ 3.61 1.15$ 22.82$ Effective: 8/7/2019 - 8/31/2020 State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 60754 ESSENCE ULTRALOC®BROADLOOM CARPET SY 40.38$ 40%24.07$ $ 4.81 1.15$ 30.03$ 5A188 ESSENTIAL CLASSICBAC®BROADLOOM CARPET SY 16.45$ 37%10.35$ $ 2.07 1.15$ 13.57$ 50913 EVOLUTION CLASSICBAC®BROADLOOM CARPET SY 20.47$ 39%12.49$ $ 2.50 1.15$ 16.13$ 60752 EXPRESSIVE ULTRALOC®BROADLOOM CARPET SY 40.38$ 40%24.07$ $ 4.81 1.15$ 30.03$ 60772 FAÇADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.45$ 29%18.71$ $ 3.74 1.15$ 23.60$ 5A221 FAULT ULTRALOC®BROADLOOM CARPET SY 93.40$ 40%56.13$ $ 11.23 1.15$ 68.51$ 5A161 FIBER ECOWORX® BROADLOOM BROADLOOM CARPET SY 49.30$ 48%25.68$ $ 5.14 1.15$ 31.96$ 60665 FIELD TRIP ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.08$ 42%17.89$ $ 3.58 1.15$ 22.62$ 60497 FIELD TRIP ULTRLOC®BROADLOOM CARPET SY 23.54$ 41%13.94$ $ 2.79 1.15$ 17.88$ 5A175 FLARE CLASSICBAC®BROADLOOM CARPET SY 19.56$ 34%12.84$ $ 2.57 1.15$ 16.56$ 5A174 FLICKER CLASSICBAC®BROADLOOM CARPET SY 19.29$ 35%12.61$ $ 2.52 1.15$ 16.29$ 5A129 FLOAT PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.09$ $ 9.42 1.15$ 57.66$ 5A038 FOSSIL CLASSICBAC®BROADLOOM CARPET SY 18.22$ 38%11.24$ $ 2.25 1.15$ 14.64$ 60689 GLADE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.51$ 37%21.63$ $ 4.33 1.15$ 27.11$ 5A020 GLOW ULTRALOC®BROADLOOM CARPET SY 49.28$ 55%22.30$ $ 4.46 1.15$ 27.91$ 60707 GRACE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 43.44$ 38%27.07$ $ 5.41 1.15$ 33.64$ 5A153 GRADIENT CLASSICBAC®BROADLOOM CARPET SY 19.58$ 28%14.01$ $ 2.80 1.15$ 17.96$ 7R824 GROUND FORCE CLASSICBAC®BROADLOOM CARPET SY 15.61$ 28%11.25$ $ 2.25 1.15$ 14.65$ 5A190 GROUNDED ULTRALOC®BROADLOOM CARPET SY 38.94$ 39%23.69$ $ 4.74 1.15$ 29.58$ 5A090 GROUNDWORKS III ULTRALOC®BROADLOOM CARPET SY 43.12$ 43%24.57$ $ 4.91 1.15$ 30.63$ 5A234 GROVE CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ $ 2.34 1.15$ 15.22$ 5A237 HANA ULTRALOC®BROADLOOM CARPET SY 30.65$ 39%18.66$ $ 3.73 1.15$ 23.55$ 60127 HARBOR CLASSICBAC®BROADLOOM CARPET SY 15.06$ 43%8.62$ $ 1.72 1.15$ 11.49$ 5B101 HERRINGBONE CLASSICBAC®BROADLOOM CARPET SY 25.97$ 51%12.75$ $ 2.55 1.15$ 16.45$ 60735 HIGHLIGHT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.70$ 43%18.56$ $ 3.71 1.15$ 23.42$ 60668 HIT THE BOOKS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 32.42$ 46%17.50$ $ 3.50 1.15$ 22.15$ 60504 HIT THE BOOKS ULTRLOC®BROADLOOM CARPET SY 24.00$ 39%14.56$ $ 2.91 1.15$ 18.63$ 60114 HOMESTEAD CLASSICBAC®BROADLOOM CARPET SY 11.74$ 35%7.63$ $ 1.53 1.15$ 10.31$ 60708 HONOR ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 39.76$ 39%24.42$ $ 4.88 1.15$ 30.45$ 60786 IKAT ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5A177 ILLUMINATE ULTRALOC®BROADLOOM CARPET SY 28.65$ 39%17.58$ $ 3.52 1.15$ 22.24$ 60774 IMAGERY CLASSICBAC®BROADLOOM CARPET SY 19.08$ 29%13.57$ $ 2.71 1.15$ 17.44$ 5A229 INHERIT ULTRALOC®BROADLOOM CARPET SY 47.32$ 37%29.94$ $ 5.99 1.15$ 37.08$ 5A193 INLAY ULTRALOC®BROADLOOM CARPET SY 26.06$ 28%18.71$ $ 3.74 1.15$ 23.60$ 60589 INTERPLAY ULTRLOC®BROADLOOM CARPET SY 20.98$ 45%11.60$ $ 2.32 1.15$ 15.07$ 60777 INTUITION ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ $ 4.01 1.15$ 25.20$ 60741 JOIE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 37%27.72$ $ 5.54 1.15$ 34.41$ 5B092 KENNEBUNK CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ $ 4.74 1.15$ 29.60$ 5A238 KUSA ULTRALOC®BROADLOOM CARPET SY 29.40$ 39%17.94$ $ 3.59 1.15$ 22.67$ 5A159 LANA ECOWORX® BROADLOOM BROADLOOM CARPET SY 59.98$ 45%32.76$ $ 6.55 1.15$ 40.46$ 5A183 LAYER ULTRALOC®BROADLOOM CARPET SY 25.41$ 42%14.81$ $ 2.96 1.15$ 18.92$ 60787 LINEN ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5A140 MAINFRAME ULTRALOC®BROADLOOM CARPET SY 32.97$ 44%18.60$ $ 3.72 1.15$ 23.46$ 60696 MEADOW ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 33.32$ 42%19.27$ $ 3.85 1.15$ 24.27$ 5A165 MELD CLASSICBAC®BROADLOOM CARPET SY 19.62$ 40%11.73$ $ 2.35 1.15$ 15.23$ 5A254 MEMOIRS CLASSICBAC®BROADLOOM CARPET SY 16.92$ 48%8.77$ $ 1.75 1.15$ 11.67$ 5A204 MODIFY CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ $ 2.49 1.15$ 16.10$ 60602 MOMENTUM IV UNITARY BROADLOOM CARPET SY 16.15$ 29%11.49$ $ 2.30 1.15$ 14.94$ 5A218 MONOLITH WOVEN UNITARY BROADLOOM CARPET SY 119.62$ 46%64.86$ $ 12.97 1.15$ 78.99$ 5B091 MORITZ CLASSICBAC®BROADLOOM CARPET SY 40.02$ 41%23.71$ $ 4.74 1.15$ 29.60$ 50875 MOVEMENT ULTRALOC®BROADLOOM CARPET SY 34.50$ 54%15.88$ $ 3.18 1.15$ 20.21$ 5A179 NATURAL SELECTION ULTRALOC®BROADLOOM CARPET SY 83.44$ 49%42.90$ $ 8.58 1.15$ 52.63$ 5A141 NAVIGATE ULTRALOC®BROADLOOM CARPET SY 32.83$ 42%18.97$ $ 3.79 1.15$ 23.91$ 60769 ORNAMENT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ $ 5.74 1.15$ 35.58$ 5A187 OUTLINE CLASSICBAC®BROADLOOM CARPET SY 20.25$ 40%12.10$ $ 2.42 1.15$ 15.68$ 60687 PEBBLE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.38$ 45%24.60$ $ 4.92 1.15$ 30.67$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5A025 PETO II CLASSICBAC®BROADLOOM CARPET SY 19.42$ 36%12.37$ $ 2.47 1.15$ 15.99$ 5B110 PLEAT CLASSICBAC®BROADLOOM CARPET SY 22.77$ 45%12.54$ $ 2.51 1.15$ 16.19$ 5A068 POTENTIAL III 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ $ 2.07 1.15$ 13.58$ 60587 POTENTIAL III 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ $ 2.29 1.15$ 14.89$ 5A069 POTENTIAL III 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ $ 2.21 1.15$ 14.41$ 60588 POTENTIAL III 28 UNITARY BROADLOOM CARPET SY 16.83$ 28%12.07$ $ 2.41 1.15$ 15.63$ 5A189 PRIME CLASSICBAC®BROADLOOM CARPET SY 16.45$ 37%10.35$ $ 2.07 1.15$ 13.57$ 60736 PROFILE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.86$ 44%19.61$ $ 3.92 1.15$ 24.68$ 60730 PROSPER CLASSICBAC®BROADLOOM CARPET SY 24.15$ 38%15.08$ $ 3.02 1.15$ 19.25$ 60726 PROSPER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.43$ 39%19.09$ $ 3.82 1.15$ 24.06$ 60784 QUEST ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ $ 4.01 1.15$ 25.20$ 5B118 REFUGE ULTRALOC®BROADLOOM CARPET SY 22.41$ 47%11.83$ $ 2.37 1.15$ 15.35$ 5A256 REIMAGINE CLASSICBAC®BROADLOOM CARPET SY 21.15$ 48%10.97$ $ 2.19 1.15$ 14.31$ 5A248 REMINISCE ULTRALOC®BROADLOOM CARPET SY 22.32$ 46%12.08$ $ 2.42 1.15$ 15.64$ 60192 RESIDENCE INN I CLASSICBAC®BROADLOOM CARPET SY 24.47$ 37%15.49$ $ 3.10 1.15$ 19.74$ 60194 RESIDENCE INN II CLASSICBAC®BROADLOOM CARPET SY 29.48$ 38%18.17$ $ 3.63 1.15$ 22.95$ 60195 RESIDENCE INN III CLASSICBAC®BROADLOOM CARPET SY 35.43$ 40%21.26$ $ 4.25 1.15$ 26.67$ 5B119 RETREAT ULTRALOC®BROADLOOM CARPET SY 22.68$ 48%11.88$ $ 2.38 1.15$ 15.40$ 5A255 SCENERY CLASSICBAC®BROADLOOM CARPET SY 19.08$ 48%9.87$ $ 1.97 1.15$ 12.99$ 50521 SCEPTER II CLASSICBAC®BROADLOOM CARPET SY 44.85$ 54%20.50$ $ 4.10 1.15$ 25.75$ 60514 SCHOLAR II UNITARY BROADLOOM CARPET SY 19.62$ 32%13.35$ $ 2.67 1.15$ 17.17$ 60771 SCREEN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 40.68$ 29%28.69$ $ 5.74 1.15$ 35.58$ 5A215 SCRIBE CLASSICBAC®BROADLOOM CARPET SY 19.57$ 35%12.73$ $ 2.55 1.15$ 16.42$ 60775 SENTIMENT CLASSICBAC®BROADLOOM CARPET SY 19.86$ 37%12.46$ $ 2.49 1.15$ 16.10$ 5A127 SHADOW PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.10$ $ 9.42 1.15$ 57.67$ 5A017 SHIMMER ULTRALOC®BROADLOOM CARPET SY 35.04$ 54%16.24$ $ 3.25 1.15$ 20.64$ 5A198 SLIDE ULTRALOC®BROADLOOM CARPET SY 77.11$ 37%48.65$ $ 9.73 1.15$ 59.53$ 5A137 SOLID CLASSICBAC®BROADLOOM CARPET SY 35.14$ 47%18.78$ $ 3.76 1.15$ 23.69$ 60783 SOPHISTICATION ULTRALOC® MB BROADLOOM CARPET SY 38.07$ 47%20.04$ $ 4.01 1.15$ 25.20$ 50911 SPACE CLASSICBAC®BROADLOOM CARPET SY 20.36$ 39%12.51$ $ 2.50 1.15$ 16.16$ 5B102 SQUARES CLASSICBAC®BROADLOOM CARPET SY 25.97$ 50%12.93$ $ 2.59 1.15$ 16.66$ 5A257 STATEMENT CLASSICBAC®BROADLOOM CARPET SY 23.31$ 48%12.07$ $ 2.41 1.15$ 15.63$ 5A247 STAY ULTRALOC®BROADLOOM CARPET SY 21.78$ 46%11.76$ $ 2.35 1.15$ 15.26$ 5A220 STRATA ULTRALOC®BROADLOOM CARPET SY 93.40$ 40%56.13$ $ 11.23 1.15$ 68.51$ 5B103 STRIPES CLASSICBAC®BROADLOOM CARPET SY 25.97$ 51%12.65$ $ 2.53 1.15$ 16.33$ 5A216 STYLUS CLASSICBAC®BROADLOOM CARPET SY 19.57$ 35%12.73$ $ 2.55 1.15$ 16.42$ 5A233 SUMMIT CLASSICBAC®BROADLOOM CARPET SY 20.33$ 42%11.72$ $ 2.34 1.15$ 15.22$ 5A128 SWIRL PLUSH ULTRALOC®BROADLOOM CARPET SY 95.43$ 51%47.07$ $ 9.41 1.15$ 57.63$ 5A205 SWITCH CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ $ 2.49 1.15$ 16.10$ 5B111 TAPER CLASSICBAC®BROADLOOM CARPET SY 22.77$ 45%12.54$ $ 2.51 1.15$ 16.19$ 60788 TAPESTRY ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5A037 TERRA CLASSICBAC®BROADLOOM CARPET SY 18.22$ 38%11.37$ $ 2.27 1.15$ 14.79$ 5A123 TEXT CLASSICBAC®BROADLOOM CARPET SY 20.31$ 31%14.02$ $ 2.80 1.15$ 17.98$ 5A124 TEXT ULTRLOC®BROADLOOM CARPET SY 23.36$ 37%14.63$ $ 2.93 1.15$ 18.71$ 5A249 TEXTILE ULTRALOC®BROADLOOM CARPET SY 46.44$ 41%27.45$ $ 5.49 1.15$ 34.09$ 5A180 TIMBER ULTRALOC®BROADLOOM CARPET SY 43.87$ 47%23.37$ $ 4.67 1.15$ 29.19$ 5A151 TINT CLASSICBAC®BROADLOOM CARPET SY 19.55$ 32%13.31$ $ 2.66 1.15$ 17.12$ 5A152 TONE CLASSICBAC®BROADLOOM CARPET SY 18.63$ 31%12.94$ $ 2.59 1.15$ 16.67$ 60773 TOWN RESORT CLASSICBAC®BROADLOOM CARPET SY 16.32$ 39%9.91$ $ 1.98 1.15$ 13.04$ 5A203 TRANSFER CLASSICBAC®BROADLOOM CARPET SY 20.81$ 40%12.46$ $ 2.49 1.15$ 16.10$ 60749 TRELLIS ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 49.35$ 42%28.63$ $ 5.73 1.15$ 35.51$ 60710 TRIBUTE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 43.43$ 39%26.54$ $ 5.31 1.15$ 33.00$ 60748 TWINE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 49.35$ 42%28.63$ $ 5.73 1.15$ 35.51$ 60117 UPSCALE CLASSICBAC®BROADLOOM CARPET SY 13.96$ 38%8.62$ $ 1.72 1.15$ 11.49$ 50515 UTOPIAN ULTRALOC®BROADLOOM CARPET SY 58.54$ 59%24.27$ $ 4.85 1.15$ 30.27$ 60742 VERVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 38%27.57$ $ 5.51 1.15$ 34.23$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 60185 VILLA CLASSICBAC®BROADLOOM CARPET SY 26.14$ 42%15.08$ $ 3.02 1.15$ 19.25$ 60743 VITAE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 44.13$ 38%27.57$ $ 5.51 1.15$ 34.23$ 60745 WELCOME II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 43.48$ 43%24.95$ $ 4.99 1.15$ 31.09$ 60751 WHISPER WALLCOVERING SBR Latex BROADLOOM CARPET SY 23.37$ 29%16.48$ $ 3.30 1.15$ 20.93$ 60709 WISDOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.98$ 37%18.36$ $ 3.67 1.15$ 23.19$ TILE 5T003 ABSORBED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.90$ $ 4.98 1.66$ 31.54$ 59145 ABSTRACT EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ $ 6.62 1.66$ 41.37$ 5T107 ACHROMATIC ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ 5T089 ACTIVITY ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ 59567 ADORN ECOWORX® TILE MODULAR CARPET TILE SY 78.29$ 47%41.29$ $ 8.26 1.66$ 51.21$ 5T202 ADVANCE ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ 59384 AFFLUENCE ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.50$ $ 6.30 1.66$ 39.46$ 5T015 AGATE ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ 5T135 ALCHEMY ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ $ 8.23 1.66$ 51.06$ 5T006 ALIGN ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ $ 4.93 1.66$ 31.22$ 59327 ALLURE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ $ 4.34 1.66$ 27.72$ 5T126 ANALOG 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T058 ANGLE ECOWORX® TILE MODULAR CARPET TILE SY 59.48$ 39%36.17$ $ 7.23 1.66$ 45.07$ 5T004 APPLIED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.69$ $ 4.94 1.66$ 31.29$ 5T294 ARRANGE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ 5T295 ARRAY STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ 5T097 ARTISAN ECOWORX® TILE MODULAR CARPET TILE SY 84.00$ 45%46.15$ $ 9.23 1.66$ 57.04$ 5T064 AUGMENT ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ $ 4.86 1.66$ 30.85$ 59340 BALANCE ECOWORX® TILE MODULAR CARPET TILE SY 42.65$ 43%24.34$ $ 4.87 1.66$ 30.86$ 5T198 BASALT II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ 5T159 BASE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ 5T121 BASIC ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 37%17.52$ $ 3.50 1.66$ 22.69$ 5T261 BELONG ECOWORX® TILE MODULAR CARPET TILE SY 32.13$ 47%16.95$ $ 3.39 1.66$ 22.00$ 5T057 BEVEL HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 74.95$ 40%44.91$ $ 8.98 1.66$ 55.55$ 5T218 BEYOND ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ $ 7.70 1.66$ 47.88$ 5T043 BIAS ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ 5T025 BLEND ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ 5T195 BLISS ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ 59572 BLOCK PRINT ECOWORX® TILE MODULAR CARPET TILE SY 46.70$ 39%28.36$ $ 5.67 1.66$ 35.69$ 59357 BLOX ECOWORX® TILE MODULAR CARPET TILE SY 49.37$ 47%26.33$ $ 5.27 1.66$ 33.26$ 59596 BLUR ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.48$ $ 6.10 1.66$ 38.24$ 59411 BON JOUR ECOWORX® TILE MODULAR CARPET TILE SY 55.29$ 50%27.66$ $ 5.53 1.66$ 34.85$ 5T032 BON JOUR II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ 5T192 BOTAN ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ $ 5.84 1.66$ 36.67$ 59529 BRILLIANCE ECOWORX® TILE MODULAR CARPET TILE SY 41.25$ 37%25.95$ $ 5.19 1.66$ 32.80$ 59113 BYLINE ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ 31%23.07$ $ 4.61 1.66$ 29.34$ 59554 CAPTIVATE ECOWORX® TILE MODULAR CARPET TILE SY 35.12$ 34%23.32$ $ 4.66 1.66$ 29.64$ 59579 CATALYST ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.06$ $ 4.21 1.66$ 26.93$ 5T176 CENTRAL LINE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ $ 3.87 1.66$ 24.86$ 5T124 CENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ $ 3.69 1.66$ 23.78$ 59494 CHAIN STITCH ECOWORX® TILE MODULAR CARPET TILE SY 64.29$ 51%31.44$ $ 6.29 1.66$ 39.39$ 5T232 CHALET 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.09$ 47%19.28$ $ 3.86 1.66$ 24.79$ 59561 CHARISMA ECOWORX® TILE MODULAR CARPET TILE SY 41.81$ 41%24.59$ $ 4.92 1.66$ 31.17$ 5T281 CHECK ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ 5T100 CHOK ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ $ 9.73 1.66$ 60.04$ 59583 CHROMA ECOWORX® TILE MODULAR CARPET TILE SY 46.44$ 37%29.12$ $ 5.82 1.66$ 36.60$ 5T175 CITY CENTRAL ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ $ 3.87 1.66$ 24.86$ 59537 CITY GRID ECOWORX® TILE MODULAR CARPET TILE SY 48.03$ 41%28.45$ $ 5.69 1.66$ 35.80$ 59564 CLEAR ECOWORX® TILE MODULAR CARPET TILE SY 29.72$ 30%20.95$ $ 4.19 1.66$ 26.80$ 5T096 CLOTH ECOWORX® TILE MODULAR CARPET TILE SY 83.71$ 45%46.15$ $ 9.23 1.66$ 57.04$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5T112 COLOR FORM 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 43%23.08$ $ 4.62 1.66$ 29.35$ 5T081 COLOR FRAME ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 44%23.08$ $ 4.62 1.66$ 29.35$ 59358 COLOR PLAY ECOWORX® TILE MODULAR CARPET TILE SY 48.06$ 46%25.77$ $ 5.15 1.66$ 32.58$ 5T161 COLOR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ 59595 COLOUR PLANK ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 41%31.06$ $ 6.21 1.66$ 38.93$ 59342 CONNECT ECOWORX® TILE MODULAR CARPET TILE SY 40.47$ 45%22.19$ $ 4.44 1.66$ 28.29$ 59326 CONSTELLATION ECOWORX® TILE MODULAR CARPET TILE SY 47.03$ 46%25.59$ $ 5.12 1.66$ 32.37$ 5T104 CONSTRUCT ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ 5T160 CONTACT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ 5T269 CONVENE ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ 5T103 COPY ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ 59491 CORDED ECOWORX® TILE MODULAR CARPET TILE SY 52.35$ 42%30.43$ $ 6.09 1.66$ 38.18$ 5T140 CREATE ECOWORX® TILE MODULAR CARPET TILE SY 68.32$ 38%42.41$ $ 8.48 1.66$ 52.55$ 5T241 CURVE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ 5T203 DASH ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ 59390 DECOR ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.40$ $ 6.28 1.66$ 39.35$ 5T211 DEPTH ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 50%32.89$ $ 6.58 1.66$ 41.12$ 5T242 DIAGONAL ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ 5T233 DIFFUSE 24" X 24" ECOLOGIX®MODULAR CARPET TILE SY 34.63$ 45%19.18$ $ 3.84 1.66$ 24.68$ 5T234 DIFFUSE 24" X 24" ECOLOGIX® ES MODULAR CARPET TILE SY 36.60$ 41%21.50$ $ 4.30 1.66$ 27.46$ 59575 DIFFUSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 39%20.67$ $ 4.13 1.66$ 26.47$ 5T185 DIFFUSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ $ 3.92 1.66$ 25.17$ 5T071 DIRECTION ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ 5T217 DISCOVER ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ $ 5.59 1.66$ 35.20$ 59576 DISPERSE 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.19$ 40%20.66$ $ 4.13 1.66$ 26.46$ 5T184 DISPERSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ $ 3.92 1.66$ 25.17$ 59566 DISSOLVE ECOWORX® TILE MODULAR CARPET TILE SY 70.80$ 45%38.83$ $ 7.77 1.66$ 48.26$ 5T127 DISTORT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 31.95$ 46%17.12$ $ 3.42 1.66$ 22.20$ 5T142 DRIFT ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ $ 6.24 1.66$ 39.08$ 5T108 DUOTONE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ 5T239 DWELLING ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ 5T041 DYE LAB ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 31%43.66$ $ 8.73 1.66$ 54.05$ 59338 EARTH TONE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%32.78$ $ 6.56 1.66$ 40.99$ 5T040 EMBARK ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 36%21.12$ $ 4.22 1.66$ 27.01$ 59573 EMBELLISH ECOWORX® TILE MODULAR CARPET TILE SY 42.33$ 37%26.46$ $ 5.29 1.66$ 33.41$ 59343 EMOTION ECOWORX® TILE MODULAR CARPET TILE SY 42.14$ 38%26.15$ $ 5.23 1.66$ 33.04$ 5T187 ENGAGE ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ $ 4.24 1.66$ 27.08$ 5T033 ENTREE ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ 59337 ENTWINE ECOWORX® TILE MODULAR CARPET TILE SY 53.33$ 40%31.98$ $ 6.40 1.66$ 40.04$ 5T268 ESTABLISH ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ 5T059 EXPAND ECOWORX® TILE MODULAR CARPET TILE SY 49.21$ 37%31.19$ $ 6.24 1.66$ 39.08$ 5T219 EXPANSE ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ $ 7.70 1.66$ 47.88$ 5T143 EXPLORE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ $ 6.24 1.66$ 39.08$ 5T151 EXPOSE ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ 59597 FADE ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.38$ $ 6.08 1.66$ 38.11$ 5T235 FAMILIAR ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ 5T199 FAULT LINES II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ 5T079 FIELD ECOWORX® TILE MODULAR CARPET TILE SY 34.18$ 33%22.86$ $ 4.57 1.66$ 29.09$ 5T074 FILTER ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ 5T113 FINE POINT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ 59455 FOCUS ECOWORX® TILE MODULAR CARPET TILE SY 42.37$ 42%24.79$ $ 4.96 1.66$ 31.40$ 5T060 FOLDED ECOWORX® TILE MODULAR CARPET TILE SY 57.32$ 41%33.68$ $ 6.74 1.66$ 42.08$ 5T062 FOLDED EDGE ECOWORX® TILE MODULAR CARPET TILE SY 55.16$ 39%33.68$ $ 6.74 1.66$ 42.08$ 5T136 FORM ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ $ 8.23 1.66$ 51.06$ 5T169 FOUNDATION ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 45%26.20$ $ 5.24 1.66$ 33.09$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5T038 FRINGE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ 59562 GLAZE ECOWORX® TILE MODULAR CARPET TILE SY 29.74$ 31%20.52$ $ 4.10 1.66$ 26.29$ 59329 GLIMMER ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ $ 4.34 1.66$ 27.72$ 5T128 GLITCH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ 59360 GLITZ ECOWORX® TILE MODULAR CARPET TILE SY 57.82$ 51%28.45$ $ 5.69 1.66$ 35.80$ 59534 GRADIENT ECOWORX® TILE MODULAR CARPET TILE SY 37.66$ 42%21.95$ $ 4.39 1.66$ 27.99$ 5T200 GRAVEL II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ 59479 GROUNDWORKS III ECOWORX® TILE MODULAR CARPET TILE SY 60.87$ 51%29.66$ $ 5.93 1.66$ 37.25$ 5T193 HANA ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ $ 5.84 1.66$ 36.67$ 5T037 HAZE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T024 HINT ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ 5T134 HONED ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ $ 7.48 1.66$ 46.57$ 5T236 HONEST ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ 59115 HORIZONTAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.10$ $ 6.62 1.66$ 41.38$ 5T282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ 59580 HYBRID ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.03$ $ 4.21 1.66$ 26.90$ 5T065 HYPE ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ $ 4.86 1.66$ 30.85$ 5T237 IDENTITY ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ 5T049 IGNITE ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ $ 5.74 1.66$ 36.09$ 5T188 IMPACT ECOWORX® TILE MODULAR CARPET TILE SY 37.16$ 42%21.44$ $ 4.29 1.66$ 27.38$ 5T257 IMPRESSION I ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ 5T258 IMPRESSION II ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ 5T259 IMPRESSION III ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ 5T260 IMPRESSION IV ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ 59592 IMPRINT ECOWORX® TILE MODULAR CARPET TILE SY 48.72$ 43%27.86$ $ 5.57 1.66$ 35.09$ 5T010 INFINITE ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ $ 4.14 1.66$ 26.52$ 59339 INGRAIN ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 41%32.34$ $ 6.47 1.66$ 40.47$ 5T208 INTENT STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ 5T085 INTERACT ECOWORX® TILE MODULAR CARPET TILE SY 48.28$ 38%29.94$ $ 5.99 1.66$ 37.59$ 59558 INTRIGUE ECOWORX® TILE MODULAR CARPET TILE SY 35.11$ 33%23.42$ $ 4.68 1.66$ 29.77$ 5T280 JACQUARD 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ 5T016 JASPER ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ 5T046 KASURI ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ 59359 KINETIC ECOWORX® TILE MODULAR CARPET TILE SY 47.92$ 45%26.21$ $ 5.24 1.66$ 33.11$ 5T099 KIT ECOWORX® TILE MODULAR CARPET TILE SY 76.41$ 41%44.91$ $ 8.98 1.66$ 55.55$ 59492 KNIT ECOWORX® TILE MODULAR CARPET TILE SY 64.30$ 51%31.24$ $ 6.25 1.66$ 39.15$ 5T194 KUSA ECOWORX® TILE MODULAR CARPET TILE SY 46.91$ 40%28.03$ $ 5.61 1.66$ 35.30$ 59106 LINAGE ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ $ 4.62 1.66$ 29.38$ 5T055 LINEAR HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.73$ 40%38.67$ $ 7.73 1.66$ 48.06$ 5T056 LINEAR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 65.40$ 41%38.67$ $ 7.73 1.66$ 48.06$ 5T114 LINEWEIGHT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ 5T144 LINGER ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ $ 6.24 1.66$ 39.08$ 59105 LINK ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ $ 4.62 1.66$ 29.38$ 59362 LUMINOSITY ECOWORX® TILE MODULAR CARPET TILE SY 57.96$ 50%29.09$ $ 5.82 1.66$ 36.57$ 5T130 MANIPULATE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T101 MATMEE ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ $ 9.73 1.66$ 60.04$ 5T263 MEMORY ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 46%17.25$ $ 3.45 1.66$ 22.36$ 59167 MERGE ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.09$ $ 5.82 1.66$ 36.57$ 5T044 MESH ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ 5T014 MICA ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ 5T075 MIGRATE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ 59164 MINIMAL ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.16$ $ 5.83 1.66$ 36.66$ 59466 MIRROR IMAGE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 41%26.39$ $ 5.28 1.66$ 33.33$ 59502 MOMENTUM IV ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ $ 4.15 1.66$ 26.55$ 5T238 NEST ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ 5T073 NUANCE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5T296 OFFSET STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ 5T166 ORNATE ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ 59598 OVERLAY ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.40$ $ 6.08 1.66$ 38.14$ 5T034 PATH ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ $ 6.21 1.66$ 38.93$ 5T083 PAUSE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ 5T201 PAVERS II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ 59369 PETO II 20 ECOWORX® TILE MODULAR CARPET TILE SY 36.99$ 39%22.57$ $ 4.51 1.66$ 28.74$ 59371 PETO II 26 ECOWORX® TILE MODULAR CARPET TILE SY 46.65$ 45%25.50$ $ 5.10 1.66$ 32.26$ 5T098 PLAIN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 82.54$ 44%46.15$ $ 9.23 1.66$ 57.04$ 5T054 PLANE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ 5T243 POINT ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ 5T035 PORTAL ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ $ 6.21 1.66$ 38.93$ 5T206 POURED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ $ 3.29 1.66$ 21.39$ 59525 PRAIRIE ECOWORX® TILE MODULAR CARPET TILE SY 47.67$ 37%29.87$ $ 5.97 1.66$ 37.50$ 5T213 PRESENCE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ $ 7.26 1.66$ 45.21$ 5T123 PRIMARY ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 35%18.09$ $ 3.62 1.66$ 23.36$ 5T170 PRIMITIVE ECOWORX® TILE MODULAR CARPET TILE SY 113.20$ 39%68.61$ $ 13.72 1.66$ 83.99$ 59463 PRISMA ECOWORX® TILE MODULAR CARPET TILE SY 43.50$ 39%26.39$ $ 5.28 1.66$ 33.33$ 5T209 PURPOSE STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ 5T017 QUARTZ ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ 59361 RADIANCE ECOWORX® TILE MODULAR CARPET TILE SY 57.80$ 49%29.53$ $ 5.91 1.66$ 37.10$ 5T078 REALM ECOWORX® TILE MODULAR CARPET TILE SY 33.27$ 33%22.25$ $ 4.45 1.66$ 28.35$ 5T139 REFLECT ECOWORX® TILE MODULAR CARPET TILE SY 72.32$ 41%42.41$ $ 8.48 1.66$ 52.55$ 5T152 RELIEF ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ 5T141 RENEW ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ $ 6.24 1.66$ 39.08$ 59387 REPARTEE ECOWORX® TILE MODULAR CARPET TILE SY 42.35$ 45%23.27$ $ 4.65 1.66$ 29.59$ 5T091 REST ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ 5T168 RESURFACE ECOWORX® TILE MODULAR CARPET TILE SY 57.53$ 44%32.43$ $ 6.49 1.66$ 40.58$ 5T165 RETHREAD ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ 5T069 REVERSE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ 59363 RICHE ECOWORX® TILE MODULAR CARPET TILE SY 48.32$ 43%27.58$ $ 5.52 1.66$ 34.76$ 5T105 ROTATE ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ 5T109 SATURATE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ 5T080 SCAPE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 33%22.23$ $ 4.45 1.66$ 28.34$ 5T007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ $ 4.93 1.66$ 31.22$ 5T183 SCULPT LOOP ECOWORX® TILE MODULAR CARPET TILE SY 42.17$ 42%24.62$ $ 4.92 1.66$ 31.21$ 5T172 SEA ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ 5T173 SEA EDGE ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ 5T216 SEEK ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ $ 5.59 1.66$ 35.20$ 5T196 SERENITY ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ 5T070 SHAPE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ 5T240 SHELTER ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ 59328 SHINE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.73$ $ 4.35 1.66$ 27.73$ 59550 SITE LINES ECOWORX® TILE MODULAR CARPET TILE SY 44.45$ 40%26.63$ $ 5.33 1.66$ 33.62$ 5T210 SITUATION STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ 59591 SKETCH ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ $ 5.57 1.66$ 35.10$ 5T174 SKY ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ 5T133 SLAB ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ $ 7.48 1.66$ 46.57$ 59584 SPECTRUM ECOWORX® TILE MODULAR CARPET TILE SY 46.24$ 35%30.05$ $ 6.01 1.66$ 37.72$ 5T244 SQUARE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ 5T207 STACKED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ $ 3.29 1.66$ 21.39$ 5T084 STEP ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ 5T051 STILL ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ $ 5.74 1.66$ 36.09$ 5T214 STILL LIFE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ $ 7.26 1.66$ 45.21$ 5T116 STIPPLE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ 59224 STRAIGHTFORWARD ECOWORX® TILE MODULAR CARPET TILE SY 37.95$ 30%26.39$ $ 5.28 1.66$ 33.33$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 59530 STRIKING ECOWORX® TILE MODULAR CARPET TILE SY 43.17$ 40%25.99$ $ 5.20 1.66$ 32.85$ 5T297 STRUCTURE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ 5T267 SUPPORT ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ 5T125 SURROUND ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ $ 3.69 1.66$ 23.78$ 5T018 TANGLE ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ $ 4.22 1.66$ 26.95$ 5T022 TECHNIQUE ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ 5T019 TEMPT ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ $ 4.22 1.66$ 26.95$ 5T279 TEXTILE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ 59587 THE ECCENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 60.64$ 44%33.91$ $ 6.78 1.66$ 42.35$ 59585 THE SOCIALITE ECOWORX® TILE MODULAR CARPET TILE SY 60.63$ 43%34.37$ $ 6.87 1.66$ 42.91$ 5T186 THINK ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ $ 4.24 1.66$ 27.08$ 5T156 TINGE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 33%21.21$ $ 4.24 1.66$ 27.11$ 5T005 TRACE ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.69$ $ 4.94 1.66$ 31.29$ 5T204 TRACK ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ 5T197 TRANQUIL ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ 59563 TRANSPARENT ECOWORX® TILE MODULAR CARPET TILE SY 29.73$ 30%20.84$ $ 4.17 1.66$ 26.66$ 59368 TRU COLOURS ECOWORX® TILE MODULAR CARPET TILE SY 54.02$ 49%27.55$ $ 5.51 1.66$ 34.72$ 5T205 TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ 5T150 UNCOVER ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ 5T157 UNDERTONE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 36%20.15$ $ 4.03 1.66$ 25.85$ 5T090 UNWIND ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ 5T110 VALUE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ 5T023 VANISH ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ 5T086 VANTAGE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ 5T036 VAPOR ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ 5T009 VAST ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ $ 4.14 1.66$ 26.52$ 59594 VEIL ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ $ 5.57 1.66$ 35.10$ 59114 VERTICAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ $ 6.62 1.66$ 41.37$ 5T001 VIBRANT ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.13$ $ 5.03 1.66$ 31.82$ 5T002 VISIBLE ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.05$ $ 5.01 1.66$ 31.72$ 5T039 WANDER ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 22%25.47$ $ 5.09 1.66$ 32.22$ 5T031 WELCOME II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ $ 6.60 1.66$ 41.24$ 5T158 ZONE ECOWORX® TILE MODULAR CARPET TILE SY 52.79$ 29%37.42$ $ 7.48 1.66$ 46.57$ NSF 140 Platinum Products LT003 ABSORBED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.90$ $ 4.98 1.66$ 31.54$ L9145 ABSTRACT EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ $ 6.62 1.66$ 41.37$ LT107 ACHROMATIC ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ LT089 ACTIVITY ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ L9567 ADORN ECOWORX® TILE MODULAR CARPET TILE SY 78.29$ 47%41.29$ $ 8.26 1.66$ 51.21$ LT202 ADVANCE ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ L9384 AFFLUENCE ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.50$ $ 6.30 1.66$ 39.46$ LT015 AGATE ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ LT135 ALCHEMY ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ $ 8.23 1.66$ 51.06$ LT006 ALIGN ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ $ 4.93 1.66$ 31.22$ L9327 ALLURE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ $ 4.34 1.66$ 27.72$ LT126 ANALOG 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT058 ANGLE ECOWORX® TILE MODULAR CARPET TILE SY 59.48$ 39%36.17$ $ 7.23 1.66$ 45.07$ LT004 APPLIED ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 43%24.69$ $ 4.94 1.66$ 31.29$ LT294 ARRANGE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ LT295 ARRAY STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ LT097 ARTISAN ECOWORX® TILE MODULAR CARPET TILE SY 84.00$ 45%46.15$ $ 9.23 1.66$ 57.04$ LT064 AUGMENT ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ $ 4.86 1.66$ 30.85$ L9340 BALANCE ECOWORX® TILE MODULAR CARPET TILE SY 42.65$ 43%24.34$ $ 4.87 1.66$ 30.86$ LT198 BASALT II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ LT159 BASE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ LT121 BASIC ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 37%17.52$ $ 3.50 1.66$ 22.69$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT261 BELONG ECOWORX® TILE MODULAR CARPET TILE SY 32.13$ 47%16.95$ $ 3.39 1.66$ 22.00$ LT057 BEVEL HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 74.95$ 40%44.91$ $ 8.98 1.66$ 55.55$ LT218 BEYOND ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ $ 7.70 1.66$ 47.88$ LT043 BIAS ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ LT025 BLEND ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ LT195 BLISS ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ L9572 BLOCK PRINT ECOWORX® TILE MODULAR CARPET TILE SY 46.70$ 39%28.36$ $ 5.67 1.66$ 35.69$ L9357 BLOX ECOWORX® TILE MODULAR CARPET TILE SY 49.37$ 47%26.33$ $ 5.27 1.66$ 33.26$ L9596 BLUR ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.48$ $ 6.10 1.66$ 38.24$ LT032 BON JOUR II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ LT192 BOTAN ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ $ 5.84 1.66$ 36.67$ L9529 BRILLIANCE ECOWORX® TILE MODULAR CARPET TILE SY 41.25$ 37%25.95$ $ 5.19 1.66$ 32.80$ L9113 BYLINE ECOWORX® TILE MODULAR CARPET TILE SY 33.57$ 31%23.07$ $ 4.61 1.66$ 29.34$ L9554 CAPTIVATE ECOWORX® TILE MODULAR CARPET TILE SY 35.12$ 34%23.32$ $ 4.66 1.66$ 29.64$ L9579 CATALYST ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.06$ $ 4.21 1.66$ 26.93$ LT176 CENTRAL LINE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ $ 3.87 1.66$ 24.86$ LT124 CENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ $ 3.69 1.66$ 23.78$ L9494 CHAIN STITCH ECOWORX® TILE MODULAR CARPET TILE SY 64.29$ 51%31.44$ $ 6.29 1.66$ 39.39$ LT232 CHALET 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 36.45$ 47%19.28$ $ 3.86 1.66$ 24.79$ L9561 CHARISMA ECOWORX® TILE MODULAR CARPET TILE SY 41.81$ 41%24.59$ $ 4.92 1.66$ 31.17$ LT281 CHECK ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ PL100 CHOK ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ $ 9.73 1.66$ 60.04$ L9583 CHROMA ECOWORX® TILE MODULAR CARPET TILE SY 46.44$ 37%29.12$ $ 5.82 1.66$ 36.60$ LT175 CITY CENTRAL ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 42%19.33$ $ 3.87 1.66$ 24.86$ L9537 CITY GRID ECOWORX® TILE MODULAR CARPET TILE SY 48.03$ 41%28.45$ $ 5.69 1.66$ 35.80$ L9564 CLEAR ECOWORX® TILE MODULAR CARPET TILE SY 29.72$ 30%20.95$ $ 4.19 1.66$ 26.80$ LT096 CLOTH ECOWORX® TILE MODULAR CARPET TILE SY 83.71$ 45%46.15$ $ 9.23 1.66$ 57.04$ LT112 COLOR FORM 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 43%23.08$ $ 4.62 1.66$ 29.35$ LT081 COLOR FRAME ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 44%23.08$ $ 4.62 1.66$ 29.35$ L9358 COLOR PLAY ECOWORX® TILE MODULAR CARPET TILE SY 48.06$ 46%25.77$ $ 5.15 1.66$ 32.58$ LT161 COLOR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ L9595 COLOUR PLANK ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 41%31.06$ $ 6.21 1.66$ 38.93$ L9342 CONNECT ECOWORX® TILE MODULAR CARPET TILE SY 40.47$ 45%22.19$ $ 4.44 1.66$ 28.29$ L9326 CONSTELLATION ECOWORX® TILE MODULAR CARPET TILE SY 47.03$ 46%25.59$ $ 5.12 1.66$ 32.37$ LT104 CONSTRUCT ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ LT160 CONTACT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 57.33$ 34%37.87$ $ 7.57 1.66$ 47.11$ LT269 CONVENE ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ LT103 COPY ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ L9491 CORDED ECOWORX® TILE MODULAR CARPET TILE SY 52.35$ 42%30.43$ $ 6.09 1.66$ 38.18$ LT140 CREATE ECOWORX® TILE MODULAR CARPET TILE SY 68.32$ 38%42.41$ $ 8.48 1.66$ 52.55$ LT241 CURVE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ LT203 DASH ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ L9390 DECOR ECOWORX® TILE MODULAR CARPET TILE SY 53.04$ 41%31.40$ $ 6.28 1.66$ 39.35$ LT211 DEPTH ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 50%32.89$ $ 6.58 1.66$ 41.12$ LT242 DIAGONAL ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ LT185 DIFFUSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ $ 3.92 1.66$ 25.17$ L9575 DIFFUSE ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 39%20.67$ $ 4.13 1.66$ 26.47$ LT071 DIRECTION ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ LT217 DISCOVER ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ $ 5.59 1.66$ 35.20$ LT184 DISPERSE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.09$ 41%19.59$ $ 3.92 1.66$ 25.17$ L9576 DISPERSE ECOWORX® TILE MODULAR CARPET TILE SY 34.19$ 40%20.66$ $ 4.13 1.66$ 26.46$ L9566 DISSOLVE ECOWORX® TILE MODULAR CARPET TILE SY 70.80$ 45%38.83$ $ 7.77 1.66$ 48.26$ LT127 DISTORT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 31.95$ 46%17.12$ $ 3.42 1.66$ 22.20$ LT265 DREAM ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ LT142 DRIFT ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ $ 6.24 1.66$ 39.08$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT108 DUOTONE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ LT239 DWELLING ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ LT041 DYE LAB ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 31%43.66$ $ 8.73 1.66$ 54.05$ L9338 EARTH TONE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%32.78$ $ 6.56 1.66$ 40.99$ LT040 EMBARK ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 36%21.12$ $ 4.22 1.66$ 27.01$ L9573 EMBELLISH ECOWORX® TILE MODULAR CARPET TILE SY 42.33$ 37%26.46$ $ 5.29 1.66$ 33.41$ L9343 EMOTION ECOWORX® TILE MODULAR CARPET TILE SY 42.14$ 38%26.15$ $ 5.23 1.66$ 33.04$ LT187 ENGAGE ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ $ 4.24 1.66$ 27.08$ LT033 ENTREE ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ L9337 ENTWINE ECOWORX® TILE MODULAR CARPET TILE SY 53.33$ 40%31.98$ $ 6.40 1.66$ 40.04$ LT268 ESTABLISH ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ LT059 EXPAND ECOWORX® TILE MODULAR CARPET TILE SY 49.21$ 37%31.19$ $ 6.24 1.66$ 39.08$ LT219 EXPANSE ECOWORX® TILE MODULAR CARPET TILE SY 73.68$ 48%38.51$ $ 7.70 1.66$ 47.88$ LT143 EXPLORE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ $ 6.24 1.66$ 39.08$ LT151 EXPOSE ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ L9597 FADE ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.38$ $ 6.08 1.66$ 38.11$ LT235 FAMILIAR ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ LT199 FAULT LINES II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ LT079 FIELD ECOWORX® TILE MODULAR CARPET TILE SY 34.18$ 33%22.86$ $ 4.57 1.66$ 29.09$ LT074 FILTER ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ LT113 FINE POINT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ L9455 FOCUS ECOWORX® TILE MODULAR CARPET TILE SY 42.37$ 42%24.79$ $ 4.96 1.66$ 31.40$ LT060 FOLDED ECOWORX® TILE MODULAR CARPET TILE SY 57.32$ 41%33.68$ $ 6.74 1.66$ 42.08$ LT062 FOLDED EDGE ECOWORX® TILE MODULAR CARPET TILE SY 55.16$ 39%33.68$ $ 6.74 1.66$ 42.08$ LT136 FORM ECOWORX® TILE MODULAR CARPET TILE SY 67.94$ 39%41.16$ $ 8.23 1.66$ 51.06$ LT169 FOUNDATION ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 45%26.20$ $ 5.24 1.66$ 33.09$ LT038 FRINGE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ L9562 GLAZE ECOWORX® TILE MODULAR CARPET TILE SY 29.74$ 31%20.52$ $ 4.10 1.66$ 26.29$ L9329 GLIMMER ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.71$ $ 4.34 1.66$ 27.72$ LT128 GLITCH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ L9360 GLITZ ECOWORX® TILE MODULAR CARPET TILE SY 57.82$ 51%28.45$ $ 5.69 1.66$ 35.80$ L9534 GRADIENT ECOWORX® TILE MODULAR CARPET TILE SY 37.66$ 42%21.95$ $ 4.39 1.66$ 27.99$ LL200 GRAVEL II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ L9479 GROUNDWORKS III ECOWORX® TILE MODULAR CARPET TILE SY 60.87$ 51%29.66$ $ 5.93 1.66$ 37.25$ LT193 HANA ECOWORX® TILE MODULAR CARPET TILE SY 48.76$ 40%29.18$ $ 5.84 1.66$ 36.67$ LT037 HAZE ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT024 HINT ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ LT134 HONED ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ $ 7.48 1.66$ 46.57$ LT236 HONEST ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ L9115 HORIZONTAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.10$ $ 6.62 1.66$ 41.38$ LT282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ L9580 HYBRID ECOWORX® TILE MODULAR CARPET TILE SY 32.01$ 34%21.03$ $ 4.21 1.66$ 26.90$ LT065 HYPE ECOWORX® TILE MODULAR CARPET TILE SY 40.88$ 40%24.32$ $ 4.86 1.66$ 30.85$ LT237 IDENTITY ECOWORX® TILE MODULAR CARPET TILE SY 65.96$ 44%36.86$ $ 7.37 1.66$ 45.89$ LT049 IGNITE ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ $ 5.74 1.66$ 36.09$ LT188 IMPACT ECOWORX® TILE MODULAR CARPET TILE SY 37.16$ 42%21.44$ $ 4.29 1.66$ 27.38$ LT257 IMPRESSION I ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ LT258 IMPRESSION II ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ LT259 IMPRESSION III ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ LT256 IMPRESSION IV ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 42%27.00$ $ 5.40 1.66$ 34.06$ L9592 IMPRINT ECOWORX® TILE MODULAR CARPET TILE SY 48.72$ 43%27.86$ $ 5.57 1.66$ 35.09$ LT010 INFINITE ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ $ 4.14 1.66$ 26.52$ L9339 INGRAIN ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 41%32.34$ $ 6.47 1.66$ 40.47$ LT208 INTENT STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ LT085 INTERACT ECOWORX® TILE MODULAR CARPET TILE SY 48.28$ 38%29.94$ $ 5.99 1.66$ 37.59$ L9558 INTRIGUE ECOWORX® TILE MODULAR CARPET TILE SY 35.11$ 33%23.42$ $ 4.68 1.66$ 29.77$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT280 JACQUARD 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ LT016 JASPER ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ LT046 KASURI ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ L9359 KINETIC ECOWORX® TILE MODULAR CARPET TILE SY 47.92$ 45%26.21$ $ 5.24 1.66$ 33.11$ LT099 KIT ECOWORX® TILE MODULAR CARPET TILE SY 76.41$ 41%44.91$ $ 8.98 1.66$ 55.55$ L9492 KNIT ECOWORX® TILE MODULAR CARPET TILE SY 64.30$ 51%31.24$ $ 6.25 1.66$ 39.15$ LT194 KUSA ECOWORX® TILE MODULAR CARPET TILE SY 46.91$ 40%28.03$ $ 5.61 1.66$ 35.30$ L9106 LINAGE ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ $ 4.62 1.66$ 29.38$ LT055 LINEAR HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.73$ 40%38.67$ $ 7.73 1.66$ 48.06$ LT056 LINEAR SHIFT HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 65.40$ 41%38.67$ $ 7.73 1.66$ 48.06$ LT114 LINEWEIGHT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ LT144 LINGER ECOWORX® TILE MODULAR CARPET TILE SY 47.21$ 34%31.19$ $ 6.24 1.66$ 39.08$ L9105 LINK ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.10$ $ 4.62 1.66$ 29.38$ L9362 LUMINOSITY ECOWORX® TILE MODULAR CARPET TILE SY 57.96$ 50%29.09$ $ 5.82 1.66$ 36.57$ LT130 MANIPULATE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 44.09$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT101 MATMEE ECOWORX® TILE MODULAR CARPET TILE SY 87.21$ 44%48.65$ $ 9.73 1.66$ 60.04$ LT263 MEMORY ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 46%17.25$ $ 3.45 1.66$ 22.36$ L9167 MERGE ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.09$ $ 5.82 1.66$ 36.57$ LT044 MESH ECOWORX® TILE MODULAR CARPET TILE SY 44.68$ 39%27.44$ $ 5.49 1.66$ 34.59$ LT014 MICA ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ LT075 MIGRATE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ L9164 MINIMAL ECOWORX® TILE MODULAR CARPET TILE SY 48.64$ 40%29.16$ $ 5.83 1.66$ 36.66$ L9466 MIRROR IMAGE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 41%26.39$ $ 5.28 1.66$ 33.33$ L9502 MOMENTUM IV ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ $ 4.15 1.66$ 26.55$ LT238 NEST ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ LT073 NUANCE ECOWORX® TILE MODULAR CARPET TILE SY 47.89$ 39%29.31$ $ 5.86 1.66$ 36.84$ LT296 OFFSET STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ LT166 ORNATE ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ L9598 OVERLAY ECOWORX® TILE MODULAR CARPET TILE SY 52.77$ 42%30.40$ $ 6.08 1.66$ 38.14$ LT034 PATH ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ $ 6.21 1.66$ 38.93$ LT083 PAUSE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ LT201 PAVERS II ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 47%22.11$ $ 4.42 1.66$ 28.20$ L9369 PETO II 20 ECOWORX® TILE MODULAR CARPET TILE SY 36.99$ 39%22.57$ $ 4.51 1.66$ 28.74$ L9371 PETO II 26 ECOWORX® TILE MODULAR CARPET TILE SY 46.65$ 45%25.50$ $ 5.10 1.66$ 32.26$ LT098 PLAIN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 82.54$ 44%46.15$ $ 9.23 1.66$ 57.04$ LT054 PLANE HEXAGON ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 44%36.17$ $ 7.23 1.66$ 45.07$ LT243 POINT ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ LT035 PORTAL ECOWORX® TILE MODULAR CARPET TILE SY 54.43$ 43%31.06$ $ 6.21 1.66$ 38.93$ LT206 POURED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ $ 3.29 1.66$ 21.39$ L9525 PRAIRIE ECOWORX® TILE MODULAR CARPET TILE SY 47.67$ 37%29.87$ $ 5.97 1.66$ 37.50$ LT213 PRESENCE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ $ 7.26 1.66$ 45.21$ LT123 PRIMARY ECOWORX® TILE MODULAR CARPET TILE SY 27.81$ 35%18.09$ $ 3.62 1.66$ 23.36$ LT170 PRIMITIVE ECOWORX® TILE MODULAR CARPET TILE SY 113.20$ 39%68.61$ $ 13.72 1.66$ 83.99$ L9463 PRISMA ECOWORX® TILE MODULAR CARPET TILE SY 43.50$ 39%26.39$ $ 5.28 1.66$ 33.33$ LT209 PURPOSE STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ LT017 QUARTZ ECOWORX® TILE MODULAR CARPET TILE SY 52.78$ 40%31.81$ $ 6.36 1.66$ 39.83$ L9361 RADIANCE ECOWORX® TILE MODULAR CARPET TILE SY 57.80$ 49%29.53$ $ 5.91 1.66$ 37.10$ LT078 REALM ECOWORX® TILE MODULAR CARPET TILE SY 33.27$ 33%22.25$ $ 4.45 1.66$ 28.35$ LT139 REFLECT ECOWORX® TILE MODULAR CARPET TILE SY 72.32$ 41%42.41$ $ 8.48 1.66$ 52.55$ LT152 RELIEF ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ LT141 RENEW ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 36%31.19$ $ 6.24 1.66$ 39.08$ L9387 REPARTEE ECOWORX® TILE MODULAR CARPET TILE SY 42.35$ 45%23.27$ $ 4.65 1.66$ 29.59$ LT091 REST ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ LT168 RESURFACE ECOWORX® TILE MODULAR CARPET TILE SY 57.53$ 44%32.43$ $ 6.49 1.66$ 40.58$ LT069 REVERSE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ L9363 RICHE ECOWORX® TILE MODULAR CARPET TILE SY 48.32$ 43%27.58$ $ 5.52 1.66$ 34.76$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT105 ROTATE ECOWORX® TILE MODULAR CARPET TILE SY 38.39$ 37%24.08$ $ 4.82 1.66$ 30.56$ LT109 SATURATE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ LT080 SCAPE ECOWORX® TILE MODULAR CARPET TILE SY 33.18$ 33%22.23$ $ 4.45 1.66$ 28.34$ LT007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 42.17$ 42%24.62$ $ 4.92 1.66$ 31.21$ LT007 SCULPT ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.64$ $ 4.93 1.66$ 31.22$ LT172 SEA ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ LT173 SEA EDGE ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ LT216 SEEK ECOWORX® TILE MODULAR CARPET TILE SY 51.79$ 46%27.95$ $ 5.59 1.66$ 35.20$ LT196 SERENITY ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ LT070 SHAPE ECOWORX® TILE MODULAR CARPET TILE SY 32.54$ 33%21.83$ $ 4.37 1.66$ 27.86$ LT240 SHELTER ECOWORX® TILE MODULAR CARPET TILE SY 44.04$ 43%24.95$ $ 4.99 1.66$ 31.60$ L9328 SHINE ECOWORX® TILE MODULAR CARPET TILE SY 30.73$ 29%21.73$ $ 4.35 1.66$ 27.73$ L9550 SITE LINES ECOWORX® TILE MODULAR CARPET TILE SY 44.45$ 40%26.63$ $ 5.33 1.66$ 33.62$ LT210 SITUATION STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ L9591 SKETCH ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ $ 5.57 1.66$ 35.10$ LT174 SKY ECOWORX® TILE MODULAR CARPET TILE SY 30.82$ 41%18.09$ $ 3.62 1.66$ 23.36$ LT133 SLAB ECOWORX® TILE MODULAR CARPET TILE SY 64.14$ 42%37.42$ $ 7.48 1.66$ 46.57$ L9584 SPECTRUM ECOWORX® TILE MODULAR CARPET TILE SY 46.24$ 35%30.05$ $ 6.01 1.66$ 37.72$ LT244 SQUARE ECOWORX® TILE MODULAR CARPET TILE SY 40.05$ 41%23.76$ $ 4.75 1.66$ 30.17$ LT207 STACKED ECOWORX® TILE MODULAR CARPET TILE SY 29.07$ 43%16.44$ $ 3.29 1.66$ 21.39$ LT084 STEP ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ LT051 STILL ECOWORX® TILE MODULAR CARPET TILE SY 47.59$ 40%28.69$ $ 5.74 1.66$ 36.09$ LT214 STILL LIFE ECOWORX® TILE MODULAR CARPET TILE SY 66.38$ 45%36.29$ $ 7.26 1.66$ 45.21$ LT116 STIPPLE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 43%27.44$ $ 5.49 1.66$ 34.59$ L9224 STRAIGHTFORWARD ECOWORX® TILE MODULAR CARPET TILE SY 37.95$ 30%26.39$ $ 5.28 1.66$ 33.33$ L9530 STRIKING ECOWORX® TILE MODULAR CARPET TILE SY 43.17$ 40%25.99$ $ 5.20 1.66$ 32.85$ LT297 STRUCTURE STRATAWORX® TILE MODULAR CARPET TILE SY 24.93$ 48%12.90$ $ 2.58 1.66$ 17.14$ LT267 SUPPORT ECOWORX® TILE MODULAR CARPET TILE SY 39.33$ 41%23.17$ $ 4.63 1.66$ 29.46$ LT125 SURROUND ECOWORX® TILE MODULAR CARPET TILE SY 30.27$ 39%18.43$ $ 3.69 1.66$ 23.78$ LT018 TANGLE ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ $ 4.22 1.66$ 26.95$ LT022 TECHNIQUE ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ LT019 TEMPT ECOWORX® TILE MODULAR CARPET TILE SY 33.97$ 38%21.08$ $ 4.22 1.66$ 26.95$ LT279 TEXTILE 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 58.32$ 42%33.59$ $ 6.72 1.66$ 41.97$ L9587 THE ECCENTRIC ECOWORX® TILE MODULAR CARPET TILE SY 60.64$ 44%33.91$ $ 6.78 1.66$ 42.35$ L9585 THE SOCIALITE ECOWORX® TILE MODULAR CARPET TILE SY 60.63$ 43%34.37$ $ 6.87 1.66$ 42.91$ LT186 THINK ECOWORX® TILE MODULAR CARPET TILE SY 34.81$ 39%21.18$ $ 4.24 1.66$ 27.08$ LT156 TINGE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 33%21.21$ $ 4.24 1.66$ 27.11$ LT005 TRACE ECOWORX® TILE MODULAR CARPET TILE SY 44.70$ 45%24.69$ $ 4.94 1.66$ 31.29$ LT204 TRACK ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ LT197 TRANQUIL ECOWORX® TILE MODULAR CARPET TILE SY 51.93$ 47%27.30$ $ 5.46 1.66$ 34.42$ L9563 TRANSPARENT ECOWORX® TILE MODULAR CARPET TILE SY 29.73$ 30%20.84$ $ 4.17 1.66$ 26.66$ L9368 TRU COLOURS ECOWORX® TILE MODULAR CARPET TILE SY 54.02$ 49%27.55$ $ 5.51 1.66$ 34.72$ LT205 TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 48%23.81$ $ 4.76 1.66$ 30.24$ LT150 UNCOVER ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 34%30.87$ $ 6.17 1.66$ 38.71$ LT157 UNDERTONE ECOWORX® TILE MODULAR CARPET TILE SY 31.72$ 36%20.15$ $ 4.03 1.66$ 25.85$ LT090 UNWIND ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 36%29.80$ $ 5.96 1.66$ 37.42$ LT110 VALUE ECOWORX® TILE MODULAR CARPET TILE SY 44.77$ 46%24.32$ $ 4.86 1.66$ 30.85$ LT023 VANISH ECOWORX® TILE MODULAR CARPET TILE SY 63.57$ 43%36.17$ $ 7.23 1.66$ 45.07$ LT086 VANTAGE ECOWORX® TILE MODULAR CARPET TILE SY 47.11$ 36%29.94$ $ 5.99 1.66$ 37.59$ LT036 VAPOR ECOWORX® TILE MODULAR CARPET TILE SY 44.01$ 46%23.70$ $ 4.74 1.66$ 30.10$ LT009 VAST ECOWORX® TILE MODULAR CARPET TILE SY 36.08$ 43%20.72$ $ 4.14 1.66$ 26.52$ L9594 VEIL ECOWORX® TILE MODULAR CARPET TILE SY 48.86$ 43%27.87$ $ 5.57 1.66$ 35.10$ L9114 VERTICAL EDGE ECOWORX® TILE MODULAR CARPET TILE SY 54.94$ 40%33.09$ $ 6.62 1.66$ 41.37$ LT001 VIBRANT ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.13$ $ 5.03 1.66$ 31.82$ LT002 VISIBLE ECOWORX® TILE MODULAR CARPET TILE SY 43.40$ 42%25.05$ $ 5.01 1.66$ 31.72$ LT039 WANDER ECOWORX® TILE MODULAR CARPET TILE SY 32.76$ 22%25.47$ $ 5.09 1.66$ 32.22$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 LT031 WELCOME II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ $ 6.60 1.66$ 41.24$ LT158 ZONE ECOWORX® TILE MODULAR CARPET TILE SY 51.75$ 31%37.42$ $ 7.48 1.66$ 46.57$ RESILIENT 0718V ARTESIAN SHEET RESILIENT SY 12.24$ 44%6.84$ $ 1.37 0.91$ 9.12$ 0301V BASSTONES SHEET RESILIENT SY 51.50$ 46%27.81$ $ 5.56 0.91$ 34.28$ 001VS BIO LIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 42%41.60$ $ 8.32 0.91$ 50.83$ 270VS BIO-BASED WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 135.00$ 45%73.90$ $ 14.78 0.91$ 89.59$ 0001V BIOLIFE ™SHEET RESILIENT SY 50.41$ 46%27.44$ $ 5.49 0.91$ 33.84$ 0565V BRUSH 12 MIL MODULAR RESILIENT SF 3.30$ 57%1.41$ $ 0.28 0.43$ 2.12$ 0552V BRUSH 20 MIL MODULAR RESILIENT SF 5.50$ 53%2.58$ $ 0.52 0.43$ 3.52$ 0656V BRUSH 8 MIL MODULAR RESILIENT SF 2.20$ 48%1.16$ $ 0.23 0.43$ 1.82$ 0513V CHANGE SHEET RESILIENT ROLL 48.41$ 43%27.57$ $ 5.51 0.91$ 33.99$ 022VS CHORDINATES WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 40%42.99$ $ 8.60 0.91$ 52.50$ 0512V CONSTANT SHEET RESILIENT SY 48.41$ 42%28.09$ $ 5.62 0.91$ 34.62$ 0927V COVE MODULAR RESILIENT SF 6.00$ 53%2.82$ $ 0.56 0.43$ 3.82$ 0203V CRETE MODULAR RESILIENT SF 4.64$ 42%2.68$ $ 0.54 0.43$ 3.65$ 0922V CUT MODULAR RESILIENT SF 5.00$ 47%2.64$ $ 0.53 0.43$ 3.59$ 0009V DECO ADVANTAGE STONE MODULAR RESILIENT SF 3.06$ 11%2.71$ $ 0.54 0.43$ 3.69$ 0618V EMERGE MODULAR RESILIENT SF 5.00$ 48%2.61$ $ 0.52 0.43$ 3.56$ 0364V GRAIN MODULAR RESILIENT SF 6.24$ 46%3.35$ $ 0.67 0.43$ 4.45$ 0502V GRAIN - DIRECT GLUE MODULAR RESILIENT SF 4.00$ 39%2.43$ $ 0.49 0.43$ 3.34$ 071VS HUSH II UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (280 SF)319.88$ 27%232.85$ $ 46.57 0.91$ 280.33$ 0896V IN TANDEM PLANK MODULAR RESILIENT SF 8.00$ 47%4.22$ $ 0.84 0.43$ 5.49$ 0897V IN TANDEM SHEET SHEET RESILIENT SY 64.00$ 47%33.76$ $ 6.75 0.91$ 41.42$ 0926V INLET MODULAR RESILIENT SF 6.00$ 53%2.82$ $ 0.56 0.43$ 3.82$ 0895V INNATE TILE MODULAR RESILIENT SF 8.00$ 47%4.22$ $ 0.84 0.43$ 5.49$ 0884V INSPIRE LVT MODULAR RESILIENT SF 5.00$ 51%2.45$ $ 0.49 0.43$ 3.37$ 0514V INTERVAL MODULAR RESILIENT SF 5.00$ 49%2.56$ $ 0.51 0.43$ 3.51$ 0692V INTRICATE MODULAR RESILIENT SF 5.00$ 48%2.61$ $ 0.52 0.43$ 3.56$ 0215V JEOGORI MODULAR RESILIENT SF 4.64$ 42%2.68$ $ 0.54 0.43$ 3.65$ 0993V JOY SQUARED MODULAR RESILIENT SF 5.00$ 54%2.31$ $ 0.46 0.43$ 3.20$ 0551V LEVEL HEXAGON MODULAR RESILIENT SF 8.40$ 42%4.87$ $ 0.97 0.43$ 6.28$ 0567V LINE 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 0554V LINE 20 MIL MODULAR RESILIENT SF 5.50$ 50%2.74$ $ 0.55 0.43$ 3.71$ 0116V NATIVE ORIGINS MODULAR RESILIENT SF 2.86$ 44%1.61$ $ 0.32 0.43$ 2.36$ 0002V NATURELIFE SHEET RESILIENT SY 48.80$ 46%26.57$ $ 5.31 0.91$ 32.79$ 002VS NATURELIFE WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)72.04$ 42%41.60$ $ 8.32 0.91$ 50.83$ 0365V PIGMENT MODULAR RESILIENT SF 6.24$ 46%3.35$ $ 0.67 0.43$ 4.45$ 0503V PIGMENT - DIRECT GLUE MODULAR RESILIENT SF 4.00$ 39%2.43$ $ 0.49 0.43$ 3.34$ 0566V PLASTER 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 0553V PLASTER 20 MIL MODULAR RESILIENT SF 5.50$ 53%2.58$ $ 0.52 0.43$ 3.52$ 0186V QUIET COVER-W IN*STEP MODULAR RESILIENT SF 6.74$ 51%3.33$ $ 0.67 0.43$ 4.43$ 0797V REED SHEET RESILIENT SY 44.29$ 46%23.72$ $ 4.74 0.91$ 29.37$ 0733V RETHINK MODULAR RESILIENT SF 8.49$ 44%4.78$ $ 0.96 0.43$ 6.17$ 0003V REXCOURT 4.5 MM SHEET RESILIENT SY 49.04$ 41%29.06$ $ 5.81 0.91$ 35.78$ 0004V REXCOURT 6.5 MM SHEET RESILIENT SY 56.37$ 41%33.50$ $ 6.70 0.91$ 41.10$ 0005V REXCOURT 8.0 MM SHEET RESILIENT SY 70.14$ 39%42.94$ $ 8.59 0.91$ 52.44$ 021VS REXCOURT WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)119.60$ 40%71.36$ $ 14.27 0.91$ 86.54$ 0798V ROJI SHEET RESILIENT SY 44.29$ 46%23.72$ $ 4.74 0.91$ 29.37$ 0945V SHEAR MODULAR RESILIENT SF 5.00$ 46%2.69$ $ 0.54 0.43$ 3.66$ 0709V SHIFT MODULAR RESILIENT SF 8.57$ 48%4.43$ $ 0.89 0.43$ 5.75$ 0648V SOLITUDE MODULAR RESILIENT SF 5.15$ 41%3.05$ $ 0.61 0.43$ 4.09$ 0012V STATIC PULSE SUMMIT SERIES - SSV-01 STATIC SMART TILE SF 7.14$ 44%4.02$ $ 0.80 0.43$ 5.25$ 0516V STRAND MODULAR RESILIENT SF 5.00$ 47%2.66$ $ 0.53 0.43$ 3.62$ 0515V SURFACE MODULAR RESILIENT SF 5.00$ 47%2.66$ $ 0.53 0.43$ 3.62$ 0796V TATAMI SHEET RESILIENT SY 44.29$ 46%23.72$ $ 4.74 0.91$ 29.37$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 353VS TERASU WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 72.04$ 46%39.08$ $ 7.82 0.91$ 47.81$ 0517V TERRAIN 12MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 0564V TERRAIN 20MIL MODULAR RESILIENT SF 5.50$ 52%2.66$ $ 0.53 0.43$ 3.62$ 0655V TERRAIN 8 MIL MODULAR RESILIENT SF 2.20$ 48%1.16$ $ 0.23 0.43$ 1.82$ 0453V TERRAIN II 12 MIL MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 0454V TERRAIN II 20MIL MODULAR RESILIENT SF 5.50$ 59%2.24$ $ 0.45 0.43$ 3.11$ 0892V TERRAIN II 30 MIL MODULAR RESILIENT SF 5.10$ 47%2.70$ $ 0.54 0.43$ 3.67$ SCUN2 TERRAIN II OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ SCQT2 TERRAIN II QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ SCSN2 TERRAIN II STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 54.25$ 39%33.08$ $ 6.62 0.91$ 40.60$ SCUN1 TERRAIN OMNI-TRANSITION ACCESSORIES - MODULAR RESILIENT EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ SCQT1 TERRAIN QUARTER ROUND ACCESSORIES - MODULAR RESILIENT EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ SCSN1 TERRAIN STAIRNOSE ACCESSORIES - MODULAR RESILIENT EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 0710V TILT MODULAR RESILIENT SF 8.57$ 49%4.37$ $ 0.87 0.43$ 5.67$ 0187V UNCOMMON GROUND 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ 0188V UNCOMMON GROUND 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ 0601V UNVEIL MODULAR RESILIENT SF 5.15$ 41%3.05$ $ 0.61 0.43$ 4.09$ 0873V VITALITY SHEET RESILIENT SY 44.29$ 47%23.29$ $ 4.66 0.91$ 28.86$ 236VS VITALITY WELD ROD ACCESSORIES - SHEET RESILIENT ROLL 72.04$ 46%39.08$ $ 7.82 0.91$ 47.81$ STATIC SMART 013VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 1 GAL ADHESIVE - STATIC SMART TILE PAIL 315.00$ 5%300.00$ $ 60.00 360.00$ 018VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 4 GAL ADHESIVE - STATIC SMART TILE PAIL 82.60$ 5%78.67$ $ 15.73 94.40$ 5T019 COLLABORATORS MODULAR CARPET TILE SY 33.97$ 15%28.94$ $ 5.79 1.66$ 36.39$ 42CV8 COLONIAL STATIC SMART TILE SY 43.67$ 5%41.59$ $ 8.32 1.66$ 51.56$ N5003 COMPURELEASE STATIC SMART TILE PAIL 306.68$ 13%265.33$ $ 53.07 1.66$ 320.06$ N5002 COMPURELEASE STATIC SMART TILE PAIL 88.97$ 19%72.00$ $ 14.40 1.66$ 88.06$ N5004 COPPER GROUNDING STRIP FOR CONCRETE FLOORS ADHESIVE - STATIC SMART TILE EA 8.39$ 5%7.99$ $ 1.60 1.66$ 11.24$ 5T018 DAILY PLANNER MODULAR CARPET TILE SY 33.97$ 24%25.75$ $ 5.15 1.66$ 32.56$ 429RD DISCOVERY ECO STATIC SMART TILE SY 42.41$ 5%40.39$ $ 8.08 1.66$ 50.12$ N5005 GROUNDING KIT FOR ACCESS FLOORING ADHESIVE - STATIC SMART TILE EA 11.19$ 5%10.65$ $ 2.13 1.66$ 14.44$ 4029D LAN 4.0 STATIC SMART TILE SY 53.19$ 5%50.65$ $ 10.13 1.66$ 62.44$ 42CV8 LAN 4.1 STATIC SMART TILE SY 43.39$ 5%41.32$ $ 8.26 1.66$ 51.24$ 42GDY LANDMARK SERIES STATIC SMART TILE SY 29.30$ 5%27.90$ $ 5.58 1.66$ 35.14$ 4298R PRESIDENTIAL STATIC SMART TILE SY 43.39$ 5%41.32$ $ 8.26 1.66$ 51.24$ 0012V SUMMIT SERIES STATIC SMART TILE SF 3.84$ 5%3.65$ $ 0.73 0.41$ 4.79$ 5T040 WORKSPACE MODULAR CARPET TILE SY 32.76$ 21%25.98$ $ 5.20 1.66$ 32.84$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1000)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 47.10$ 15%39.95$ $ 7.99 47.94$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM H1036)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 56.72$ 11%50.24$ $ 10.05 60.29$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1200)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 47.10$ 25%35.34$ $ 7.07 42.41$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM H3800)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 58.33$ 11%51.64$ $ 10.33 61.97$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE N3800) (BROADLOOM L3800)ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 58.33$ 11%51.64$ $ 10.33 61.97$ 336VS 4" METALLIC WALL BASE ROLL ACCESSORIES - WALL BASE ROLL 160.80$ 36%102.90$ $ 20.58 123.48$ 179PE 4"W X 120'L TOELESS WALL BASE ROLL ACCESSORIES - WALL BASE ROLL (120 LF)160.80$ 39%97.97$ $ 19.59 117.56$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 148VS)ACCESSORIES - WALL BASE ROLL (120 LF)160.80$ 39%97.97$ $ 19.59 117.56$ 2U994 4.5" ANGLE PROFILE (RESILIENT 149VS)ACCESSORIES - WALL BASE BOX (6/BOX)168.00$ 39%102.36$ $ 20.47 122.83$ 2U995 4.5" DETAIL PROFILE (RESILIENT 150VS)ACCESSORIES - WALL BASE BOX (6/BOX)168.00$ 39%102.36$ $ 20.47 122.83$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM H4000)ADHESIVE - BROADLOOM CARPET 1 QT BOTTLE 13.04$ 12%11.48$ $ 2.30 13.78$ UV856 4100 - RESILIENT 1 GALLON ADHESIVE ADHESIVE - RESILIENT 1 GAL PAIL 79.88$ 42%46.49$ $ 9.30 55.79$ UVS12 4100 - RESILIENT 4 GALLON ADHESIVE ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 009VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 012VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ 340VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - RESILIENT EA 214.94$ 19%173.18$ $ 34.64 207.81$ 9150N 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - MODULAR CARPET TILE EA 214.94$ 19%173.18$ $ 34.64 207.81$ F9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE ADHESIVE - BROADLOOM CARPET EA 214.94$ 19%173.18$ $ 34.64 207.81$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE N5000)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 94.22$ 13%81.54$ $ 16.31 97.85$ H5001 5001 - TILE STANDARD ADHESIVE ADHESIVE - MODULAR CARPET TILE 1 GAL PAIL 26.73$ 12%23.50$ $ 4.70 28.21$ N5002 5002 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 1 GAL PAIL 88.97$ 26%66.22$ $ 13.24 79.46$ N5003 5003 - TILE STATIC DISSIPATIVE ADHESIVE STATIC SMART TILE 4 GAL PAIL 306.68$ 26%227.51$ $ 45.50 273.01$ N5004 5004 - STATIC DISSIPATIVE HARDWARE ADHESIVE - STATIC SMART TILE EA 7.66$ 11%6.79$ $ 1.36 8.15$ N5005 5005 - STATIC DISSIPATIVE COPPER STRIP ADHESIVE - STATIC SMART TILE EA 0.50$ 12%0.44$ $ 0.09 0.53$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE N5036)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 99.68$ 9%90.88$ $ 18.18 109.05$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE N5100)ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 94.22$ 16%79.54$ $ 15.91 95.45$ 303VS 6" DETAIL PROFILE ACCESSORIES - WALL BASE BOX (6/BOX)270.52$ 39%164.82$ $ 32.96 197.78$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM H6200)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 110.11$ 18%90.01$ $ 18.00 108.02$ G620U 6200 - ADHESIVE DETACKIFIER (TILE H620U)(BROADLOOM N620U)ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 110.11$ 17%91.03$ $ 18.21 109.23$ J7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM CARPET 2 GAL PAIL 103.12$ 11%91.33$ $ 18.27 109.59$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM H8300)ADHESIVE - BROADLOOM CARPET 8 OZ BOTTLE 8.08$ 15%6.84$ $ 1.37 8.21$ H9000 9000 - BARRIER COAT ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ H900U 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ N900U 9000 - BARRIER COAT UNITS TILE ADHESIVE 2.5 GAL ADHESIVE - MODULAR CARPET TILE 2.5 GAL PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ G9050 9050 - FLOOR PRIMER - (RESILIENT - 031VS)(BROADLOOM - H9050)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ G905U 9050 - RESIIENT FLOOR PRIMER (TILE H905U)(RESILIENT 031VU)ADHESIVE - MODULAR CARPET/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT 032VS)ADHESIVE - RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVSCC)(TILE AVNET)(BROADLOOM AVSTR)ADHESIVE - BROADLOOM/MODULAR CARPET ROLL $ 409.08 15% $ 346.08 $ 69.22 $ 415.30 AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVEUU)ADHESIVE - MODULAR CARPET TILE ROLL 409.08$ 15%346.08$ $ 69.22 415.30$ 2U983 CARPET REDUCER 5/16" (RESILIENT 144VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)117.00$ 39%71.07$ $ 14.21 85.28$ LOK4S CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE ADHESIVE - MODULAR CARPET TILE EA 225.00$ 23%173.25$ $ 34.65 207.90$ 302VS COLLECTIVE TIME WELD ROD ACCESSORIES - WELD ROD ROLL 72.04$ 43%40.94$ $ 8.19 49.13$ 016VS COPPER GROUND STRIPS - 4709CS ACCESSORIES - STATIC SMART TILE EA 8.99$ 51%4.61$ $ 0.92 5.53$ 2U376 COVE TUBE ADHESIVE (RESILIENT 141VS)ADHESIVE - RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ $ 16.33 97.98$ CU024 CUSHIONWORX 2MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 231.00$ 5%218.30$ $ 43.66 261.95$ CU034 CUSHIONWORX 3MM UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 415.23$ 5%395.46$ $ 79.09 474.55$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM H3600)ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 61.26$ 15%52.01$ $ 10.40 62.41$ 087VS GROUNDWORKS UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (100 SF)75.00$ 9%68.24$ $ 13.65 81.88$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 00LDR)ADHESIVE - MODULAR CARPET TILE SLEEVE (250 SY)375.00$ 8%346.50$ $ 69.30 415.80$ LOKDA LOKDOTS APPLICATOR (TILE 00LDA)ADHESIVE - MODULAR CARPET TILE EA 82.10$ 16%69.30$ $ 13.86 83.16$ LWRX0 LOKWORX BOX ADHESIVE - MODULAR CARPET TILE 1 213.96$ 19%172.39$ $ 34.48 206.87$ 100CA MM800 ADHESIVE - RESILIENT 4 GALLON PAIL 160.00$ 48%82.95$ $ 16.59 99.54$ 9125H MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - BROADLOOM CARPET KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 9125J MOISTURETEK 2 PART EPOXY MOISTURE MITIGATION - RESILIENT KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 9125N MOISTURETEK MOISTURE VAPOR BARRIER 2 PART EPOXY MOISTURE MITIGATION - MODULAR CARPET KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 348VS MULTI PR RD LVT ADHESIVE - RESILIENT BOX (5/BOX)52.00$ 39%31.68$ $ 6.34 38.02$ 8U124 PINLESS METAL TRACK (RESILIENT 142VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)96.00$ 40%57.91$ $ 11.58 69.49$ 350VS QUARTER ROUND LVT ACCESSORIES - MODULAR RESILIENT BOX (10/BOX)26.00$ 39%15.85$ $ 3.17 19.02$ 151VS QUARTER ROUND PROFILE ACCESSORIES - MODULAR RESILIENT BOX (12/BOX)192.00$ 39%116.98$ $ 23.40 140.37$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 146VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)126.00$ 39%76.77$ $ 15.35 92.13$ 015VS RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)23.53$ 22%18.32$ $ 3.66 21.98$ 067VS S150-95 RH - RESILIENT SPRAY (RESILIENT 067VS)ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ 109VS SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 110.00$ 8%101.20$ $ 20.24 121.44$ 027VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT MODULAR 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ 028VS SHAW 4100 - 1 GAL ADHESIVE - RESILIENT ROLL 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ 304VS SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GAL PAIL 172.00$ 39%105.11$ $ 21.02 126.13$ 066VS SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT 145VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)88.00$ 39%53.52$ $ 10.70 64.23$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 147VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)103.00$ 40%62.29$ $ 12.46 74.75$ 00048 SPORT INSTALLATION KIT ADHESIVE - BROADLOOM CARPET EA 927.27$ 19%748.93$ $ 149.79 898.71$ 347VS STAIRNOSE LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)64.00$ 39%38.99$ $ 7.80 46.79$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 143VS)ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)112.00$ 39%67.99$ $ 13.60 81.59$ 349VS T-MOLDING LVT ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)52.00$ 39%31.68$ $ 6.34 38.02$ VS176 TRANSITION TAPE (RESILIENT 165VS)ADHESIVE - ENGINEERED HARDWOOD ROLL (25 FT)16.00$ 41%9.45$ $ 1.89 11.34$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 095VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 2,556.25$ 12%2,252.25$ $ 450.45 2,702.70$ 2U492 VS-60 VERSASHIELD 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 094VS) UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 897.50$ 12%786.56$ $ 157.31 943.87$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 096VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 71.25$ 12%62.37$ $ 12.47 74.84$ 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 097VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 88.75$ 13%77.39$ $ 15.48 92.86$ 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 098VS)ADHESIVE - ENGINEERED HARDWOOD ROLL 86.25$ 13%75.08$ $ 15.02 90.09$ VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 166VS)ADHESIVE - ENGINEERED HARDWOOD 1 GAL PAIL 42.00$ 39%25.59$ $ 5.12 30.71$ US Floors Products 02W74 BABY THRESHOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ $ 8.72 0.91$ 53.20$ 01W00 BABY THRESHOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01A02 BABY THRESHOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 01W02 BABY THRESHOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W06 BABY THRESHOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V18 BABY THRESHOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W14 BABY THRESHOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V13 BABY THRESHOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W08 BABY THRESHOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W04 BABY THRESHOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01X20 BABY THRESHOLD XRC- CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 203UV CAMARET ENGINEERED HARDWOOD SF 13.60$ 55%6.12$ $ 1.22 0.43$ 7.78$ 200UV CITADEL BASTION ENGINEERED HARDWOOD SF 12.00$ 45%6.64$ $ 1.33 0.43$ 8.39$ 201UV CITADEL FORTRESS ENGINEERED HARDWOOD SF 12.00$ 45%6.64$ $ 1.33 0.43$ 8.39$ 098UV COMPOSED MODULAR RESILIENT - CORETEC SF 6.60$ 56%2.93$ $ 0.59 0.43$ 3.95$ 094UV CONCRETE MODULAR RESILIENT - CORETEC SF 6.60$ 56%2.93$ $ 0.59 0.43$ 3.95$ 02W01 FLUSH STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W06 FLUSH STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W16 FLUSH STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 02W13 FLUSH STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W12 FLUSH STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 02W04 FLUSH STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W17 FLUSH STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 02W65 GU35 WOOD & BAMBOO ADHESIVE ADHESIVE - ENGINEERED HARDWOOD EA 210.00$ 46%113.40$ $ 22.68 0.91$ 136.99$ 206UV MIDTOWN REVIVAL HANDSCRAPED ENGINEERED HARDWOOD SF 11.00$ 52%5.30$ $ 1.06 0.43$ 6.79$ 205UV MIDTOWN REVIVAL SMOOTH ENGINEERED HARDWOOD SF 10.00$ 47%5.30$ $ 1.06 0.43$ 6.79$ 204UV PALISADES ENGINEERED HARDWOOD SF 20.00$ 45%11.08$ $ 2.22 0.43$ 13.72$ 03W07 QUARTER ROUND CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ $ 8.72 0.91$ 53.20$ 01W22 QUARTER ROUND CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W25 QUARTER ROUND CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 01W27 QUARTER ROUND CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W31 QUARTER ROUND CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V45 QUARTER ROUND CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W40 QUARTER ROUND CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V39 QUARTER ROUND CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W33 QUARTER ROUND CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W29 QUARTER ROUND CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 03W38 REDUCER CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ $ 8.72 0.91$ 53.20$ 01W48 REDUCER CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W50 REDUCER CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 01W54 REDUCER CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W56 REDUCER CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V69 REDUCER CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W65 REDUCER CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01V64 REDUCER CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01W58 REDUCER CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01X54 REDUCER CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01X70 REDUCER XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 01X46 SOLID QUARTER ROUND XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 03W73 STAIR CAP CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 81.68$ 34%54.08$ $ 10.82 0.91$ 65.80$ 01W72 STAIR NOSE CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01W74 STAIR NOSE CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 54.25$ 39%33.08$ $ 6.62 0.91$ 40.60$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 01W78 STAIR NOSE CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01W80 STAIR NOSE CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01V94 STAIR NOSE CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01W90 STAIR NOSE CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01V89 STAIR NOSE CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01W82 STAIR NOSE CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01X78 STAIR NOSE CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 01X95 STAIR NOSE XRC - CONCRETE & COMPOSED ACCESSORIES - MODULAR RESILIENT CORETEC EA 59.68$ 45%33.08$ $ 6.62 0.91$ 40.60$ 032UV STRATUM 1200 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ $ 0.59 0.43$ 3.95$ 033UV STRATUM 1800 MODULAR RESILIENT - CORETEC SF 6.43$ 54%2.93$ $ 0.59 0.43$ 3.95$ 023UV STRATUM 500 - 50050DLV500 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ $ 0.59 0.43$ 3.95$ 024UV STRATUM 700 - 70050DLV700 MODULAR RESILIENT - CORETEC SF 7.07$ 59%2.93$ $ 0.59 0.43$ 3.95$ 058UV STRATUM DEFINED - 50DLV3001 MODULAR RESILIENT - CORETEC SF 7.01$ 56%3.10$ $ 0.62 0.43$ 4.15$ 053UV STRATUM EIRIS MODULAR RESILIENT - CORETEC SF 8.33$ 57%3.60$ $ 0.72 0.43$ 4.75$ 055UV STRATUM LINEAR MODULAR RESILIENT - CORETEC SF 6.80$ 53%3.19$ $ 0.64 0.43$ 4.26$ 022UV STRATUM VORTEX MODULAR RESILIENT - CORETEC SF 5.90$ 57%2.54$ $ 0.51 0.43$ 3.48$ 034UV STRATUM XL MODULAR RESILIENT - CORETEC SF 8.33$ 58%3.54$ $ 0.71 0.43$ 4.68$ 04W19 T-MOLD CAMARET ACCESSORIES - ENGINEERED HARDWOOD EA 67.10$ 35%43.58$ $ 8.72 0.91$ 53.20$ 02W20 T-MOLD CORETEC 1200 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W22 T-MOLD CORETEC 1800 ACCESSORIES - MODULAR RESILIENT CORETEC EA 45.50$ 39%27.83$ $ 5.57 0.91$ 34.30$ 02W24 T-MOLD CORETEC 500 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W28 T-MOLD CORETEC 700 ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W61 T-MOLD CORETEC DEFINED ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W57 T-MOLD CORETEC EIRIS ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02V56 T-MOLD CORETEC LINEAR ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W30 T-MOLD CORETEC VORTEX ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02W26 T-MOLD CORETEC XL ACCESSORIES - MODULAR RESILIENT CORETEC EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ 02X62 T-MOLD XRC - CONCRETE & COMPOSED ACCESSORIES - TRIMS/TRANSITIONS EA 50.05$ 44%27.83$ $ 5.57 0.91$ 34.30$ Shaw Commercial Hardwood Flooring CA308 ARISTOCRAT ENGINEERED HARDWOOD SF 11.00$ 54%5.05$ $ 1.01 0.43$ 6.49$ CA362 AUTHENTICITY ENGINEERED HARDWOOD SF 9.00$ 55%4.01$ $ 0.80 0.43$ 5.24$ CA350 BESPOKE ENGINEERED HARDWOOD SF 9.90$ 40%5.90$ $ 1.18 0.43$ 7.51$ CRH12 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 80%19.91$ $ 3.98 0.91$ 24.80$ CFR18 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 70.00$ 40%42.00$ $ 8.40 0.91$ 51.31$ CRW38 FLUSH REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 85.00$ 40%51.00$ $ 10.20 0.91$ 62.11$ CSH12 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 137.50$ 61%53.08$ $ 10.62 0.91$ 64.61$ CSW38 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 40%60.00$ $ 12.00 0.91$ 72.91$ CSD58 FLUSH STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 100.00$ 45%54.90$ $ 10.98 0.91$ 66.79$ CA364 HANDCRAFTED ENGINEERED HARDWOOD SF 13.00$ 48%6.70$ $ 1.34 0.43$ 8.47$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 CA361 KINSHIP ENGINEERED HARDWOOD SF 9.00$ 47%4.78$ $ 0.96 0.43$ 6.17$ CA334 MARIPOSA 5"ENGINEERED HARDWOOD SF 8.18$ 59%3.37$ $ 0.67 4.04$ CA286 NORTHBOROUGH HICKORY ENGINEERED HARDWOOD SF 12.00$ 39%7.33$ $ 1.47 0.43$ 9.23$ CORH2 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 95.00$ 40%57.00$ $ 11.40 0.91$ 69.32$ CORW8 OVERLAP REDUCER ACCESSORIES - ENGINEERED HARDWOOD EA 95.00$ 40%57.00$ $ 11.40 0.91$ 69.32$ COSH2 OVERLAP STAIRNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 130.00$ 40%78.00$ $ 15.60 0.91$ 94.52$ CATMW T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 67.50$ 40%40.50$ $ 8.10 0.91$ 49.51$ CATMH T - MOLDING ACCESSORIES - ENGINEERED HARDWOOD EA 82.50$ 45%45.29$ $ 9.06 0.91$ 55.26$ CCH12 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 87.50$ 52.50$ $ 10.50 0.91$ 63.91$ CTDH5 THRESHOLD ACCESSORIES - ENGINEERED HARDWOOD EA 87.50$ 45%48.04$ $ 9.61 0.91$ 58.56$ Shaw Commercial Laminate LCSLT COLOR SEALANT LAMINATE - ACCESSORIES EA 9.33$ 22%7.26$ $ 1.45 0.91$ 9.63$ LCCLN HARDSURFACE CLEANER (LAM. OR HARDWOOD)LAMINATE - ACCESSORIES EA 9.46$ 32%6.41$ $ 1.28 0.91$ 8.60$ LC012 HEMISPHERE NEW LAMINATE SF 3.47$ 19%2.81$ $ 0.56 0.43$ 3.80$ LC016 HERITAGE NEW LAMINATE SF 4.98$ 36%3.20$ $ 0.64 0.43$ 4.27$ LCTRK MOLDING TRACK LAMINATE - ACCESSORIES EA 72.50$ 90%7.00$ $ 1.40 0.91$ 9.31$ LCMPR MULTI PURPOSE REDUCER LAMINATE - ACCESSORIES EA 24.64$ 25%18.57$ $ 3.71 0.91$ 23.20$ LCQTR QUARTER ROUND LAMINATE - ACCESSORIES EA 23.75$ 65%8.29$ $ 1.66 0.91$ 10.86$ LC245 REGIMENT II NEW LAMINATE SF 2.53$ 19%2.04$ $ 0.41 0.43$ 2.88$ 083VS SELITAC UNDERLAYMENT 100 SF/ROLL LAMINATE - ACCESSORIES ROLL 23.00$ 4%22.05$ $ 4.41 0.91$ 27.37$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT)LAMINATE - ACCESSORIES ROLL (100 SF)56.22$ 13%49.17$ $ 9.83 0.91$ 59.91$ LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT)LAMINATE - ACCESSORIES ROLL (100 SF)56.22$ 13%49.17$ $ 9.83 0.91$ 59.91$ LC084 SILENT STEP ULTRA JUMBO ROLL (1000 SQ.FT.)LAMINATE - ACCESSORIES ROLL (1000 SF)511.89$ 22%398.39$ $ 79.68 0.91$ 478.98$ LCSTR STAIRNOSE LAMINATE - ACCESSORIES EA 23.75$ 6%22.43$ $ 4.49 0.91$ 27.83$ LCTMD T- MOLDING LAMINATE - ACCESSORIES EA 102.50$ 82%18.57$ $ 3.71 0.91$ 23.20$ LCTM1 T- MOLDING LAMINATE - ACCESSORIES EA 30.30$ 42%17.52$ $ 3.50 0.91$ 21.94$ Adhesives CAA90 ECO MADE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD 4 GAL PAIL 138.95$ 31%95.29$ $ 19.06 114.35$ CA884 SHAW 35 MC ADHESIVE - ENGINEERED HARDWOOD EA 202.90$ 24%155.15$ $ 31.03 186.18$ CATGA SHAW TONGUE AND GROOVE ADHESIVE ADHESIVE - ENGINEERED HARDWOOD PINT 13.70$ 50%6.87$ $ 1.37 8.25$ CAADH SHAW URE-BOND ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD 4 GAL PAIL 210.51$ 31%144.38$ $ 28.88 173.25$ CAA91 SHAW URETHANE HARDWOOD ADHESIVE 4 GALLON ADHESIVE - ENGINEERED HARDWOOD 4 GAL PAIL 208.37$ 31%144.38$ $ 28.88 173.25$ CAA92 SHAW URETHANE HARDWOOD ADHESIVE REMOVER WIPES ADHESIVE - ENGINEERED HARDWOOD EA 49.27$ 34%32.33$ $ 6.47 38.79$ CAREM URETHANE ADHESIVE REMOVER ADHESIVE - ENGINEERED HARDWOOD QUART 47.90$ 59%19.62$ $ 3.92 23.55$ Patcraft BROADLOOM I0347 ABODE CLASSICBAC®BROADLOOM CARPET SY 15.75$ 35%10.16$ $ 2.03 1.15$ 13.35$ I0402 AFICIONADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 27.21$ 31%18.71$ $ 3.74 1.15$ 23.60$ I0246 APPROACH CLASSICBAC®BROADLOOM CARPET SY 18.09$ 32%12.28$ $ 2.46 1.15$ 15.88$ I0497 ARAGON ULTRALOC®BROADLOOM CARPET SY 32.98$ 42%19.28$ $ 3.86 1.15$ 24.28$ I0498 BASQUE ULTRALOC®BROADLOOM CARPET SY 32.98$ 42%19.28$ $ 3.86 1.15$ 24.28$ I0104 BEST FOOT FORWARD ULTRALOC®BROADLOOM CARPET SY 22.78$ 41%13.39$ $ 2.68 1.15$ 17.21$ I0165 BIG SPLASH! ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 28.70$ 40%17.19$ $ 3.44 1.15$ 21.77$ I0164 BIG SPLASH! ULTRALOC®BROADLOOM CARPET SY 21.05$ 34%13.98$ $ 2.80 1.15$ 17.92$ I0398 BOHEMIAN ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ $ 4.74 1.15$ 29.59$ Z6432 BUY IN CLASSICBAC®BROADLOOM CARPET SY 17.20$ 31%11.82$ $ 2.36 1.15$ 15.33$ I0485 CAMBER ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ $ 2.10 1.15$ 13.74$ I0522 CANTILEVER ULTRALOC®BROADLOOM CARPET SY 18.09$ 46%9.83$ $ 1.97 1.15$ 12.95$ I0523 CENTERLINE ULTRALOC®BROADLOOM CARPET SY 18.09$ 46%9.83$ $ 1.97 1.15$ 12.95$ I0415 CIAO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ $ 4.55 1.15$ 28.47$ I0132 CLOISONNE II ULTRALOC®BROADLOOM CARPET SY 47.63$ 42%27.49$ $ 5.50 1.15$ 34.14$ I0203 COLOR CHOICE ULTRALOC®BROADLOOM CARPET SY 40.23$ 63%14.89$ $ 2.98 1.15$ 19.02$ I0131 COLOR YOUR WORLD ULTRALOC®BROADLOOM CARPET SY 22.21$ 38%13.78$ $ 2.76 1.15$ 17.68$ I0440 COMMIT ULTRALOC®BROADLOOM CARPET SY 18.34$ 34%12.16$ $ 2.43 1.15$ 15.74$ I0439 DECIDE ULTRALOC®BROADLOOM CARPET SY 20.81$ 42%12.16$ $ 2.43 1.15$ 15.74$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I0037 DOUBLE EXPOSURE ULTRALOC®BROADLOOM CARPET SY 41.49$ 41%24.52$ $ 4.90 1.15$ 30.57$ I0528 ESTATE CLASSICBAC®BROADLOOM CARPET SY 19.26$ 46%10.43$ $ 2.09 1.15$ 13.67$ I0147 FAMOUS LAST WORDS II ULTRALOC®BROADLOOM CARPET SY 24.96$ 41%14.66$ $ 2.93 1.15$ 18.74$ I0399 FULL BLOOM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ $ 4.74 1.15$ 29.59$ I0251 GAIT CLASSICBAC®BROADLOOM CARPET SY 15.08$ 21%11.86$ $ 2.37 1.15$ 15.38$ I0413 HALLO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ $ 4.55 1.15$ 28.47$ I0148 HEADLINES II ULTRALOC®BROADLOOM CARPET SY 24.92$ 41%14.66$ $ 2.93 1.15$ 18.74$ I0101 HOMEROOM II-26 ULTRALOC®BROADLOOM CARPET SY 18.36$ 32%12.44$ $ 2.49 1.15$ 16.08$ I0352 HOMEROOM V 3.0 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 25.01$ 40%14.99$ $ 3.00 1.15$ 19.14$ I0351 HOMEROOM V 3.0 ULTRALOC®BROADLOOM CARPET SY 18.27$ 37%11.60$ $ 2.32 1.15$ 15.07$ I0464 HOMESPUN CLASSICBAC®BROADLOOM CARPET SY 16.32$ 39%9.91$ $ 1.98 1.15$ 13.04$ I0486 INTERCEPT ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ $ 2.10 1.15$ 13.74$ I0487 INTERVAL ULTRALOC®BROADLOOM CARPET SY 17.73$ 41%10.49$ $ 2.10 1.15$ 13.74$ I0434 LEAFLET ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 34.89$ 42%20.15$ $ 4.03 1.15$ 25.33$ I0247 MANNER CLASSICBAC®BROADLOOM CARPET SY 18.08$ 30%12.68$ $ 2.54 1.15$ 16.37$ I0422 METALLIC ALCHEMY ECOWORX® TILE BROADLOOM CARPET SY 48.87$ 42%28.35$ $ 5.67 1.15$ 35.17$ I0527 MOTIF CLASSICBAC®BROADLOOM CARPET SY 16.29$ 44%9.06$ $ 1.81 1.15$ 12.02$ I0129 NIGHT MOVES ULTRALOC®BROADLOOM CARPET SY 25.52$ 46%13.87$ $ 2.77 1.15$ 17.80$ I0414 NIHAO ULTRALOC® PATTERN BROADLOOM CARPET SY 36.34$ 37%22.77$ $ 4.55 1.15$ 28.47$ I0162 OPPORTUNITY KNOCKS CLASSICBAC®BROADLOOM CARPET SY 18.27$ 39%11.17$ $ 2.23 1.15$ 14.55$ Z6375 OPTIONS ULTRALOC®BROADLOOM CARPET SY 32.71$ 45%18.04$ $ 3.61 1.15$ 22.80$ I0250 PACE CLASSICBAC®BROADLOOM CARPET SY 15.09$ 27%11.06$ $ 2.21 1.15$ 14.43$ I0495 PALMA ULTRALOC®BROADLOOM CARPET SY 51.31$ 43%29.48$ $ 5.90 1.15$ 36.53$ Z6436 PAY OFF CLASSICBAC®BROADLOOM CARPET SY 17.69$ 32%11.98$ $ 2.40 1.15$ 15.52$ I0036 PERPETUAL MOTION ULTRALOC®BROADLOOM CARPET SY 40.17$ 42%23.45$ $ 4.69 1.15$ 29.29$ Z6376 PLATFORM ULTRALOC®BROADLOOM CARPET SY 35.94$ 41%21.16$ $ 4.23 1.15$ 26.54$ I0376 PRADO ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 57.35$ 41%33.68$ $ 6.74 1.15$ 41.57$ I0369 PUBLIC AFFAIRS CLASSICBAC®BROADLOOM CARPET SY 17.46$ 36%11.23$ $ 2.25 1.15$ 14.62$ I0442 RESPITE CLASSICBAC®BROADLOOM CARPET SY 16.29$ 43%9.36$ $ 1.87 1.15$ 12.38$ I0202 SABRE ENCORE CLASSICBAC®BROADLOOM CARPET SY 26.51$ 43%15.13$ $ 3.03 1.15$ 19.31$ I0120 SCHOLASTIC II 26 CLASSICBAC®BROADLOOM CARPET SY 16.57$ 34%10.88$ $ 2.18 1.15$ 14.21$ I0121 SCHOLASTIC II 28 ULTRALOC®BROADLOOM CARPET SY 18.78$ 34%12.34$ $ 2.47 1.15$ 15.95$ I0368 SEAL THE DEAL CLASSICBAC®BROADLOOM CARPET SY 19.57$ 39%11.85$ $ 2.37 1.15$ 15.37$ I0496 SEVILLE ULTRALOC®BROADLOOM CARPET SY 51.31$ 43%29.48$ $ 5.90 1.15$ 36.53$ I0367 SHAKE ON IT CLASSICBAC®BROADLOOM CARPET SY 19.57$ 39%11.85$ $ 2.37 1.15$ 15.37$ I0068 SOCRATES II 26 ULTRALOC®BROADLOOM CARPET SY 18.37$ 33%12.25$ $ 2.45 1.15$ 15.86$ I0069 SOCRATES II 28 ULTRALOC®BROADLOOM CARPET SY 20.03$ 34%13.16$ $ 2.63 1.15$ 16.94$ Z6367 STANDOUT ULTRALOC®BROADLOOM CARPET SY 32.25$ 44%17.94$ $ 3.59 1.15$ 22.67$ I0249 STRIDE CLASSICBAC®BROADLOOM CARPET SY 15.12$ 30%10.52$ $ 2.10 1.15$ 13.78$ I0109 STRUT YOUR STUFF ULTRALOC®BROADLOOM CARPET SY 24.02$ 43%13.63$ $ 2.73 1.15$ 17.50$ I0441 SUCCEED ULTRALOC®BROADLOOM CARPET SY 19.57$ 38%12.16$ $ 2.43 1.15$ 15.74$ I0049 SWEET ULTRALOC®BROADLOOM CARPET SY 24.85$ 36%15.99$ $ 3.20 1.15$ 20.33$ I0248 TECHNIQUE CLASSICBAC®BROADLOOM CARPET SY 18.13$ 36%11.57$ $ 2.31 1.15$ 15.04$ I0443 TESTED CLASSICBAC®BROADLOOM CARPET SY 24.73$ 45%13.72$ $ 2.74 1.15$ 17.62$ Z6434 TRADE UP CLASSICBAC®BROADLOOM CARPET SY 17.22$ 33%11.48$ $ 2.30 1.15$ 14.93$ I0444 TRIED CLASSICBAC®BROADLOOM CARPET SY 23.85$ 42%13.72$ $ 2.74 1.15$ 17.62$ I0445 TRUE CLASSICBAC®BROADLOOM CARPET SY 23.85$ 42%13.72$ $ 2.74 1.15$ 17.62$ I0157 TWIST&SHOUT II ULTRALOC®BROADLOOM CARPET SY 24.93$ 41%14.66$ $ 2.93 1.15$ 18.74$ I0400 VIVANT ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 42.41$ 44%23.70$ $ 4.74 1.15$ 29.59$ I0200 WINDSWEPT ENCORE CLASSICBAC®BROADLOOM CARPET SY 19.05$ 35%12.30$ $ 2.46 1.15$ 15.91$ I0366 WORD OF MOUTH CLASSICBAC®BROADLOOM CARPET SY 17.46$ 36%11.23$ $ 2.25 1.15$ 14.62$ I0124 WORK IT CLASSICBAC®BROADLOOM CARPET SY 17.95$ 33%12.10$ $ 2.42 1.15$ 15.68$ TILE I0345 10K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ $ 4.74 1.66$ 30.10$ I0343 3K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ $ 4.74 1.66$ 30.10$ I0344 5K ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 43%23.70$ $ 4.74 1.66$ 30.10$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I0455 ABERDEEN ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ I0491 ACHIEVE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ I0404 AIRE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 49%20.76$ $ 4.15 1.66$ 26.57$ I0357 AIRE ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ I0421 ALLOY SHIMMER ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 42%28.35$ $ 5.67 1.15$ 35.17$ I0394 APERTURE ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 38%31.19$ $ 6.24 1.66$ 39.08$ I0505 ARTCLOTH ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ $ 5.10 1.66$ 32.28$ I0358 AURA ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ I0469 BACKLIT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ I0468 BACKLIT 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ I0492 BARCELONA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 44%34.02$ $ 6.80 1.66$ 42.48$ I0166 BIG SPLASH! ECOWORX® TILE MODULAR CARPET TILE SY 45.10$ 43%25.87$ $ 5.17 1.66$ 32.71$ Z6452 CASHMERE ECOWORX® TILE MODULAR CARPET TILE SY 53.70$ 43%30.72$ $ 6.14 1.66$ 38.53$ I0285 CITY FLORA ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.28$ $ 4.86 1.66$ 30.79$ I0284 CLEAN LINES ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.51$ $ 4.90 1.66$ 31.07$ I0447 COLOR BLOCK 12" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 34.04$ 32%23.08$ $ 4.62 1.66$ 29.35$ I0382 COLOR BLOCK 24" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ I0204 COLOR CHOICE ECOWORX® TILE MODULAR CARPET TILE SY 51.89$ 47%27.55$ $ 5.51 1.66$ 34.72$ I0374 COLOR CHOICE FACET ECOWORX® TILE MODULAR CARPET TILE SY 58.60$ 39%35.55$ $ 7.11 1.66$ 44.32$ I0471 COLOR FILTER ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ I0448 COLOR POP 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 34.32$ 33%23.08$ $ 4.62 1.66$ 29.35$ I0381 COLOR POP 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ I0110 COLOR YOUR WORLD ECOWORX® TILE MODULAR CARPET TILE SY 37.36$ 39%22.60$ $ 4.52 1.66$ 28.78$ I0283 COOL RAIN ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.32$ $ 4.86 1.66$ 30.85$ I0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ $ 5.24 1.66$ 33.09$ I0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ $ 5.24 1.66$ 33.09$ I0428 CUBE & COLOUR FACET ECOWORX® TILE MODULAR CARPET TILE SY 55.39$ 44%31.19$ $ 6.24 1.66$ 39.08$ I0348 DART ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ $ 5.49 1.66$ 34.59$ I0119 DAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 48.73$ 46%26.23$ $ 5.25 1.66$ 33.14$ I0410 DECATHLON ECOWORX® TILE MODULAR CARPET TILE SY 37.63$ 40%22.45$ $ 4.49 1.66$ 28.60$ I0384 DISMANTLE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ $ 5.17 1.66$ 32.68$ I0386 DISPLACE ECOWORX® TILE MODULAR CARPET TILE SY 37.35$ 40%22.45$ $ 4.49 1.66$ 28.60$ I0385 DISRUPT ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ $ 5.17 1.66$ 32.68$ I0355 DOWNLOAD ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ Z6473 DWELL ECOWORX® TILE MODULAR CARPET TILE SY 40.48$ 42%23.68$ $ 4.74 1.66$ 30.07$ I0286 EARTHEN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.23$ $ 4.85 1.66$ 30.74$ I0515 EASTERN FAÇADE STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ I0227 EASY ON THE EYES ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 30%20.93$ $ 4.19 1.66$ 26.77$ I0517 EDGELAND STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ I0456 EDINBURGH ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ I0342 ENFLECTION ECOWORX® TILE MODULAR CARPET TILE SY 57.92$ 43%33.06$ $ 6.61 1.66$ 41.33$ I0340 ENFORM ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ $ 6.11 1.66$ 38.33$ I0306 ENTRY POINT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ I0341 ENVERSE ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ $ 6.11 1.66$ 38.33$ I0512 ETCHED ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ $ 6.05 1.66$ 37.95$ I0359 ETHEREAL ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ Z6406 EXHILARATION ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 43%24.90$ $ 4.98 1.66$ 31.54$ I0291 EXPERIENCE ECOWORX® TILE MODULAR CARPET TILE SY 29.95$ 28%21.56$ $ 4.31 1.66$ 27.54$ I0371 FABRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ I0279 FLEX ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ $ 4.33 1.66$ 27.65$ I0349 FLUTTER ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ $ 5.49 1.66$ 34.59$ I0518 FORMWORK ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ I0481 FUTURA ECOLOGIX®MODULAR CARPET TILE SY 32.45$ 41%19.02$ $ 3.80 1.66$ 24.48$ I0482 FUTURA ECOLOGIX® ES MODULAR CARPET TILE SY 36.69$ 21%29.02$ $ 5.80 1.66$ 36.49$ I0380 FUTURA ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 38%18.65$ $ 3.73 1.66$ 24.04$ I0373 GEOMETRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I0506 GLOBAL HAND ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ $ 5.10 1.66$ 32.28$ I0353 HOMEROOM V 3.0 ECOWORX® TILE MODULAR CARPET TILE SY 35.18$ 36%22.61$ $ 4.52 1.66$ 28.80$ I0350 IN FLIGHT ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 40%28.07$ $ 5.61 1.66$ 35.34$ Z6374 INDULGENCE ECOWORX® TILE MODULAR CARPET TILE SY 45.31$ 44%25.43$ $ 5.09 1.66$ 32.18$ I0501 INSTINCT STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 44%14.26$ $ 2.85 1.66$ 18.77$ Z6474 INTRINSIC ECOWORX® TILE MODULAR CARPET TILE SY 36.35$ 37%22.89$ $ 4.58 1.66$ 29.13$ I0457 INVERNESS ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ I0397 LEAFLET ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ I0383 LINEA 2 ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ Z6476 LIQUID ECOWORX® TILE MODULAR CARPET TILE SY 40.49$ 41%23.85$ $ 4.77 1.66$ 30.28$ Z6477 LOFT ECOWORX® TILE MODULAR CARPET TILE SY 39.67$ 39%24.36$ $ 4.87 1.66$ 30.89$ I0354 LOG IN ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ I0460 LOGIC STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ I0507 MICRO-WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 42%25.52$ $ 5.10 1.66$ 32.28$ Z6454 MOHAIR ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.32$ $ 6.06 1.66$ 38.04$ I0226 MOVING ON UP ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 27%21.63$ $ 4.33 1.66$ 27.62$ I0499 NATURAL FORM STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 46%13.70$ $ 2.74 1.66$ 18.10$ I0470 NOCTURNE ECOWORX® TILE MODULAR CARPET TILE SY 52.86$ 46%28.35$ $ 5.67 1.66$ 35.68$ I0305 ON THE RIGHT FOOT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ I0372 OPTIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ I0483 ORBITAL ECOLOGIX®MODULAR CARPET TILE SY 32.45$ 41%19.06$ $ 3.81 1.66$ 24.53$ I0484 ORBITAL ECOLOGIX® ES MODULAR CARPET TILE SY 36.78$ 18%30.07$ $ 6.01 1.66$ 37.75$ I0379 ORBITAL ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 42%17.52$ $ 3.50 1.66$ 22.69$ I0316 PASEO ECOWORX® TILE MODULAR CARPET TILE SY 65.44$ 38%40.66$ $ 8.13 1.66$ 50.45$ I0511 PATINA ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ $ 6.05 1.66$ 37.95$ I0449 PIVOT POINT ECOWORX® TILE MODULAR CARPET TILE SY 38.57$ 40%23.08$ $ 4.62 1.66$ 29.35$ Z6453 PLUSH LINEN ECOWORX® TILE MODULAR CARPET TILE SY 53.83$ 44%29.95$ $ 5.99 1.66$ 37.60$ I0490 POSSIBLE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ I0317 PRADO ECOWORX® TILE MODULAR CARPET TILE SY 64.77$ 35%42.41$ $ 8.48 1.66$ 52.55$ I0396 PROSE ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ I0118 RAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 45.03$ 43%25.59$ $ 5.12 1.66$ 32.37$ I0514 REACT ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ $ 4.97 1.66$ 31.47$ I0489 REALIZE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ I0459 REASON STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ I0500 REBALANCE STRATAWORX® TILE MODULAR CARPET TILE SY 25.56$ 44%14.26$ $ 2.85 1.66$ 18.77$ I0513 RELIC ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ $ 4.97 1.66$ 31.47$ I0465 RISE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ $ 3.97 1.66$ 25.47$ I0466 RUN ECOWORX® TILE MODULAR CARPET TILE SY 37.27$ 47%19.85$ $ 3.97 1.66$ 25.47$ I0519 SCAFFOLD ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ I0125 SCHOLASTIC II ECOWORX® TILE MODULAR CARPET TILE SY 33.43$ 38%20.74$ $ 4.15 1.66$ 26.55$ I0494 SEVILLE ECOWORX® TILE MODULAR CARPET TILE SY 58.14$ 41%34.02$ $ 6.80 1.66$ 42.48$ I0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 41%29.63$ $ 5.93 1.66$ 37.21$ I0356 SIGN OFF ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ I0461 SKILL STRATAWORX® TILE MODULAR CARPET TILE SY 23.31$ 44%13.04$ $ 2.61 1.66$ 17.31$ I0467 SLOPE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ $ 3.97 1.66$ 25.47$ I0126 SOCRATES II-26 ECOWORX® TILE MODULAR CARPET TILE SY 38.40$ 37%24.00$ $ 4.80 1.66$ 30.46$ I0239 SPEAK IN COLOR ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.55$ $ 4.71 1.66$ 29.92$ I0240 SPEAK IN DESIGN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.63$ $ 4.73 1.66$ 30.02$ Z6373 SPLURGE ECOWORX® TILE MODULAR CARPET TILE SY 47.91$ 46%25.78$ $ 5.16 1.66$ 32.60$ Z6475 STUDIO ECOWORX® TILE MODULAR CARPET TILE SY 39.72$ 42%23.19$ $ 4.64 1.66$ 29.49$ I0516 SUBURBAN ABSTRACT STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ I0520 TRANSVERSE ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ I0290 THOUGHT ECOWORX® TILE MODULAR CARPET TILE SY 30.25$ 29%21.55$ $ 4.31 1.66$ 27.52$ I0096 TWEED ECOWORX® TILE MODULAR CARPET TILE SY 37.24$ 41%22.06$ $ 4.41 1.66$ 28.13$ I0395 URBAN GARDEN TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ I0493 VALENCIA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 44%34.02$ $ 6.80 1.66$ 42.48$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I0450 VAULT ECOWORX® TILE MODULAR CARPET TILE SY 38.68$ 40%23.08$ $ 4.62 1.66$ 29.35$ Z6451 VELVET ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.24$ $ 6.05 1.66$ 37.95$ I0301 VIM ECOWORX® TILE MODULAR CARPET TILE SY 31.90$ 40%19.13$ $ 3.83 1.66$ 24.61$ I0302 VIVID ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 34%21.23$ $ 4.25 1.66$ 27.13$ I0304 WALK RIGHT IN II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ $ 6.60 1.66$ 41.24$ I0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 40%24.95$ $ 4.99 1.66$ 31.60$ I0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 37.91$ 37%23.70$ $ 4.74 1.66$ 30.10$ I0280 YIELD ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ $ 4.33 1.66$ 27.65$ NSF 140 Platinum Products L0345 10K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ $ 4.74 1.66$ 30.10$ L0343 3K ECOWORX® TILE MODULAR CARPET TILE SY 42.83$ 45%23.70$ $ 4.74 1.66$ 30.10$ L0344 5K ECOWORX® TILE MODULAR CARPET TILE SY 41.60$ 43%23.70$ $ 4.74 1.66$ 30.10$ L0455 ABERDEEN ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ L0491 ACHIEVE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ L0404 AIRE 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ L0357 AIRE SKINNY ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ L0421 ALLOY SHIMMER ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 47%25.68$ $ 5.14 1.66$ 32.48$ L0394 APERTURE ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 38%31.19$ $ 6.24 1.66$ 39.08$ L0505 ARTCLOTH ECOWORX® TILE MODULAR CARPET TILE SY 45.83$ 44%25.52$ $ 5.10 1.66$ 32.28$ L0358 AURA ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ L0469 BACKLIT 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ L0468 BACKLIT 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ L0492 BARCELONA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 47%32.06$ $ 6.41 1.66$ 40.13$ L0166 BIG SPLASH! ECOWORX® TILE MODULAR CARPET TILE SY 45.10$ 43%25.87$ $ 5.17 1.66$ 32.71$ L6452 CASHMERE ECOWORX® TILE MODULAR CARPET TILE SY 53.70$ 43%30.72$ $ 6.14 1.66$ 38.53$ L0285 CITY FLORA ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.28$ $ 4.86 1.66$ 30.79$ L0284 CLEAN LINES ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.51$ $ 4.90 1.66$ 31.07$ L0447 COLOR BLOCK 12" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ L0382 COLOR BLOCK 24" x 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ L0204 COLOR CHOICE ECOWORX® TILE MODULAR CARPET TILE SY 51.89$ 47%27.55$ $ 5.51 1.66$ 34.72$ L0374 COLOR CHOICE FACET ECOWORX® TILE MODULAR CARPET TILE SY 58.60$ 39%35.55$ $ 7.11 1.66$ 44.32$ L0471 COLOR FILTER ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 46%27.22$ $ 5.44 1.66$ 34.32$ L0448 COLOR POP 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 34.32$ 33%23.08$ $ 4.62 1.66$ 29.35$ L0381 COLOR POP 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ PL110 COLOR YOUR WORLD ECOWORX® TILE MODULAR CARPET TILE SY 37.36$ 39%22.60$ $ 4.52 1.66$ 28.78$ L0283 COOL RAIN ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.32$ $ 4.86 1.66$ 30.85$ L0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ $ 5.24 1.66$ 33.09$ L0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 45%26.20$ $ 5.24 1.66$ 33.09$ L0428 CUBE & COLOUR FACET ECOWORX® TILE MODULAR CARPET TILE SY 55.39$ 44%31.19$ $ 6.24 1.66$ 39.08$ L0348 DART ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ $ 5.49 1.66$ 34.59$ L0119 DAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 48.73$ 46%26.23$ $ 5.25 1.66$ 33.14$ L0410 DECATHLON ECOWORX® TILE MODULAR CARPET TILE SY 37.63$ 40%22.45$ $ 4.49 1.66$ 28.60$ L0384 DISMANTLE ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ $ 5.17 1.66$ 32.68$ L0386 DISPLACE ECOWORX® TILE MODULAR CARPET TILE SY 37.35$ 40%22.45$ $ 4.49 1.66$ 28.60$ L0385 DISRUPT ECOWORX® TILE MODULAR CARPET TILE SY 48.47$ 47%25.85$ $ 5.17 1.66$ 32.68$ L0355 DOWNLOAD ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ L6473 DWELL ECOWORX® TILE MODULAR CARPET TILE SY 40.48$ 42%23.68$ $ 4.74 1.66$ 30.07$ L0286 EARTHEN WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 42.13$ 42%24.23$ $ 4.85 1.66$ 30.74$ L0515 EASTERN FAÇADE STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ L0227 EASY ON THE EYES ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 30%20.93$ $ 4.19 1.66$ 26.77$ L0517 EDGELAND STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ L0456 EDINBURGH ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ L0342 ENFLECTION ECOWORX® TILE MODULAR CARPET TILE SY 57.92$ 43%33.06$ $ 6.61 1.66$ 41.33$ L0340 ENFORM ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ $ 6.11 1.66$ 38.33$ L0306 ENTRY POINT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ L0341 ENVERSE ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 38%30.56$ $ 6.11 1.66$ 38.33$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 L0512 ETCHED ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ $ 6.05 1.66$ 37.95$ L0359 ETHEREAL ECOWORX® TILE MODULAR CARPET TILE SY 40.38$ 41%23.70$ $ 4.74 1.66$ 30.10$ L6406 EXHILARATION ECOWORX® TILE MODULAR CARPET TILE SY 43.65$ 43%24.90$ $ 4.98 1.66$ 31.54$ L0291 EXPERIENCE ECOWORX® TILE MODULAR CARPET TILE SY 29.95$ 28%21.56$ $ 4.31 1.66$ 27.54$ L0371 FABRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ L0279 FLEX ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ $ 4.33 1.66$ 27.65$ L0349 FLUTTER ECOWORX® TILE MODULAR CARPET TILE SY 45.36$ 40%27.44$ $ 5.49 1.66$ 34.59$ L0518 FORMWORK ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ L0380 FUTURA ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 38%18.65$ $ 3.73 1.66$ 24.04$ L0373 GEOMETRIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ L0506 GLOBAL HAND ECOWORX® TILE MODULAR CARPET TILE SY 45.83$ 44%25.52$ $ 5.10 1.66$ 32.28$ L0353 HOMEROOM V 3.0 ECOWORX® TILE MODULAR CARPET TILE SY 35.18$ 36%22.61$ $ 4.52 1.66$ 28.80$ L0350 IN FLIGHT ECOWORX® TILE MODULAR CARPET TILE SY 46.53$ 40%28.07$ $ 5.61 1.66$ 35.34$ L6374 INDULGENCE ECOWORX® TILE MODULAR CARPET TILE SY 45.31$ 44%25.43$ $ 5.09 1.66$ 32.18$ L6474 INTRINSIC ECOWORX® TILE MODULAR CARPET TILE SY 36.35$ 37%22.89$ $ 4.58 1.66$ 29.13$ L0457 INVERNESS ECOWORX® TILE MODULAR CARPET TILE SY 49.06$ 47%25.80$ $ 5.16 1.66$ 32.62$ L0397 LEAFLET ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ L0383 LINEA 2 ECOWORX® TILE MODULAR CARPET TILE SY 32.81$ 34%21.52$ $ 4.30 1.66$ 27.48$ L6476 LIQUID ECOWORX® TILE MODULAR CARPET TILE SY 40.49$ 41%23.85$ $ 4.77 1.66$ 30.28$ L6477 LOFT ECOWORX® TILE MODULAR CARPET TILE SY 39.67$ 39%24.36$ $ 4.87 1.66$ 30.89$ L0354 LOG IN ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ L0507 MICRO-WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 45.83$ 44%25.52$ $ 5.10 1.66$ 32.28$ L6454 MOHAIR ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.32$ $ 6.06 1.66$ 38.04$ L0226 MOVING ON UP ECOWORX® TILE MODULAR CARPET TILE SY 29.78$ 27%21.63$ $ 4.33 1.66$ 27.62$ L0470 NOCTURNE ECOWORX® TILE MODULAR CARPET TILE SY 52.86$ 51%25.97$ $ 5.19 1.66$ 32.82$ L0305 ON THE RIGHT FOOT ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 38%34.03$ $ 6.81 1.66$ 42.49$ L0372 OPTIX FACET ECOWORX® TILE MODULAR CARPET TILE SY 57.24$ 42%33.06$ $ 6.61 1.66$ 41.33$ L0379 ORBITAL ECOWORX® TILE MODULAR CARPET TILE SY 30.15$ 42%17.52$ $ 3.50 1.66$ 22.69$ L0316 PASEO ECOWORX® TILE MODULAR CARPET TILE SY 65.44$ 38%40.66$ $ 8.13 1.66$ 50.45$ L0511 PATINA ECOWORX® TILE MODULAR CARPET TILE SY 55.89$ 46%30.24$ $ 6.05 1.66$ 37.95$ L6453 PLUSH LINEN ECOWORX® TILE MODULAR CARPET TILE SY 53.83$ 44%29.95$ $ 5.99 1.66$ 37.60$ L0490 POSSIBLE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ L0317 PRADO ECOWORX® TILE MODULAR CARPET TILE SY 64.77$ 35%42.41$ $ 8.48 1.66$ 52.55$ L0396 PROSE ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ L0118 RAZZLE ECOWORX® TILE MODULAR CARPET TILE SY 45.03$ 43%25.59$ $ 5.12 1.66$ 32.37$ L0514 REACT ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ $ 4.97 1.66$ 31.47$ L0489 REALIZE ECOWORX® TILE MODULAR CARPET TILE SY 37.17$ 44%20.70$ $ 4.14 1.66$ 26.49$ L0513 RELIC ECOWORX® TILE MODULAR CARPET TILE SY 48.87$ 49%24.84$ $ 4.97 1.66$ 31.47$ L0465 RISE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ $ 3.97 1.66$ 25.47$ L0466 RUN ECOWORX® TILE MODULAR CARPET TILE SY 37.27$ 47%19.85$ $ 3.97 1.66$ 25.47$ L0519 SCAFFOLD ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ L0125 SCHOLASTIC II ECOWORX® TILE MODULAR CARPET TILE SY 33.43$ 38%20.74$ $ 4.15 1.66$ 26.55$ L0494 SEVILLE ECOWORX® TILE MODULAR CARPET TILE SY 58.14$ 41%34.02$ $ 6.80 1.66$ 42.48$ L0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 50.33$ 41%29.63$ $ 5.93 1.66$ 37.21$ L0356 SIGN OFF ECOWORX® TILE MODULAR CARPET TILE SY 32.91$ 37%20.58$ $ 4.12 1.66$ 26.36$ L0467 SLOPE ECOWORX® TILE MODULAR CARPET TILE SY 36.90$ 46%19.85$ $ 3.97 1.66$ 25.47$ L0126 SOCRATES II ECOWORX® TILE MODULAR CARPET TILE SY 38.40$ 37%24.00$ $ 4.80 1.66$ 30.46$ L0239 SPEAK IN COLOR ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.55$ $ 4.71 1.66$ 29.92$ L0240 SPEAK IN DESIGN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 35%23.63$ $ 4.73 1.66$ 30.02$ L6373 SPLURGE ECOWORX® TILE MODULAR CARPET TILE SY 47.91$ 46%25.78$ $ 5.16 1.66$ 32.60$ L6475 STUDIO ECOWORX® TILE MODULAR CARPET TILE SY 39.72$ 42%23.19$ $ 4.64 1.66$ 29.49$ L0516 SUBURBAN ABSTRACT STRATAWORX® TILE MODULAR CARPET TILE SY 30.24$ 47%15.92$ $ 3.18 1.66$ 20.76$ L0290 THOUGHT ECOWORX® TILE MODULAR CARPET TILE SY 30.25$ 29%21.55$ $ 4.31 1.66$ 27.52$ L0520 TRANSVERSE ECOWORX® TILE MODULAR CARPET TILE SY 34.38$ 47%18.12$ $ 3.62 1.66$ 23.40$ L0096 TWEED ECOWORX® TILE MODULAR CARPET TILE SY 37.24$ 41%22.06$ $ 4.41 1.66$ 28.13$ L0395 URBAN GARDEN TILE MODULAR CARPET TILE SY 47.80$ 40%28.69$ $ 5.74 1.66$ 36.09$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 L0493 VALENCIA ECOWORX® TILE MODULAR CARPET TILE SY 61.05$ 50%30.42$ $ 6.08 1.66$ 38.16$ L0450 VAULT ECOWORX® TILE MODULAR CARPET TILE SY 38.68$ 40%23.08$ $ 4.62 1.66$ 29.35$ L6451 VELVET ECOWORX® TILE MODULAR CARPET TILE SY 53.82$ 44%30.24$ $ 6.05 1.66$ 37.95$ L0301 VIM ECOWORX® TILE MODULAR CARPET TILE SY 31.90$ 40%19.13$ $ 3.83 1.66$ 24.61$ L0302 VIVID ECOWORX® TILE MODULAR CARPET TILE SY 32.22$ 34%21.23$ $ 4.25 1.66$ 27.13$ L0304 WALK RIGHT IN II ECOWORX® TILE MODULAR CARPET TILE SY 55.19$ 40%32.99$ $ 6.60 1.66$ 41.24$ L0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE MODULAR CARPET TILE SY 41.56$ 40%24.95$ $ 4.99 1.66$ 31.60$ L0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE MODULAR CARPET TILE SY 37.91$ 37%23.70$ $ 4.74 1.66$ 30.10$ L0280 YIELD ECOWORX® TILE ECOWORX® TILE MODULAR CARPET TILE SY 33.86$ 36%21.66$ $ 4.33 1.66$ 27.65$ RESILIENT I424V ADESA MODULAR RESILIENT SF 6.60$ 57%2.87$ $ 0.57 0.43$ 3.87$ I346V ADMIX 12" X 12"MODULAR RESILIENT SF 9.45$ 39%5.79$ $ 1.16 0.43$ 7.37$ I508V ADMIX 18" X 36"MODULAR RESILIENT SF 11.00$ 45%6.03$ $ 1.21 0.43$ 7.67$ I347V ADMIX 36" X 36"MODULAR RESILIENT SF 12.00$ 44%6.71$ $ 1.34 0.43$ 8.48$ I429V ADMIX ENCORE GLOSS MODULAR RESILIENT SF 11.00$ 49%5.66$ $ 1.13 0.43$ 7.22$ I452V ADMIX ENCORE MATTE MODULAR RESILIENT SF 11.00$ 49%5.66$ $ 1.13 0.43$ 7.22$ I450V ADMIX MATTE 12" X 12"MODULAR RESILIENT SF 11.00$ 46%5.94$ $ 1.19 0.43$ 7.56$ I451V ADMIX MATTE 36" X 36"MODULAR RESILIENT SF 12.00$ 47%6.37$ $ 1.27 0.43$ 8.08$ S167V ADMIX WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (500 LF)200.00$ 37%126.00$ $ 25.20 0.91$ 152.11$ I333V AGGREGATE MODULAR RESILIENT SF 4.20$ 39%2.56$ $ 0.51 0.43$ 3.51$ I318V ARBOR CREST MODULAR RESILIENT SF 5.67$ 46%3.05$ $ 0.61 0.43$ 4.09$ I208V BOUNCE BACK SHEET RESILIENT SY 54.73$ 39%33.50$ $ 6.70 0.91$ 41.10$ S126V BOUNCE BACK WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)119.60$ 40%71.36$ $ 14.27 0.91$ 86.54$ S101V BROOKWOOD WELD ROD ACCESSORIES - SHEET RESILIENT ROLL (180 LF)74.20$ 44%41.60$ $ 8.32 0.91$ 50.83$ I319V BROOKWOOD+SHEET RESILIENT SY 46.35$ 42%27.10$ $ 5.42 0.91$ 33.43$ I313V CHARTED MODULAR RESILIENT SF 4.00$ 42%2.31$ $ 0.46 0.43$ 3.20$ I600V CLICK REFRESH MODULAR RESILIENT SF 6.74$ 51%3.33$ $ 0.67 0.43$ 4.43$ I426V CMYK SHEET RESILIENT SY 4.00$ 46%2.16$ $ 0.43 0.91$ 3.51$ I476V CREATIVE CODE MODULAR RESILIENT SF 4.00$ 46%2.17$ $ 0.43 0.43$ 3.03$ I440V CROSSOVER CLICK SHEET RESILIENT SY 6.42$ 50%3.21$ $ 0.64 0.91$ 4.76$ I439V CROSSOVER LOOSE LAY SHEET RESILIENT SY 5.00$ 45%2.77$ $ 0.55 0.91$ 4.24$ I334V DISSIPATE MODULAR RESILIENT SF 4.20$ 39%2.56$ $ 0.51 0.43$ 3.51$ I423V EMERY MODULAR RESILIENT SF 6.86$ 57%2.98$ $ 0.60 0.43$ 4.01$ I447V ENRICH PLANK MODULAR RESILIENT SF 8.00$ 47%4.22$ $ 0.84 0.43$ 5.49$ I448V ENRICH SHEET SHEET RESILIENT SY 64.00$ 45%35.45$ $ 7.09 0.91$ 43.45$ I500V FORGE AHEAD SHEET RESILIENT SY 50.42$ 46%27.44$ $ 5.49 0.91$ 33.84$ S122V GROUNDWORKS ACCESSORIES - SHEET RESILIENT ROLL (100 SF)75.00$ 9%68.24$ $ 13.65 0.91$ 82.79$ I200V HIGHLAND FOREST MODULAR RESILIENT SF 4.78$ 44%2.68$ $ 0.54 0.43$ 3.65$ I800V HIGHLAND FOREST 6"MODULAR RESILIENT SF 4.78$ 44%2.68$ $ 0.54 0.43$ 3.65$ I422V HOLISTIC SHEET SHEET RESILIENT SY 43.26$ 47%23.04$ $ 4.61 0.91$ 28.56$ S109V HUSH II ACCESSORIES - SHEET RESILIENT ROLL (280 SF)319.88$ 27%232.85$ $ 46.57 0.91$ 280.33$ I404V IVY WALK SHEET RESILIENT SY 45.32$ 46%24.51$ $ 4.90 0.91$ 30.32$ I311V LETTERPRESS MODULAR RESILIENT SF 4.00$ 42%2.31$ $ 0.46 0.43$ 3.20$ I446V MEANING MODULAR RESILIENT SF 8.00$ 47%4.22$ $ 0.84 0.43$ 5.49$ I315V METALLIX (FACET)MODULAR RESILIENT SF 8.40$ 43%4.82$ $ 0.96 0.43$ 6.21$ I314V METALLIX (RECTANGLE)MODULAR RESILIENT SF 8.40$ 43%4.82$ $ 0.96 0.43$ 6.21$ I337V METALLIX 9" X 36"MODULAR RESILIENT SF 8.40$ 44%4.72$ $ 0.94 0.43$ 6.10$ I478V MOLTEN MODULAR RESILIENT SF 6.00$ 52%2.91$ $ 0.58 0.43$ 3.92$ I463V MONOCHROME GLOSS MODULAR RESILIENT SF 5.00$ 45%2.75$ $ 0.55 0.43$ 3.73$ I462V MONOCHROME MATTE MODULAR RESILIENT SF 5.00$ 45%2.75$ $ 0.55 0.43$ 3.73$ I206V NORTH RIDGE 4"MODULAR RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ I207V NORTH RIDGE 6"MODULAR RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ I320V ORGANIC HUE SHEET RESILIENT SY 51.50$ 46%27.81$ $ 5.56 0.91$ 34.28$ I479V OXIDIZED MODULAR RESILIENT SF 6.00$ 52%2.91$ $ 0.58 0.43$ 3.92$ I417V REMOVE MODULAR RESILIENT SF 5.00$ 45%2.77$ $ 0.55 0.43$ 3.76$ I466V SPLITWOOD MODULAR RESILIENT SF 6.00$ 52%2.91$ $ 0.58 0.43$ 3.92$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 I700V STRATIFIED MODULAR RESILIENT SF 4.63$ 42%2.68$ $ 0.54 0.43$ 3.65$ I322V STRATIFIED+ 12" X 24"MODULAR RESILIENT SF 5.00$ 48%2.61$ $ 0.52 0.43$ 3.56$ I321V STRATIFIED+ 6" X 24"MODULAR RESILIENT SF 5.00$ 45%2.76$ $ 0.55 0.43$ 3.74$ I464V SURFACE TONE MODULAR RESILIENT SF 5.00$ 45%2.75$ $ 0.55 0.43$ 3.73$ I323V TIMBER GROVE 12 MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ I325V TIMBER GROVE 20 MODULAR RESILIENT SF 5.50$ 52%2.66$ $ 0.53 0.43$ 3.62$ I342V TIMBER GROVE 8 MODULAR RESILIENT SF 2.09$ 45%1.16$ $ 0.23 0.43$ 1.82$ I420V TIMBER GROVE II MODULAR RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ I421V TIMBER GROVE II 20 MIL MODULAR RESILIENT SF 5.50$ 59%2.24$ $ 0.45 0.43$ 3.11$ I465V TIMBER GROVE II WPC 20 MODULAR RESILIENT SF 6.00$ 50%3.02$ $ 0.60 0.43$ 4.05$ I438V TIMBERGROVE II 30 MIL MODULAR RESILIENT SF 5.10$ 47%2.70$ $ 0.54 0.43$ 3.67$ I312V TYPEFACE MODULAR RESILIENT SF 4.00$ 42%2.31$ $ 0.46 0.43$ 3.20$ I405V VININGS MODULAR RESILIENT SF 5.00$ 50%2.51$ $ 0.50 0.43$ 3.44$ I418V WITHDRAW MODULAR RESILIENT SF 5.00$ 45%2.77$ $ 0.55 0.43$ 3.76$ I316V WOOD PLANX MODULAR RESILIENT SF 8.40$ 43%4.82$ $ 0.96 0.43$ 6.21$ I336V WOOD PLANX 9" X 36"MODULAR RESILIENT SF 8.57$ 45%4.72$ $ 0.94 0.43$ 6.10$ I300V WOODLAND VIEW MODULAR RESILIENT SF 2.86$ 44%1.61$ $ 0.32 0.43$ 2.36$ ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1000D)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 15%39.95$ $ 7.99 47.94$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 1036D)ADHESIVE - BROADLOOM 4 GAL PAIL 56.72$ 11%50.24$ $ 10.05 60.29$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1200D)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 25%35.34$ $ 7.07 42.41$ 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE I0433)(BROADLOOM 3800D)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 58.33$ 11%51.64$ $ 10.33 61.97$ S168V 4" X 120' TOELESS BASE RESILIENT ADHESIVE - RESILIENT ROLL 160.80$ 40%96.12$ $ 19.22 115.34$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT S127V)ADHESIVE - RESILIENT ROLL (120 LF)160.80$ 39%97.97$ $ 19.59 117.56$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000D)ADHESIVE - BROADLOOM 4 GAL PAIL 13.04$ 12%11.48$ $ 2.30 13.78$ S105V 4100 - RESILIENT 1 GALLON ADHESIVE (ROLLS S106V)ADHESIVE - RESILIENT 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S102V)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S103V)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ 341VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150D)(TILE 9150V)ADHESIVE - BROADLOOM/TILE 4 GAL PAIL 214.94$ 19%173.18$ $ 34.64 207.81$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE 5000P)ADHESIVE - TILE 4 GAL PAIL 94.22$ 13%81.54$ $ 16.31 97.85$ 5001P 5001 - TILE STANDARD ADHESIVE TILE 1 GAL PAIL 26.73$ 12%23.50$ $ 4.70 28.21$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE 5036P)ADHESIVE - TILE 4 GAL PAIL 99.68$ 9%90.88$ $ 18.18 109.05$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE 5100P)ADHESIVE - TILE 1 GAL PAIL 94.22$ 16%79.54$ $ 15.91 95.45$ G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM 6200D)ADHESIVE - BROADLOOM 4 GAL PAIL 110.11$ 14%94.51$ $ 18.90 113.42$ G620U 6200 - ADHESIVE DETACKIFIER (TILE 620DU)ADHESIVE - TILE PAIL 110.11$ 13%95.58$ $ 19.12 114.69$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300D)ADHESIVE - BROADLOOM 8 OZ BOTTLE 8.08$ 15%6.84$ $ 1.37 8.21$ 9000D 9000 - BARRIER COAT 2.5 GAL ADHESIVE - BROADLOOM 2.5 GAL PAIL 236.37$ 11%210.87$ $ 42.17 253.04$ 900DU 9000 - BARRIER COAT UNITS ADHESIVE - BROADLOOM PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ G9050 9050 - FLOOR PRIMER - (RESILIENT S125V)(BROADLOOM 9050D)ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ G905U 9050 - RESILIENT FLOOR PRIMER (TILE 905DU)(RESILIENT S125U)ADHESIVE - TILE/RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT S124V)ADHESIVE - RESILIENT 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVDES)ADHESIVE - BROADLOOM ROLL (55.5 SY)409.08$ 15%346.08$ $ 69.22 415.30$ AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVDEU)ADHESIVE - TILE ROLL 409.08$ 15%346.08$ $ 69.22 415.30$ 114PM ADMIX 1 GALLON DEEP SCRUB CLEANER (RESALE)RESILIENT EA $ 110.02 18% $ 90.61 $ 18.12 $ 108.73 117PM ADMIX 1 GALLON GLOSS SURFACE TREATMENT (RESALE)RESILIENT EA $ 85.42 18% $ 70.34 $ 14.07 $ 84.41 115PM ADMIX 1 QUART DEEP SCRUB CLEANER (RESALE)RESILIENT EA $ 34.49 18% $ 28.41 $ 5.68 $ 34.09 118PM ADMIX 1 QUART GLOSS FINISH (RESALE)RESILIENT EA $ 28.75 18% $ 23.67 $ 4.73 $ 28.40 S207V ADMIX 20" MAROON DEEP SCRUB PAD (RESALE)RESILIENT Box $ 24.26 18% $ 19.98 $ 4.00 $ 23.98 S148V ANTI-SLIP TAPE HC SUNDRIES ROLL (82FT)369.23$ 252.00$ $ 50.40 302.40$ S200V BABY THRESHOLD EMERY RESILIENT EA 45.50$ 39%27.83$ $ 5.57 33.39$ S270V BIO-BASED WELD ROD RESILIENT Roll $ 135.00 45% $ 73.90 $ 14.78 $ 88.68 306VS CADBERRY 4"W X 120'L COVE BASE ROLL RESILIENT ROLL 160.80$ 39%97.97$ $ 19.59 117.56$ S158V CAPRAIL 1.75"RESILIENT BOX 132.30$ 12%116.42$ $ 23.28 139.71$ 2U983 CARPET REDUCER 5/16" (RESILIENT S137V)RESILIENT BOX (3/BOX)117.00$ 39%71.07$ $ 14.21 85.28$ LOK4T CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE TILE ROLL 225.00$ 15%190.58$ $ 38.12 228.69$ S157V CAVETTO 6"RESILIENT BOX 152.15$ 12%133.89$ $ 26.78 160.67$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 2U376 COVE TUBE ADHESIVE (RESILIENT S132V)RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ $ 16.33 97.98$ I0446 CUSHIONWORX 2MM ADHESIVE - TILE ROLL 231.00$ 5%218.30$ $ 43.66 261.95$ I0432 CUSHIONWORX 3MM ADHESIVE - BROADLOOM SY 415.23$ 5%395.46$ $ 79.09 474.55$ S156V CYMA 4.5"RESILIENT BOX 132.30$ 12%116.42$ $ 23.28 139.71$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600D)ADHESIVE - BROADLOOM 4 GAL PAIL 61.26$ 15%52.01$ $ 10.40 62.41$ S159V FASCIA 8"RESILIENT BOX 104.74$ 12%92.17$ $ 18.43 110.60$ S201V FLUSH STAIRNOSE EMERY RESILIENT EA 54.25$ 39%33.08$ $ 6.62 39.69$ S144V LANDING TILE HC SUNDRIES CARTON (20 UNITS) 423.08$ 288.75$ $ 57.75 346.50$ LOKDA LOKDOT APPLICATOR (TILE 03LDA)ADHESIVE - TILE EA 82.10$ 16%69.30$ $ 13.86 83.16$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 03LDR)ADHESIVE - TILE SLEEVE (250 SY)375.00$ 8%346.50$ $ 69.30 415.80$ LWRX2 LOKWORX BOX ADHESIVE - TILE EA 213.96$ 19%172.39$ $ 34.48 206.87$ S147V MARKING TAPE-S HC SUNDRIES ROLL (82 FT)369.23$ 252.00$ $ 50.40 302.40$ S131V MM800 RESILIENT 4 GAL PAIL 160.00$ 43%91.25$ $ 18.25 109.49$ 9125D MOISTURETEK (RESILIENT 9125D)ADHESIVE - BROADLOOM KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 9125V MOISTURETEK MOISTURE VAPOR BARRIER TILE KIT 887.18$ 19%714.79$ $ 142.96 857.75$ S202V OVERLAP REDUCER EMERY RESILIENT EA 45.50$ 39%27.83$ $ 5.57 33.39$ 8U124 PINLESS METAL TRACK (RESILIENT S139V)RESILIENT BOX (3/BOX)96.00$ 40%57.91$ $ 11.58 69.49$ S160V QUARTER ROUND RESILIENT BOX 132.30$ 12%116.42$ $ 23.28 139.70$ S204V QUARTER ROUND EMERY RESILIENT EA 45.50$ 39%27.83$ $ 5.57 33.39$ 2U982 RESILIENT CARPET REDUCER (RESILIENT S136V)RESILIENT BOX (3/BOX)126.00$ 39%76.77$ $ 15.35 92.13$ S104V RESILIENT SEAM SEALER ADHESIVE - RESILIENT KIT (47 LF)5.88$ 51%2.89$ $ 0.58 3.47$ S143V RUBBER TREAD HC SUNDRIES 4' TREAD 131.65$ 35%86.10$ $ 17.22 103.32$ S123V SHAW 200 - RESILIENT 4 GALLON ADHESIVE - RESILIENT 4 GAL PAIL 115.50$ 8%106.26$ $ 21.25 127.51$ S171V SHAW MS RESILIENT ADHESIVE - RESILIENT 2 GALLON PAIL 180.60$ 47%95.55$ $ 19.11 114.66$ S107V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ S108V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ 2U995 SLOT 4.5" (RESILIENT S155V)RESILIENT BOX 115.76$ 12%102.36$ $ 20.47 122.83$ 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT S141V)RESILIENT BOX (3/BOX)88.00$ 39%53.52$ $ 10.70 64.23$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT S142V)RESILIENT BOX (3/BOX)103.00$ 40%62.29$ $ 12.46 74.75$ 2U994 STRAIGHT 4.5" (RESILIENT S154V)RESILIENT BOX 115.76$ 12%102.36$ $ 20.47 122.83$ S145V STRINGER/RISER HC SUNDRIES ROLL (20 FT)207.69$ 141.75$ $ 28.35 170.10$ S146V STRIPED TAPE HC SUNDRIES ROLL (50 FT)500.00$ 341.25$ $ 68.25 409.50$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT S140V)RESILIENT BOX (3/BOX)112.00$ 39%67.99$ $ 13.60 81.59$ S203V T-MOLDING EMERY RESILIENT EA 45.50$ 39%27.83$ $ 5.57 33.39$ VS176 TRANSITION TAPE (RESILIENT S138V)RESILIENT ROLL (25 FT)16.00$ 41%9.45$ $ 1.89 11.34$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S112V)TILE ROLL 897.50$ 12%786.56$ $ 157.31 943.87$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S113V)TILE ROLL 2,556.25$ 12%2,252.25$ $ 450.45 2,702.70$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S114V)TILE ROLL $ 71.25 12% $ 62.37 $ 12.47 $ 74.84 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S115V)TILE ROLL $ 88.75 13% $ 77.39 $ 15.48 $ 92.86 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S116V)TILE ROLL $ 86.25 13% $ 75.08 $ 15.02 $ 90.09 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT S133V)ADHESIVE - RESILIENT 1 GAL PAIL 42.00$ 39%25.59$ $ 5.12 30.71$ HARD SURFACE 143PM 705 DUSTLESS PROSET PLUS (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 16.07$ 22%12.51$ $ 2.50 0.91$ 15.92$ 144PM 705 DUSTLESS PROSET PLUS (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 18.03$ 22%14.03$ $ 2.81 0.91$ 17.75$ 147PM 720 DUSTLESS MARBLEPRO (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 17.75$ 22%13.81$ $ 2.76 0.91$ 17.48$ 148PM 720 DUSTLESS MARBLEPRO (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 20.36$ 22%15.84$ $ 3.17 0.91$ 19.92$ 106PM 735 PREMIUMFLEX (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 23.43$ 22%18.24$ $ 3.65 0.91$ 22.80$ 124PM 735 PREMIUMFLEX (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 27.23$ 22%21.19$ $ 4.24 0.91$ 26.34$ 125PM 855 XXL THIN SET (GRAY)ACCESSORIES - ENGINEERED HARDWOOD EA 35.53$ 22%27.66$ $ 5.53 0.91$ 34.10$ 126PM 855 XXL THIN SET (WHITE)ACCESSORIES - ENGINEERED HARDWOOD EA 39.51$ 22%30.76$ $ 6.15 0.91$ 37.82$ 129PM ADDITIONAL FABRIC 8" X 165'ACCESSORIES - ENGINEERED HARDWOOD ROLL 59.56$ 22%46.36$ $ 9.27 0.91$ 56.54$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 9100P ADVANCE SKIM COAT REPAIR PATCH/FEATHER FINISH ACCESSORIES - ENGINEERED HARDWOOD EA 21.87$ 22%17.02$ $ 3.40 0.91$ 21.33$ 142PM AGGREGATE - PRO EPOXY PART C ACCESSORIES - ENGINEERED HARDWOOD BOX 29.78$ 22%23.18$ $ 4.64 0.91$ 28.73$ P113V BAKED LINEN 1" X 6" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 11.58$ 22%9.01$ $ 1.80 0.91$ 11.72$ P111V BAKED LINEN 12" X 24"ENGINEERED HARDWOOD SF 3.00$ 22%2.34$ $ 0.47 0.43$ 3.24$ P112V BAKED LINEN 2" MOSAIC ENGINEERED HARDWOOD SF 10.26$ 22%7.99$ $ 1.60 0.43$ 10.02$ P115V BAKED LINEN 3" X 12" BN ENGINEERED HARDWOOD SF 2.87$ 22%2.23$ $ 0.45 0.43$ 3.11$ P116V BAKED LINEN 6" X 12" COVE BASE ACCESSORIES - ENGINEERED HARDWOOD EA 15.34$ 22%11.94$ $ 2.39 0.91$ 15.24$ P146V BISCAYNE 12" X 24"ENGINEERED HARDWOOD SF 1.39$ 22%1.08$ $ 0.22 0.43$ 1.73$ P144V BISCAYNE 13"ENGINEERED HARDWOOD SF 1.07$ 22%0.83$ $ 0.17 0.43$ 1.43$ P145V BISCAYNE 17"ENGINEERED HARDWOOD SF 1.25$ 22%0.97$ $ 0.19 0.43$ 1.59$ P148V BISCAYNE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 8.58$ 22%6.68$ $ 1.34 0.91$ 8.93$ P147V BISCAYNE 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.48$ 22%1.93$ $ 0.39 0.91$ 3.23$ 127PM BURST - EXCELLERATOR ACCESSORIES - ENGINEERED HARDWOOD EA 11.14$ 22%8.67$ $ 1.73 0.91$ 11.31$ P087V CANYON RIVER 12" X 24"ENGINEERED HARDWOOD SF 2.09$ 22%1.63$ $ 0.33 0.43$ 2.39$ P088V CANYON RIVER 12" X 24" POLISHED ENGINEERED HARDWOOD SF 2.66$ 22%2.07$ $ 0.41 0.43$ 2.91$ P091V CANYON RIVER 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.83$ 22%8.43$ $ 1.69 0.91$ 11.03$ P089V CANYON RIVER 3" X 12" BN ACCESSORIES - ENGINEERED HARDWOOD EA 3.07$ 22%2.39$ $ 0.48 0.91$ 3.78$ P090V CANYON RIVER POLISHED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.71$ 22%2.89$ $ 0.58 0.91$ 4.38$ P007V CEMENTED 12" X 24"ENGINEERED HARDWOOD SF 2.16$ 22%1.68$ $ 0.34 0.43$ 2.45$ P006V CEMENTED 13"ENGINEERED HARDWOOD SF 1.91$ 22%1.49$ $ 0.30 0.43$ 2.22$ P008V CEMENTED 18"ENGINEERED HARDWOOD SF 1.98$ 22%1.54$ $ 0.31 0.43$ 2.28$ P011V CEMENTED 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.67$ 22%7.53$ $ 1.51 0.91$ 9.95$ P010V CEMENTED 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.80$ 22%2.18$ $ 0.44 0.91$ 3.53$ P061V CHARRED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.50$ 22%1.95$ $ 0.39 0.43$ 2.77$ P062V CHARRED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 2.84$ 22%2.21$ $ 0.44 0.43$ 3.08$ P063V CHARRED HICKORY BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.28$ 22%4.89$ $ 0.98 0.91$ 6.78$ P064V CHARRED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.85$ 22%8.45$ $ 1.69 0.91$ 11.05$ P079V COASTAL PLANK 6" X 24"ENGINEERED HARDWOOD SF 2.75$ 22%2.14$ $ 0.43 0.43$ 3.00$ P080V COASTAL PLANK 8" X 32"ENGINEERED HARDWOOD SF 3.07$ 22%2.39$ $ 0.48 0.43$ 3.30$ P081V COASTAL PLANK BN 3" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 6.07$ 22%4.73$ $ 0.95 0.91$ 6.59$ P082V COASTAL PLANK MOSAIC ENGINEERED HARDWOOD SF 17.43$ 22%13.57$ $ 2.71 0.43$ 16.71$ P155V COLONIAL 12" X 24"ENGINEERED HARDWOOD SF 3.00$ 22%2.34$ $ 0.47 0.43$ 3.24$ P156V COLONIAL 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.94$ 22%2.28$ $ 0.46 0.91$ 3.65$ P158V COLONIAL 4" X 12"ENGINEERED HARDWOOD SF 5.92$ 22%4.60$ $ 0.92 0.43$ 5.95$ P159V COLONIAL 4" X 12" WALL BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.21$ 22%3.28$ $ 0.66 0.91$ 4.85$ 139PM COLORED CAULK-SANDED ACCESSORIES - ENGINEERED HARDWOOD EA 11.75$ 22%9.15$ $ 1.83 0.91$ 11.89$ 140PM COLORED CAULK-SMOOTH ACCESSORIES - ENGINEERED HARDWOOD EA 11.75$ 22%9.15$ $ 1.83 0.91$ 11.89$ P072V COOL SPRINGS 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.24$ 22%9.53$ $ 1.91 0.91$ 12.35$ P068V COOL SPRINGS 3" X 6"ENGINEERED HARDWOOD SF 16.15$ 22%12.57$ $ 2.51 0.43$ 15.51$ P071V COOL SPRINGS RANDOM LINEAR ACCESSORIES - ENGINEERED HARDWOOD EA 10.81$ 22%8.41$ $ 1.68 0.91$ 11.00$ P150V CORONADO 12" X 24"ENGINEERED HARDWOOD SF 1.48$ 22%1.15$ $ 0.23 0.43$ 1.81$ P151V CORONADO 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.18$ 22%0.92$ $ 0.18 0.91$ 2.01$ P149V CORONADO 17"ENGINEERED HARDWOOD SF 1.27$ 22%0.99$ $ 0.20 0.43$ 1.62$ P138V CORONADO 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 12.24$ 22%9.53$ $ 1.91 0.91$ 12.35$ P152V CORONADO 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.53$ 22%1.97$ $ 0.39 0.91$ 3.27$ 138PM DURA NON-SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 17.24$ 22%13.42$ $ 2.68 0.91$ 17.01$ 102PM DURA SANDED GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 19.13$ 22%14.89$ $ 2.98 0.91$ 18.78$ P165V EAST HAMPTON 12" X 24"ACCESSORIES - ENGINEERED HARDWOOD EA 2.02$ 22%1.58$ $ 0.32 0.91$ 2.81$ P166V EAST HAMPTON 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.77$ 22%1.38$ $ 0.28 0.91$ 2.57$ P167V EAST HAMPTON 18"ENGINEERED HARDWOOD SF 1.80$ 22%1.40$ $ 0.28 0.43$ 2.11$ P163V EAST HAMPTON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.35$ 22%7.28$ $ 1.46 0.91$ 9.65$ P164V EAST HAMPTON 3" X 13" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.71$ 22%2.11$ $ 0.42 0.91$ 3.44$ 9120P EXG INTERIOR/EXTERIOR CONCRETE REPAIR PATCH ACCESSORIES - ENGINEERED HARDWOOD EA 84.64$ 22%65.88$ $ 13.18 0.91$ 79.97$ 130PM FABRIC BASE ROLL 8" X 90'ACCESSORIES - ENGINEERED HARDWOOD ROLL 34.48$ 22%26.84$ $ 5.37 0.91$ 33.12$ 131PM FRACTURE GUARD ACCESSORIES - ENGINEERED HARDWOOD EA 125.39$ 22%97.60$ $ 19.52 0.91$ 118.03$ 149PM FRACTURE GUARD FD ACCESSORIES - ENGINEERED HARDWOOD EA 131.66$ 22%102.48$ $ 20.50 0.91$ 123.89$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 P065V HARSHAW 12" X 24"ENGINEERED HARDWOOD SF 3.09$ 22%2.41$ $ 0.48 0.43$ 3.32$ P067V HARSHAW 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.58$ 22%8.24$ $ 1.65 0.91$ 10.80$ P066V HARSHAW 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 3.00$ 22%2.34$ $ 0.47 0.91$ 3.72$ 128PM HYDRO GUARD - 1 GAL ACCESSORIES - ENGINEERED HARDWOOD EA 62.69$ 22%48.80$ $ 9.76 0.91$ 59.47$ 107PM HYDRO GUARD 3.5 GAL PAIL ACCESSORIES - ENGINEERED HARDWOOD EA 153.61$ 22%119.56$ $ 23.91 0.91$ 144.38$ P193V ILLUSION GLASS HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 16.77$ 22%13.05$ $ 2.61 0.91$ 16.57$ P194V ILLUSION GLASS LINEAR MOSAIC ENGINEERED HARDWOOD SF 17.38$ 22%13.53$ $ 2.71 0.43$ 16.67$ 137PM INTEGRA COLOR GROUT ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ $ 3.42 0.91$ 21.42$ P170V IRONSTONE 13"ACCESSORIES - ENGINEERED HARDWOOD EA 1.62$ 22%1.26$ $ 0.25 0.91$ 2.42$ P171V IRONSTONE 18"ENGINEERED HARDWOOD SF 1.80$ 22%1.40$ $ 0.28 0.43$ 2.11$ P169V IRONSTONE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.19$ 22%7.15$ $ 1.43 0.91$ 9.49$ P168V IRONSTONE 3X13 BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.68$ 22%2.09$ $ 0.42 0.91$ 3.42$ P106V MADISON 12" X 24"ENGINEERED HARDWOOD SF 3.03$ 22%2.36$ $ 0.47 0.43$ 3.26$ P109V MADISON 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.18$ 22%11.81$ $ 2.36 0.91$ 15.08$ P107V MADISON 3" X 12" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 2.96$ 22%2.30$ $ 0.46 0.91$ 3.67$ P108V MADISON RANDOM LINEAR MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 24.73$ 22%19.25$ $ 3.85 0.91$ 24.01$ S307V MOISTURESHIELD ACCESSORIES - ENGINEERED HARDWOOD EA 578.37$ 22%450.19$ $ 90.04 0.91$ 541.14$ 141PM PRO EPOXY PARTS A & B ADHESIVE - ENGINEERED HARDWOOD PAIL 59.56$ 22%46.36$ $ 9.27 0.91$ 56.54$ 133PM PROPATCH ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ $ 3.42 0.91$ 21.42$ 134PM PROPATCH XF ACCESSORIES - ENGINEERED HARDWOOD EA 25.08$ 22%19.52$ $ 3.90 0.91$ 24.33$ P077V SILK WALNUT 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.19$ 22%4.82$ $ 0.96 0.91$ 6.69$ P075V SILK WALNUT 6" X 24"ENGINEERED HARDWOOD SF 2.05$ 22%1.59$ $ 0.32 0.43$ 2.34$ P076V SILK WALNUT 6" X 36"ENGINEERED HARDWOOD SF 2.32$ 22%1.81$ $ 0.36 0.43$ 2.60$ P078V SILK WALNUT MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.31$ 22%8.02$ $ 1.60 0.91$ 10.53$ 136PM SLU PRIMER ACCESSORIES - ENGINEERED HARDWOOD EA 21.95$ 22%17.09$ $ 3.42 0.91$ 21.42$ P085V SPICED HICKORY 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.19$ 22%4.82$ $ 0.96 0.91$ 6.69$ P083V SPICED HICKORY 6" X 24"ENGINEERED HARDWOOD SF 2.50$ 22%1.95$ $ 0.39 0.43$ 2.77$ P084V SPICED HICKORY 6" X 36"ENGINEERED HARDWOOD SF 2.84$ 22%2.21$ $ 0.44 0.43$ 3.08$ P086V SPICED HICKORY MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.69$ 22%8.32$ $ 1.66 0.91$ 10.89$ P186V SPLENDID 12" X 24" MATTE ENGINEERED HARDWOOD SF 3.87$ 22%3.01$ $ 0.60 0.43$ 4.04$ P027V SPLENDID 12" X 24" POLISHED ENGINEERED HARDWOOD SF 3.66$ 22%2.85$ $ 0.57 0.43$ 3.85$ p187v SPLENDID 16" X 32" MATTE ENGINEERED HARDWOOD SF 4.73$ 22%3.68$ $ 0.74 0.43$ 4.85$ P188V SPLENDID 16" X 32" POLISHED ENGINEERED HARDWOOD SF 4.73$ 22%3.68$ $ 0.74 0.43$ 4.85$ P033V SPLENDID 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 9.72$ 22%7.56$ $ 1.51 0.91$ 9.98$ P030V SPLENDID 24" X 24" POLISHED ENGINEERED HARDWOOD SF 3.53$ 22%2.75$ $ 0.55 0.43$ 3.73$ P185V SPLENDID 3" X 12" MATTE ACCESSORIES - ENGINEERED HARDWOOD EA 4.73$ 22%3.68$ $ 0.74 0.91$ 5.33$ P031V SPLENDID 3" X 12" POLISHED ACCESSORIES - ENGINEERED HARDWOOD EA 4.73$ 22%3.68$ $ 0.74 0.91$ 5.33$ P026V SPLENDID 4" X 12" PLSH ENGINEERED HARDWOOD SF 5.42$ 22%4.22$ $ 0.84 0.43$ 5.49$ P032V SPLENDID HEXAGON MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 15.02$ 22%11.69$ $ 2.34 0.91$ 14.94$ P074V SPRINGBROOK 6" X 20" CHEVRON ENGINEERED HARDWOOD SF 13.15$ 22%10.24$ $ 2.05 0.43$ 12.72$ P073V SPRINGBROOK 8.5" X 40"ENGINEERED HARDWOOD SF 3.37$ 22%2.62$ $ 0.52 0.43$ 3.57$ S306V SURFACE PREP EXT ACCESSORIES - ENGINEERED HARDWOOD EA 451.41$ 22%351.37$ $ 70.27 0.91$ 422.55$ P130V TRECKWOOD 3" X 24" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 6.07$ 22%4.73$ $ 0.95 0.91$ 6.59$ P128V TRECKWOOD 6" X 24"ENGINEERED HARDWOOD SF 2.75$ 22%2.14$ $ 0.43 0.43$ 3.00$ P129V TRECKWOOD 8" X 32"ENGINEERED HARDWOOD SF 3.07$ 22%2.39$ $ 0.48 0.43$ 3.30$ P131V TRECKWOOD MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 10.42$ 22%8.11$ $ 1.62 0.91$ 10.64$ 132PM UNDERLAYMENT C ACCESSORIES - ENGINEERED HARDWOOD EA 32.91$ 22%25.62$ $ 5.12 0.91$ 31.65$ 135PM UNDERLAYMENT SLU ACCESSORIES - ENGINEERED HARDWOOD EA 42.32$ 22%32.94$ $ 6.59 0.91$ 40.44$ P021V URBAN EASE 1" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 4.53$ 22%3.52$ $ 0.70 0.91$ 5.13$ P024V URBAN EASE 2" MOSAIC ACCESSORIES - ENGINEERED HARDWOOD EA 3.30$ 22%2.57$ $ 0.51 0.91$ 3.99$ P013V URBAN EASE 3" X 6"ENGINEERED HARDWOOD SF 1.96$ 22%1.52$ $ 0.30 0.43$ 2.25$ P016V URBAN EASE 4" X 16"ENGINEERED HARDWOOD SF 1.68$ 22%1.31$ $ 0.26 0.43$ 2.00$ P018V URBAN EASE 4" X 16" BULLNOSE ACCESSORIES - ENGINEERED HARDWOOD EA 4.80$ 22%3.74$ $ 0.75 0.91$ 5.40$ Philadelphia Commercial BROADLOOM State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 54851 ANTIQUE CHARM BROADLOOM CARPET SY 23.46$ 26%17.26$ $ 3.45 1.15$ 21.86$ Q8005 ARTISTIC IMPRES BROADLOOM CARPET SY 41.61$ 40%24.84$ $ 4.97 1.15$ 30.96$ 50396 AYERS HALL II SOFTBAC BROADLOOM CARPET SY 23.90$ 43%13.51$ $ 2.70 1.15$ 17.37$ J0064 BAYTOWNE III 30 CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ $ 2.46 1.15$ 15.91$ J0065 BAYTOWNE III 36 CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ $ 3.03 1.15$ 19.31$ 54807 BE OPEN STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ $ 2.37 1.15$ 15.37$ 54808 BE PRESENT STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ $ 2.37 1.15$ 15.37$ 54809 BE REAL STALOK®BROADLOOM CARPET SY 20.21$ 41%11.85$ $ 2.37 1.15$ 15.37$ 54692 BEACON II DUROGEN RUBBER BROADLOOM CARPET SY 15.20$ 43%8.73$ $ 1.75 1.15$ 11.63$ 54776 BIRD'S EYE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54600 BOX SUITE CLASSICBAC®BROADLOOM CARPET SY 39.39$ 38%24.43$ $ 4.89 1.15$ 30.46$ J0102 BROADCAST STALOK®BROADLOOM CARPET SY 21.98$ 38%13.53$ $ 2.71 1.15$ 17.38$ 54738 CALM CLASSICBAC®BROADLOOM CARPET SY 21.10$ 34%13.83$ $ 2.77 1.15$ 17.74$ 54739 CALM ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ $ 3.68 1.15$ 23.23$ 54214 CAMDEN HARBOR II CLASSICBAC®BROADLOOM CARPET SY 19.18$ 42%11.12$ $ 2.22 1.15$ 14.50$ 54443 CAMDEN HARBOR II ECOWORK PERFORMANCE BROADLOOM BROADLOOM CARPET SY 27.74$ 43%15.70$ $ 3.14 1.15$ 19.99$ 54215 CAMDEN HARBOR II UNITARY BROADLOOM CARPET SY 19.92$ 41%11.76$ $ 2.35 1.15$ 15.26$ 54508 CAMOUFLAGE CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54706 CANNONBORO CLASSICBAC®BROADLOOM CARPET SY 18.30$ 43%10.50$ $ 2.10 1.15$ 13.75$ 54280 CAPITAL III CLASSICBAC®BROADLOOM CARPET SY 14.75$ 25%11.13$ $ 2.23 1.15$ 14.51$ 54282 CAPITAL III STALOK®BROADLOOM CARPET SY 32.16$ 35%21.01$ $ 4.20 1.15$ 26.36$ 54281 CAPITAL III UNITARY BROADLOOM CARPET SY 16.15$ 29%11.49$ $ 2.30 1.15$ 14.94$ J0130 CHANGE IN ATTITUDE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 31.13$ 44%17.46$ $ 3.49 1.15$ 22.11$ J0112 CHANGE IN ATTITUDE STALOK®BROADLOOM CARPET SY 19.77$ 30%13.76$ $ 2.75 1.15$ 17.66$ 54509 CHEETAH CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54852 CLASSIC TRADITION BROADLOOM CARPET SY 23.46$ 26%17.26$ $ 3.45 1.15$ 21.86$ 54584 COLOR ACCENT STALOK® (BORDERS & ACCENTS ONLY)BROADLOOM CARPET SY 23.46$ 37%14.89$ $ 2.98 1.15$ 19.02$ 54812 COLOR GRID STALOK®BROADLOOM CARPET SY 20.07$ 44%11.33$ $ 2.27 1.15$ 14.75$ 54693 COMMONS II DUROGEN RUBBER BROADLOOM CARPET SY 19.48$ 39%11.95$ $ 2.39 1.15$ 15.50$ J0181 CUTAWAY CLASSICBAC®BROADLOOM CARPET SY 17.85$ 42%10.29$ $ 2.06 1.15$ 13.50$ 54605 DATE NIGHT CLASSICBAC®BROADLOOM CARPET SY 25.23$ 38%15.66$ $ 3.13 1.15$ 19.94$ 54029 DATELINE CLASSICBAC®BROADLOOM CARPET SY 26.41$ 40%15.85$ $ 3.17 1.15$ 20.17$ 54823 DATELINE TODAY STALOK®BROADLOOM CARPET SY 21.39$ 44%12.08$ $ 2.42 1.15$ 15.64$ J0182 DIAGRAM CLASSICBAC®BROADLOOM CARPET SY 17.85$ 42%10.29$ $ 2.06 1.15$ 13.50$ 54613 DINE OUT CLASSICBAC®BROADLOOM CARPET SY 39.69$ 39%24.32$ $ 4.86 1.15$ 30.34$ 54416 DIRECT LINK STALOK®BROADLOOM CARPET SY 19.92$ 40%11.97$ $ 2.39 1.15$ 15.51$ J0078 DIVIDEND 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ $ 2.07 1.15$ 13.58$ J0079 DIVIDEND 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ $ 2.29 1.15$ 14.89$ J0080 DIVIDEND 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ $ 2.21 1.15$ 14.41$ Q0421 ELEMENTS CLASSICBAC®BROADLOOM CARPET SY 29.07$ 31%19.99$ $ 4.00 1.15$ 25.14$ 54255 EMPHATIC 30 II CLASSICBAC®BROADLOOM CARPET SY 18.64$ 34%12.30$ $ 2.46 1.15$ 15.91$ 54256 EMPHATIC 36 II CLASSICBAC®BROADLOOM CARPET SY 25.23$ 40%15.13$ $ 3.03 1.15$ 19.31$ J0186 ENCHANT STALOK®BROADLOOM CARPET SY 19.77$ 38%12.16$ $ 2.43 1.15$ 15.74$ J0185 EVOKE STALOK®BROADLOOM CARPET SY 19.77$ 38%12.16$ $ 2.43 1.15$ 15.74$ 54615 EXPECTED GUEST CLASSICBAC®BROADLOOM CARPET SY 38.21$ 36%24.32$ $ 4.86 1.15$ 30.34$ 54530 EYES ON YOU CLASSICBAC®BROADLOOM CARPET SY 34.82$ 43%19.75$ $ 3.95 1.15$ 24.85$ 54907 FACT CLASSICBAC®BROADLOOM CARPET SY 10.33$ 38%6.39$ $ 1.28 1.66$ 9.33$ 54831 FAIR SHAKE STALOK®BROADLOOM CARPET SY 15.34$ 38%9.53$ $ 1.91 1.15$ 12.59$ 54533 FEATHER TAIL CLASSICBAC®BROADLOOM CARPET SY 34.38$ 43%19.75$ $ 3.95 1.15$ 24.85$ 54747 FRANCHISE II 26 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 23.46$ 35%15.18$ $ 3.04 1.15$ 19.36$ 54745 FRANCHISE II 26 STALOK®BROADLOOM CARPET SY 15.34$ 22%11.91$ $ 2.38 1.15$ 15.44$ 54746 FRANCHISE II 28 ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.64$ 36%15.80$ $ 3.16 1.15$ 20.11$ 54744 FRANCHISE II 28 STALOK®BROADLOOM CARPET SY 16.67$ 24%12.68$ $ 2.54 1.15$ 16.37$ 54210 FRANCHISE STALOK®BROADLOOM CARPET SY 15.34$ 22%11.91$ $ 2.38 1.15$ 15.44$ 54775 FRET CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54908 FUNCTION CLASSICBAC®BROADLOOM CARPET SY 10.33$ 38%6.39$ $ 1.28 1.66$ 9.33$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 J0060 FUNCTIONAL CLASSICBAC®BROADLOOM CARPET SY 17.85$ 32%12.14$ $ 2.43 1.15$ 15.72$ 54644 FUTURE GENERATIONS CLASSICBAC®BROADLOOM CARPET SY 22.57$ 36%14.35$ $ 2.87 1.15$ 18.36$ 54740 GATHER CLASSICBAC®BROADLOOM CARPET SY 21.10$ 34%13.83$ $ 2.77 1.15$ 17.74$ 54741 GATHER ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ $ 3.68 1.15$ 23.23$ 54507 GIRAFFE CLASSICBAC®BROADLOOM CARPET SY 27.89$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54504 GROMMETS CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54514 HIDEAWAYS CLASSICBAC®BROADLOOM CARPET SY 42.34$ 43%24.12$ $ 4.82 1.15$ 30.09$ 54417 HOT CIRCUIT STALOK®BROADLOOM CARPET SY 24.34$ 43%13.99$ $ 2.80 1.15$ 17.93$ 54502 HOT SPOT CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54578 IN HARMONY STALOK®BROADLOOM CARPET SY 21.98$ 37%13.89$ $ 2.78 1.15$ 17.82$ 54603 IN-CROWD CLASSICBAC®BROADLOOM CARPET SY 35.70$ 32%24.43$ $ 4.89 1.15$ 30.46$ 54534 INS AND OUTS CLASSICBAC®BROADLOOM CARPET SY 34.52$ 43%19.75$ $ 3.95 1.15$ 24.85$ Q0420 INSPIRED CLASSICBAC®BROADLOOM CARPET SY 26.85$ 39%16.46$ $ 3.29 1.15$ 20.90$ J0059 JARGON CLASSICBAC®BROADLOOM CARPET SY 17.85$ 33%11.97$ $ 2.39 1.15$ 15.51$ 54495 JOKERS WILD CLASSICBAC®BROADLOOM CARPET SY 33.79$ 43%19.23$ $ 3.85 1.15$ 24.23$ 54098 LATEST TREND CLASSICBAC®BROADLOOM CARPET SY 29.07$ 31%19.99$ $ 4.00 1.15$ 25.14$ 54266 LEGEND FALLS CLASSICBAC®BROADLOOM CARPET SY 31.28$ 42%18.05$ $ 3.61 1.15$ 22.81$ 54735 LIVE CLASSICBAC®BROADLOOM CARPET SY 21.54$ 36%13.83$ $ 2.77 1.15$ 17.74$ 54737 LIVE ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 26.85$ 31%18.40$ $ 3.68 1.15$ 23.23$ 54704 LORING WOODS CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ $ 2.10 1.15$ 13.75$ 54532 LOWLAND CLASSICBAC®BROADLOOM CARPET SY 34.82$ 43%19.75$ $ 3.95 1.15$ 24.85$ 54046 MAJOR EVENT CLASSICBAC®BROADLOOM CARPET SY 19.33$ 40%11.50$ $ 2.30 1.15$ 14.95$ 54066 MAJOR EVENT UNITARY BROADLOOM CARPET SY 19.92$ 40%11.86$ $ 2.37 1.15$ 15.38$ 54604 MAKE THE SCENE CLASSICBAC®BROADLOOM CARPET SY 39.98$ 47%21.04$ $ 4.21 1.15$ 26.40$ 54516 MASTERS CLASSICBAC®BROADLOOM CARPET SY 42.20$ 43%24.12$ $ 4.82 1.15$ 30.09$ 234MC METROWALL II UNITARY BROADLOOM CARPET SY 23.37$ 29%16.48$ $ 3.30 1.15$ 20.93$ 54411 METRO LIFE CLASSICBAC®BROADLOOM CARPET SY 21.54$ 36%13.83$ $ 2.77 1.15$ 17.74$ 54207 MODERN TRADITIONS STALOK®BROADLOOM CARPET SY 23.75$ 43%13.42$ $ 2.68 1.15$ 17.26$ 54593 MULTIPLICITY CLASSICBAC®BROADLOOM CARPET SY 13.13$ 39%8.00$ $ 1.60 1.15$ 10.75$ 54531 NATURES CRAFT CLASSICBAC®BROADLOOM CARPET SY 34.67$ 43%19.75$ $ 3.95 1.15$ 24.85$ 54720 NEST ECOWORX® PERFORMANCE BROADLOOM BROADLOOM CARPET SY 24.93$ 33%16.63$ $ 3.33 1.15$ 21.11$ 54719 NEST STALOK®BROADLOOM CARPET SY 20.36$ 41%12.06$ $ 2.41 1.15$ 15.62$ 54793 NEW BASICS CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ $ 1.73 1.15$ 11.50$ 54705 NEW BAY CLASSICBAC®BROADLOOM CARPET SY 17.26$ 39%10.50$ $ 2.10 1.15$ 13.75$ 54794 NEW STATEMENT CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ $ 1.73 1.15$ 11.50$ 54795 NEW TRADE CLASSICBAC®BROADLOOM CARPET SY 14.16$ 39%8.63$ $ 1.73 1.15$ 11.50$ 54792 NEW WORKS CLASSICBAC®BROADLOOM CARPET SY 14.46$ 40%8.63$ $ 1.73 1.15$ 11.50$ 54097 NEXT GENERATION CLASSICBAC®BROADLOOM CARPET SY 26.85$ 39%16.46$ $ 3.29 1.15$ 20.90$ J0069 NO LIMITS STALOK®BROADLOOM CARPET SY 20.36$ 35%13.25$ $ 2.65 1.15$ 17.05$ 54777 OGEE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54802 ON SITE CLASSICBAC®BROADLOOM CARPET SY 14.75$ 44%8.20$ $ 1.64 1.15$ 10.99$ 54803 ON TARGET CLASSICBAC®BROADLOOM CARPET SY 14.75$ 44%8.33$ $ 1.67 1.15$ 11.14$ 54801 ON THE MOVE CLASSICBAC®BROADLOOM CARPET SY 14.75$ 35%9.52$ $ 1.90 1.15$ 12.57$ 54790 POWER UP CLASSICBAC®BROADLOOM CARPET SY 12.98$ 40%7.80$ $ 1.56 1.15$ 10.51$ 54510 PRIMUS CLASSICBAC®BROADLOOM CARPET SY 35.41$ 38%21.99$ $ 4.40 1.15$ 27.54$ J0124 RELAY CLASSICBAC®BROADLOOM CARPET SY 19.77$ 36%12.67$ $ 2.53 1.15$ 16.35$ 54760 REMIX CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54761 RESTYLE CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54762 REVAMP CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54043 ROUSING REVIEW CLASSICBAC®BROADLOOM CARPET SY 25.97$ 45%14.35$ $ 2.87 1.15$ 18.36$ 54452 RUSH DELIVERY CLASSICBAC®BROADLOOM CARPET SY 14.31$ 30%9.98$ $ 2.00 1.15$ 13.13$ 54028 SABLE ISLAND CLASSICBAC®BROADLOOM CARPET SY 23.16$ 43%13.20$ $ 2.64 1.15$ 16.99$ 54721 SCOREBOARD II 26 CLASSICBAC®BROADLOOM CARPET SY 13.72$ 35%8.94$ $ 1.79 1.15$ 11.88$ 54677 SCOREBOARD II 26 STALOK®BROADLOOM CARPET SY 14.61$ 36%9.36$ $ 1.87 1.15$ 12.38$ 54675 SCOREBOARD II 28 CLASSICBAC®BROADLOOM CARPET SY 14.75$ 37%9.36$ $ 1.87 1.15$ 12.38$ 54676 SCOREBOARD II 28 STALOK®BROADLOOM CARPET SY 15.64$ 38%9.77$ $ 1.95 1.15$ 12.88$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 54707 SCOTTISH PLAID II CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ $ 2.10 1.15$ 13.75$ Q0617 SEQUENCE CLASSICBAC®BROADLOOM CARPET SY 19.33$ 40%11.50$ $ 2.30 1.15$ 14.95$ Q0618 SEQUENCE UNITARY BROADLOOM CARPET SY 19.92$ 40%11.86$ $ 2.37 1.15$ 15.38$ 54770 SIGN ON CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54772 SIGN OUT CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54771 SIGN UP CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54288 SOUND ADVICE BL CLASSICBAC®BROADLOOM CARPET SY 14.31$ 33%9.57$ $ 1.91 1.15$ 12.64$ 54450 SPEAK EASY CLASSICBAC®BROADLOOM CARPET SY 19.33$ 35%12.52$ $ 2.50 1.15$ 16.17$ 54446 SPEAK FREELY CLASSICBAC®BROADLOOM CARPET SY 19.77$ 32%13.35$ $ 2.67 1.15$ 17.17$ 54445 SPEAK OUT CLASSICBAC®BROADLOOM CARPET SY 19.77$ 33%13.20$ $ 2.64 1.15$ 16.99$ 54451 SPEAK UP CLASSICBAC®BROADLOOM CARPET SY 16.23$ 35%10.50$ $ 2.10 1.15$ 13.75$ 54602 SPOT LIGHT CLASSICBAC®BROADLOOM CARPET SY 24.79$ 36%15.92$ $ 3.18 1.15$ 20.25$ 54832 SQUARE DEAL STALOK®BROADLOOM CARPET SY 15.34$ 38%9.53$ $ 1.91 1.15$ 12.59$ 54694 SUCCESSION II PERFORMANCE RUBBER BACKING BROADLOOM CARPET SY 32.61$ 41%19.13$ $ 3.83 1.15$ 24.10$ 54518 SUITE RETREAT CLASSICBAC®BROADLOOM CARPET SY 42.20$ 43%24.12$ $ 4.82 1.15$ 30.09$ 54494 TA DA CLASSICBAC®BROADLOOM CARPET SY 33.93$ 43%19.23$ $ 3.85 1.15$ 24.23$ 54660 TAKING NAMES CLASSICBAC®BROADLOOM CARPET SY 10.92$ 40%6.59$ $ 1.32 1.15$ 9.06$ 54708 TICKER TAPE II CLASSICBAC®BROADLOOM CARPET SY 18.44$ 43%10.50$ $ 2.10 1.15$ 13.75$ 54579 UNISON STALOK®BROADLOOM CARPET SY 21.98$ 37%13.95$ $ 2.79 1.15$ 17.89$ 54850 VINTAGE WEAVE BROADLOOM CARPET SY 23.46$ 26%17.26$ $ 3.45 1.15$ 21.86$ 54269 VOCATION III 26 CLASSICBAC®BROADLOOM CARPET SY 15.41$ 33%10.36$ $ 2.07 1.15$ 13.58$ 54270 VOCATION III 26 UNITARY BROADLOOM CARPET SY 16.41$ 30%11.45$ $ 2.29 1.15$ 14.89$ 54271 VOCATION III 28 CLASSICBAC®BROADLOOM CARPET SY 15.75$ 30%11.05$ $ 2.21 1.15$ 14.41$ 54496 WONDERMENT CLASSICBAC®BROADLOOM CARPET SY 34.08$ 43%19.33$ $ 3.87 1.15$ 24.35$ 54505 ZEBRA CLASSICBAC®BROADLOOM CARPET SY 27.74$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54778 ZEST CLASSICBAC®BROADLOOM CARPET SY 17.85$ 41%10.60$ $ 2.12 1.15$ 13.87$ 54535 ZESTY ZEBRA CLASSICBAC®BROADLOOM CARPET SY 28.03$ 44%15.59$ $ 3.12 1.15$ 19.86$ 54779 ZING CLASSICBAC®BROADLOOM CARPET SY 17.70$ 40%10.60$ $ 2.12 1.15$ 13.87$ TILE 54474 AD-LIB ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ $ 4.33 1.66$ 27.62$ 54588 AMAZE ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ $ 4.40 1.66$ 28.08$ 54436 AREA ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 25%23.31$ $ 4.66 1.66$ 29.63$ 54848 ARID 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ 54847 BASIN 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ 54596 BLINK ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ $ 4.37 1.66$ 27.86$ 54480 CAPITAL III 20 OZ ECOWORX® TILE MODULAR CARPET TILE SY 32.48$ 36%20.74$ $ 4.15 1.66$ 26.55$ 54806 CARBON COPY ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 27%16.83$ $ 3.37 1.66$ 21.85$ J0115 CHAIN REACTION ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 28%23.54$ $ 4.71 1.66$ 29.91$ J0111 CHANG IN ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 21%25.31$ $ 5.06 1.66$ 32.03$ 54459 CHATTERBOX ECOWORX® TILE MODULAR CARPET TILE SY 25.97$ 19%21.07$ $ 4.21 1.66$ 26.94$ 54870 CHISELED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ $ 3.03 1.66$ 19.87$ 54462 COLOR ACCENT ECOWORX® TILE (BORDER & ACCENT ONLY)MODULAR CARPET TILE SY 54.02$ 49%27.55$ $ 5.51 1.66$ 34.72$ 54786 COLOR ACCENTS 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 52.80$ 50%26.40$ $ 5.28 1.66$ 33.34$ 54858 COLOR ACCENTS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 42.49$ 28%30.57$ $ 6.11 1.66$ 38.34$ 54784 CORRUGATED ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 26%24.22$ $ 4.84 1.66$ 30.72$ 54816 COUNTERPART ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 25%17.45$ $ 3.49 1.66$ 22.60$ 54871 CRACKLED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ $ 3.03 1.66$ 19.87$ 54841 CRAZY SMART ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ 54813 CROSSINGS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ $ 4.01 1.66$ 25.73$ 54904 DECLARE STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ $ 2.48 1.66$ 16.56$ 54905 DISCLOSE STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ $ 2.48 1.66$ 16.56$ 54906 DOCUMENT STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 37%12.42$ $ 2.48 1.66$ 16.56$ 54857 DYNAMO STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ $ 2.51 1.66$ 16.74$ 54757 ENLIGHTEN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ 54565 FEEDBACK ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%20.97$ $ 4.19 1.66$ 26.83$ 54872 FRACTURED STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 29%15.17$ $ 3.03 1.66$ 19.87$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 54520 FUSE ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.19$ $ 4.44 1.66$ 28.29$ 54844 GENIUS STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ $ 2.51 1.66$ 16.74$ 54874 HARMONY ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ $ 4.72 1.66$ 29.96$ 54500 HIGH VOLTAGE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 34%24.67$ $ 4.93 1.66$ 31.26$ 54895 HIPSTER STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ $ 2.68 1.66$ 17.75$ 54491 HOOK UP ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 16%20.58$ $ 4.12 1.66$ 26.36$ J0187 IMMERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ $ 4.37 1.66$ 27.86$ 54752 INFUSE ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 30%22.97$ $ 4.59 1.66$ 29.23$ 54845 INTELLECT STRATAWORX® TILE MODULAR CARPET TILE SY 19.62$ 36%12.57$ $ 2.51 1.66$ 16.74$ J0135 INTERMIX ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ $ 4.33 1.66$ 27.62$ 54814 INTERSECTIONS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ $ 4.01 1.66$ 25.73$ 54833 LAYERS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ $ 4.65 1.66$ 29.56$ 54733 LIVE WIRE ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 25%28.29$ $ 5.66 1.66$ 35.60$ 54734 LUCKY BREAK ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 27%17.88$ $ 3.58 1.66$ 23.12$ 54781 MATERIAL EFFECTS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 32%18.92$ $ 3.78 1.66$ 24.36$ 54875 MEDLEY ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ $ 4.72 1.66$ 29.96$ 54458 MESH WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 31%25.77$ $ 5.15 1.66$ 32.58$ 54815 MULTIPLICITY 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.21$ 26%21.54$ $ 4.31 1.66$ 27.51$ 54594 MULTIPLICITY ECOWORX® TILE MODULAR CARPET TILE SY 27.59$ 27%20.17$ $ 4.03 1.66$ 25.86$ 54589 MYSTIFY ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ $ 4.40 1.66$ 28.08$ J0108 NO LIMITS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ $ 4.62 1.66$ 29.35$ 54896 OFF BEAT STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ $ 2.68 1.66$ 17.75$ 54842 PURE ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ J0136 QUICK CHANGE ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ $ 4.19 1.66$ 26.77$ 54843 RAW BEAUTY ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ J0177 RENDERED BARK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ $ 5.05 1.66$ 31.97$ J0178 RENDERED LINES ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ $ 5.05 1.66$ 31.97$ J0179 RENDERED ROCK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 31%26.00$ $ 5.20 1.66$ 32.86$ 54758 REVEAL ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ 54876 RHYTHM ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 38%23.58$ $ 4.72 1.66$ 29.96$ 54834 RIDGES 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ $ 4.65 1.66$ 29.56$ J0116 RIPPLE EFFECT ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 27%24.10$ $ 4.82 1.66$ 30.59$ 54811 SHIFTING GEARS ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ $ 3.68 1.66$ 23.74$ 54488 SOUND ADVICE ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ $ 4.62 1.66$ 29.35$ 54564 STATIC ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%21.02$ $ 4.20 1.66$ 26.89$ 54587 STEP ON IT ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 32%30.46$ $ 6.09 1.66$ 38.21$ 54860 STEP RIGHT IN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ $ 6.85 1.66$ 42.79$ 54727 STRAIGHT & NARROW ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 36%30.56$ $ 6.11 1.66$ 38.33$ 54810 STRAIGHT SHIFT ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ $ 3.68 1.66$ 23.74$ 54695 SUCCESSION ECOWORX® TILE MODULAR CARPET TILE SY 42.05$ 41%24.74$ $ 4.95 1.66$ 31.35$ 54440 SWIZZLE ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 20%22.71$ $ 4.54 1.66$ 28.91$ J0126 SYNC UP ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 24%24.35$ $ 4.87 1.66$ 30.88$ 54861 TAKE A TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ $ 6.85 1.66$ 42.79$ 54849 TIDEWATER 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ 54748 TRAVERSE ECOWORX® TILE MODULAR CARPET TILE SY 50.75$ 26%37.42$ $ 7.48 1.66$ 46.57$ 54749 TREAD ON ME ECOWORX® TILE MODULAR CARPET TILE SY 50.75$ 26%37.42$ $ 7.48 1.66$ 46.57$ 54754 TWIST IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ $ 4.84 1.66$ 30.72$ 54521 UNITARY ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.23$ $ 4.45 1.66$ 28.34$ 54475 UNSCRIPTED ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ $ 4.19 1.66$ 26.77$ 54804 URBAN GEOMETRY ECOWORX® TILE MODULAR CARPET TILE SY 34.52$ 38%21.31$ $ 4.26 1.66$ 27.23$ 54755 WARP IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ $ 4.84 1.66$ 30.72$ 54897 WILDSTYLE STRATAWORX® TILE MODULAR CARPET TILE SY 21.25$ 37%13.41$ $ 2.68 1.66$ 17.75$ 54492 WIRED ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 22%19.27$ $ 3.85 1.66$ 24.78$ 54756 WONDER ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ 54796 ZING ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 30%20.06$ $ 4.01 1.66$ 25.73$ NSF-140 Platinum Products State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 P4474 AD-LIB ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 20%21.63$ $ 4.33 1.66$ 27.62$ P4588 AMAZE ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ $ 4.40 1.66$ 28.08$ P4436 AREA ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 25%23.31$ $ 4.66 1.66$ 29.63$ P4848 ARID 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ P4847 BASIN 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ P4596 BLINK ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ $ 4.37 1.66$ 27.86$ P4480 CAPITAL III 20 OZ ECOWORX® TILE MODULAR CARPET TILE SY 25.38$ 18%20.74$ $ 4.15 1.66$ 26.55$ P4806 CARBON COPY ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 27%16.83$ $ 3.37 1.66$ 21.85$ P0115 CHAIN REACTION ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 28%23.54$ $ 4.71 1.66$ 29.91$ P0111 CHANG IN ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 21%25.31$ $ 5.06 1.66$ 32.03$ P4459 CHATTERBOX ECOWORX®MODULAR CARPET TILE SY 25.97$ 19%21.07$ $ 4.21 1.66$ 26.94$ P4784 CORRUGATED ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 26%24.22$ $ 4.84 1.66$ 30.72$ P4816 COUNTERPART ECOWORX® TILE MODULAR CARPET TILE SY 23.16$ 25%17.45$ $ 3.49 1.66$ 22.60$ P4841 CRAZY SMART ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ P4813 CROSSINGS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ $ 4.01 1.66$ 25.73$ P4757 ENLIGHTEN ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ P4565 FEEDBACK ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%20.97$ $ 4.19 1.66$ 26.83$ P4520 FUSE ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.19$ $ 4.44 1.66$ 28.29$ P4500 HIGH VOLTAGE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 34%24.67$ $ 4.93 1.66$ 31.26$ P4491 HOOK UP ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 16%20.58$ $ 4.12 1.66$ 26.36$ P0187 IMMERSE ECOWORX® TILE MODULAR CARPET TILE SY 29.51$ 26%21.83$ $ 4.37 1.66$ 27.86$ P4752 INFUSE ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 30%22.97$ $ 4.59 1.66$ 29.23$ P4814 INTERSECTIONS ECOWORX® TILE MODULAR CARPET TILE SY 31.13$ 36%20.06$ $ 4.01 1.66$ 25.73$ P4833 LAYERS 9" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ $ 4.65 1.66$ 29.56$ P4733 LIVE WIRE ECOWORX® TILE MODULAR CARPET TILE SY 37.77$ 25%28.29$ $ 5.66 1.66$ 35.60$ P4734 LUCKY BREAK ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 27%17.88$ $ 3.58 1.66$ 23.12$ P4781 MATERIAL EFFECTS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 32%18.92$ $ 3.78 1.66$ 24.36$ P4458 MESH WEAVE ECOWORX® TILE MODULAR CARPET TILE SY 37.18$ 31%25.77$ $ 5.15 1.66$ 32.58$ P4815 MULTIPLICITY 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 29.21$ 26%21.54$ $ 4.31 1.66$ 27.51$ P4594 MULTIPLICITY ECOWORX® TILE MODULAR CARPET TILE SY 27.59$ 27%20.17$ $ 4.03 1.66$ 25.86$ P4589 MYSTIFY ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 32%22.01$ $ 4.40 1.66$ 28.08$ P0108 NO LIMITS ECOWORX® TILE MODULAR CARPET TILE SY 27.89$ 17%23.08$ $ 4.62 1.66$ 29.35$ P4842 PURE ATTITUDE ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ P4843 RAW BEAUTY ECOWORX® TILE MODULAR CARPET TILE SY 31.87$ 32%21.68$ $ 4.34 1.66$ 27.67$ P0177 RENDERED BARK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ $ 5.05 1.66$ 31.97$ P0178 RENDERED LINES ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 33%25.26$ $ 5.05 1.66$ 31.97$ P0179 RENDERED ROCK ECOWORX® TILE MODULAR CARPET TILE SY 37.92$ 31%26.00$ $ 5.20 1.66$ 32.86$ P4758 REVEAL ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ P4834 RIDGES 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 31%23.25$ $ 4.65 1.66$ 29.56$ P0116 RIPPLE EFFECT ECOWORX® TILE MODULAR CARPET TILE SY 32.90$ 27%24.10$ $ 4.82 1.66$ 30.59$ P4811 SHIFTING GEARS ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ $ 3.68 1.66$ 23.74$ P4564 STATIC ECOWORX® TILE MODULAR CARPET TILE SY 32.61$ 36%21.02$ $ 4.20 1.66$ 26.89$ P4587 STEP ON IT ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 32%30.46$ $ 6.09 1.66$ 38.21$ P4860 STEP RIGHT IN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ $ 6.85 1.66$ 42.79$ P4727 STRAIGHT & NARROW ECOWORX® TILE MODULAR CARPET TILE SY 47.80$ 36%30.56$ $ 6.11 1.66$ 38.33$ P4810 STRAIGHT SHIFT ECOWORX® TILE MODULAR CARPET TILE SY 28.77$ 36%18.40$ $ 3.68 1.66$ 23.74$ P4440 SWIZZLE ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 20%22.71$ $ 4.54 1.66$ 28.91$ P0126 SYNC UP ECOWORX® TILE MODULAR CARPET TILE SY 32.16$ 24%24.35$ $ 4.87 1.66$ 30.88$ P4861 TAKE A TURN ECOWORX® TILE MODULAR CARPET TILE SY 45.00$ 24%34.27$ $ 6.85 1.66$ 42.79$ P4849 TIDEWATER 18" X 36" ECOWORX® TILE MODULAR CARPET TILE SY 33.64$ 34%22.21$ $ 4.44 1.66$ 28.31$ P4754 TWIST IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ $ 4.84 1.66$ 30.72$ P4521 UNITARY ECOWORX® TILE MODULAR CARPET TILE SY 30.54$ 27%22.23$ $ 4.45 1.66$ 28.34$ P4475 UNSCRIPTED ECOWORX® TILE MODULAR CARPET TILE SY 27.15$ 23%20.93$ $ 4.19 1.66$ 26.77$ P4804 URBAN GEOMETRY ECOWORX® TILE MODULAR CARPET TILE SY 34.52$ 38%21.31$ $ 4.26 1.66$ 27.23$ P4755 WARP IT ECOWORX® TILE MODULAR CARPET TILE SY 37.03$ 35%24.22$ $ 4.84 1.66$ 30.72$ P4492 WIRED ECOWORX® TILE MODULAR CARPET TILE SY 24.64$ 22%19.27$ $ 3.85 1.66$ 24.78$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 P4756 WONDER ECOWORX® TILE MODULAR CARPET TILE SY 36.15$ 33%24.22$ $ 4.84 1.66$ 30.72$ P4796 ZING ECOWORX® TILE MODULAR CARPET TILE SY 28.48$ 30%20.06$ $ 4.01 1.66$ 25.73$ PERFORMANCE TURF 54712 ADRENALINE 5MM BROADLOOM CARPET SY 50.46$ 34%33.37$ $ 6.67 1.15$ 41.19$ 54653 ADRENALINE UNITARY BROADLOOM CARPET SY 34.67$ 35%22.45$ $ 4.49 1.15$ 28.09$ 54731 FREE TIME 5MM BROADLOOM CARPET SY 47.80$ 33%31.81$ $ 6.36 1.15$ 39.32$ 54732 FREE TIME UNITARY BROADLOOM CARPET SY 30.39$ 31%21.00$ $ 4.20 1.15$ 26.35$ 54716 INTENSIFY UNITARY BROADLOOM CARPET SY 29.21$ 38%17.98$ $ 3.60 1.15$ 22.73$ 54743 LAUNCH UNITARY BROADLOOM CARPET SY 25.08$ 43%14.35$ $ 2.87 1.15$ 18.36$ RESILIENT5456V BEYOND STONE RESILIENT SF 4.44$ 47%2.37$ $ 0.47 0.43$ 3.27$ 5401V BOSK RESILIENT SF 2.86$ 44%1.61$ $ 0.32 0.43$ 2.36$ 5402V BOSK PRO 4"RESILIENT SF 2.89$ 7%2.68$ $ 0.54 0.43$ 3.65$ 5413V BOSK PRO 6"RESILIENT SF 2.84$ 6%2.68$ $ 0.54 0.43$ 3.65$ 5441V BURNISHED RESILIENT SF 3.52$ 17%2.92$ $ 0.58 0.43$ 3.94$ 5520V BY THE GROVE SD RESILIENT SF 4.92$ 53%2.32$ $ 0.46 0.43$ 3.21$ 5528V COLORWASHED RESILIENT SF 4.61$ 42%2.69$ $ 0.54 0.43$ 3.66$ 5423V CONNECTION 4"RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ 5424V CONNECTION 6"RESILIENT SF 4.77$ 44%2.68$ $ 0.54 0.43$ 3.65$ 5400V FRESCO RESILIENT SF 2.85$ 6%2.68$ $ 0.54 0.43$ 3.65$ 5533V G-FORCE 12 RESILIENT SF 2.02$ 31%1.40$ $ 0.28 0.43$ 2.11$ 5545V G-FORCE 20 RESILIENT SF 3.59$ 34%2.36$ $ 0.47 0.43$ 3.26$ 5468V IN THE GRAIN RESILIENT SF 3.30$ 57%1.41$ $ 0.28 0.43$ 2.12$ 5472V IN THE GRAIN 20 RESILIENT SF 5.50$ 53%2.58$ $ 0.52 0.43$ 3.52$ 5524V IN THE GRAIN II 12 RESILIENT SF 3.30$ 56%1.46$ $ 0.29 0.43$ 2.18$ 5525V IN THE GRAIN II 20 RESILIENT SF 5.50$ 59%2.24$ $ 0.45 0.43$ 3.11$ 5536V IN THE GRAIN II 30 RESILIENT SF 5.10$ 47%2.70$ $ 0.54 0.43$ 3.67$ 5542V IN THE GRAIN II WPC RESILIENT SF 6.00$ 50%3.02$ $ 0.60 0.43$ 4.05$ 5521V IN THE PARK SD RESILIENT SF 4.34$ 52%2.08$ $ 0.42 0.43$ 2.92$ 5443V IT'S A SNAP RESILIENT SF 4.20$ 27%3.05$ $ 0.61 0.43$ 4.09$ 5543V LINE OF SIGHT RESILIENT SF 6.00$ 50%3.02$ $ 0.60 0.43$ 4.05$ 5452V MARBLED RESILIENT SF 2.30$ 14%1.98$ $ 0.40 0.43$ 2.80$ 5453V MARBLED 20 RESILIENT SF 3.00$ 9%2.74$ $ 0.55 0.43$ 3.71$ 5513V MESA TRAIL RESILIENT SF 3.34$ 45%1.85$ $ 0.37 0.43$ 2.65$ 5471V ORGANIC STRUCTURE RESILIENT SY 48.80$ 46%26.57$ $ 5.31 0.91$ 32.79$ 5425V PERSONALITY RESILIENT SF 2.15$ 31%1.49$ $ 0.30 0.43$ 2.22$ 5442V PERSONALITY 20 RESILIENT SF 3.11$ 10%2.81$ $ 0.56 0.43$ 3.80$ 5544V REVIVAL RESILIENT SF 5.10$ 47%2.70$ $ 0.54 0.43$ 3.67$ 5512V SIERRA TRACE RESILIENT SF 4.25$ 35%2.75$ $ 0.55 0.43$ 3.73$ 5404V SOLACE WR 180'RESILIENT SY 72.04$ 40%42.99$ $ 8.60 0.91$ 52.50$ 5470V SOLID STRUCTURE RESILIENT SY 51.50$ 46%27.81$ $ 5.56 0.91$ 34.28$ 5458V STONE EFFECTS RESILIENT SF 4.84$ 36%3.11$ $ 0.62 0.43$ 4.16$ 5457V STONE MASTER RESILIENT SF 4.84$ 36%3.11$ $ 0.62 0.43$ 4.16$ 5454V SUEDED RESILIENT SF 3.00$ 9%2.74$ $ 0.55 0.43$ 3.71$ 5522V UNDER THE CANOPY SD RESILIENT SF 5.23$ 55%2.35$ $ 0.47 0.43$ 3.26$ 5459V WOOD MIX RESILIENT SF 4.84$ 41%2.88$ $ 0.58 0.43$ 3.88$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1000)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 15%39.95$ $ 7.99 47.94$ G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM D1036)ADHESIVE - BROADLOOM 4 GAL PAIL 56.72$ 11%50.24$ $ 10.05 60.29$ G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1200)ADHESIVE - BROADLOOM 4 GAL PAIL 47.10$ 25%35.34$ $ 7.07 42.41$ G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM D3800)ADHESIVE - BROADLOOM 4 GAL PAIL 58.33$ 11%51.64$ $ 10.33 61.97$ VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 5008V)ADHESIVE - RESILIENT ROLL (120 LF)160.80$ 39%97.97$ $ 19.59 117.56$ G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000R)(BROADLOOM D4000)ADHESIVE - BROADLOOM 1 QT BOTTLE 13.04$ 12%11.48$ $ 2.30 13.78$ VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 212VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 259VS)ADHESIVE - RESILIENT 4 GAL PAIL 261.85$ 48%136.88$ $ 27.38 164.25$ G9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150R)ADHESIVE - BROADLOOM EA 214.94$ 19%173.18$ $ 34.64 207.81$ 9150U 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (TILE 9150T)(BROADLOOM 9150W)ADHESIVE - BROADLOOM/TILE EA 214.94$ 19%173.18$ $ 34.64 207.81$ G2500 5000 - CARPET TILE STANDARD ADHESIVE (BROADLOOM D5000)ADHESIVE - BROADLOOM 4 GAL PAIL 94.22$ 13%81.54$ $ 16.31 97.85$ N5001 5001 - TILE STANDARD ADHESIVE (BROADLOOM D5001)ADHESIVE - BROADLOOM 1 GAL PAIL 26.73$ 12%23.50$ $ 4.70 28.21$ G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 5036R)ADHESIVE - BROADLOOM 4 GAL PAIL 99.68$ 9%90.88$ $ 18.18 109.05$ G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (BROADLOOM D5100)ADHESIVE - BROADLOOM 4 GAL PAIL 94.22$ 16%79.54$ $ 15.91 95.45$ G7300 7300 - OUTDOOR TURF ADHESIVE ADHESIVE - BROADLOOM 2 GAL PAIL 103.12$ 11%91.33$ $ 18.27 109.59$ G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300R)(BROADLOOM D8300)ADHESIVE - BROADLOOM 8 OZ BOTTLE 8.08$ 15%6.84$ $ 1.37 8.21$ G9000 9000 - BARRIER COAT (BROADLOOM D9000)ADHESIVE - BROADLOOM 2.5 GAL PAIL 236.37$ 13%205.17$ $ 41.03 246.21$ G9050 9050 - FLOOR PRIMER - (BROADLOOM - D9050)ADHESIVE - BROADLOOM 4 GAL PAIL 95.69$ 37%60.29$ $ 12.06 72.35$ AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (AVPHI AND AVQNC)ADHESIVE - BROADLOOM ROLL 409.08$ 15%346.08$ $ 69.22 415.30$ 5017V CARPET REDUCER 5/16"ADHESIVE - BROADLOOM BOX (3/BOX)82.20$ 14%71.07$ $ 14.21 85.28$ 2U376 COVE TUBE ADHESIVE (RESILIENT 5018V)ADHESIVE - RESILIENT TUBE (30 OZ)134.00$ 39%81.65$ $ 16.33 97.98$ G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600R)(BROADLOOM D3600)ADHESIVE - BROADLOOM 4 GAL PAIL 73.33$ 32%49.53$ $ 9.91 59.44$ 5000V GROUNDWORKS JUMBO ROLL ADHESIVE - BROADLOOM ROLL (450 SF)423.26$ 26%313.95$ $ 62.79 376.74$ 2U108 GROUNDWORKS STANDARD ROLL 5430V RESILIENT ROLL (100 SF)75.00$ 9%68.24$ $ 13.65 81.88$ 1U993 HUSH II 5428V ADHESIVE ROLL (280 SF)390.10$ 40%232.85$ $ 46.57 279.42$ LOKS4 LOK DOT HALF SLEEVE LOK4D ADHESIVE EA 225.00$ 23%173.25$ $ 34.65 207.90$ LOKWO LOK WORX ADHESIVE SQUARES LWRX1 ADHESIVE EA 213.96$ 19%172.39$ $ 34.48 206.87$ LOKDR LOKDOTS ADHESIVE DOT SLEEVE (BROADLOOM 01LDR)ADHESIVE - BROADLOOM SLEEVE (250 SY)375.00$ 8%346.50$ $ 69.30 415.80$ LOKDA LOKDOTS APPLICATOR (BROADLOOM 01LDA)ADHESIVE - BROADLOOM SLEEVE (250 SY)82.10$ 16%69.30$ $ 13.86 83.16$ G9125 MOISTURE TEK 9125R ADHESIVE KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 9125U MOISTURE TEK 9125W, 9125T ADHESIVE KIT 887.18$ 19%714.79$ $ 142.96 857.75$ 8U124 PINLESS METAL TRACK (RESILIENT 5012V)ADHESIVE - RESILIENT BOX (3/BOX)96.00$ 40%57.91$ $ 11.58 69.49$ 5022V QUARTER ROUND PROFILE RUBBER RESILIENT BOX (12/BOX)160.87$ 27%116.98$ $ 23.40 140.37$ 2U982 RESILIENT CARPET REDUCER (RESILIENT 5016V)ADHESIVE - RESILIENT BOX (3/BOX)126.00$ 39%76.77$ $ 15.35 92.13$ 5003V SHAW 200 1 GALLON ADHESIVE - BROADLOOM 1 GAL PAIL 45.43$ 12%39.95$ $ 7.99 47.94$ 5004V SHAW 200 4 GALLON ADHESIVE - BROADLOOM 4 GAL PAIL 110.00$ 3%106.26$ $ 21.25 127.51$ 1U864 SHAW 4100 - 1 GAL (BROADLOOM 5408V)ADHESIVE 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ 1U865 SHAW 4100 - 1 GAL 5407V ADHESIVE 1 GAL PAIL 79.88$ 48%41.75$ $ 8.35 50.10$ 5405V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ 5406V SHAW S150 SPRAY ADHESIVE ADHESIVE - RESILIENT CAN 54.84$ 42%31.91$ $ 6.38 38.30$ 5U014 SNAP-DOWN T MOLDING 1-1/8" (HARDSURFACE 5013V)RESILIENT BOX (3/BOX)88.00$ 39%53.52$ $ 10.70 64.23$ 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 5014V)RESILIENT BOX (3/BOX)103.00$ 40%62.29$ $ 12.46 74.75$ 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 5015V)RESILIENT BOX (3/BOX)112.00$ 39%67.99$ $ 13.60 81.59$ VS176 TRANSITION TAPE (RESILIENT 5011V)RESILIENT ROLL (25 FT)16.00$ 41%9.45$ $ 1.89 11.34$ D7303 TURF SEAMING TAPE ADHESIVE - BROADLOOM EA 138.54$ 30%97.61$ $ 19.52 117.13$ D7302 TURF SEAMING TAPE ADHESIVE ADHESIVE - BROADLOOM EA 124.67$ 30%87.84$ $ 17.57 105.41$ 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5431V)TILE ROLL 897.50$ 12%786.56$ $ 157.31 943.87$ 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5432V)TILE ROLL 2,556.25$ 12%2,252.25$ $ 450.45 2,702.70$ 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5433V)TILE ROLL 71.25$ 12%62.37$ $ 12.47 74.84$ State of New York - Material and Labor Price List - Sourcewell Style Number Style Name Type UOM Material Only Retail Price % Discount Member Price Project Management Freight NY Member Price Effective: 8/7/2019 - 8/31/2020 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5434V)TILE ROLL $ 88.75 13% $ 77.39 $ 15.48 $ 92.86 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5435V)TILE ROLL $ 86.25 13% $ 75.08 $ 15.02 $ 90.09 VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 5019V)ADHESIVE - RESILIENT 1 GAL PAIL 42.00$ 39%25.59$ $ 5.12 30.71$ Unit Regular Hours Overtime Hours Regular Hours Overtime Hours SY 4.40$ 5.23$ 6.38$ 7.37$ SY 1.21$ 1.21$ 2.55$ 2.55$ SY 10.45$ 14.03$ 13.64$ 17.93$ SY 9.08$ 12.38$ 11.99$ 15.95$ LF 2.75$ 3.85$ 4.40$ 5.72$ LF 1.82$ 2.42$ 3.28$ 4.00$ SF 1.54$ 2.15$ 2.95$ 3.67$ LF 2.09$ 2.97$ 3.61$ 4.66$ HR 77.00$ 99.00$ 93.50$ 119.90$ HR 77.00$ 99.00$ 93.50$ 119.90$ SY 28.60$ 34.10$ 35.42$ 42.02$ SF 0.86$ 1.05$ 2.13$ 2.36$ SF 0.56$ 0.56$ 1.77$ 1.77$ PC 72.50$ 73.22$ 88.10$ 88.96$ SF 7.88$ 8.59$ 10.55$ 11.41$ SY 7.77$ 9.18$ 10.42$ 12.12$ SY 1.55$ 1.55$ 2.95$ 2.95$ SF 1.17$ 1.41$ 2.51$ 2.80$ SF 3.64$ 4.31$ 5.46$ 6.27$ SY 33.26$ 39.24$ 41.02$ 48.19$ SF 2.74$ 3.63$ 3.58$ 4.74$ SY 3.94$ 5.22$ 5.44$ 7.21$ LF 5.88$ 7.79$ 7.52$ 9.96$ LF 14.88$ 19.72$ 17.84$ 23.64$ LF 3.05$ 4.04$ 3.68$ 4.88$ LF 4.11$ 5.45$ 4.88$ 6.47$ LF 1.58$ 1.58$ 1.92$ 1.92$ LF 3.87$ 4.35$ 4.54$ 5.11$ LF 0.58$ 0.77$ 0.71$ 0.94$ SY 2.54$ 3.37$ 3.11$ 4.12$ SF 0.74$ 0.98$ 1.04$ 1.38$ SF 0.66$ 0.87$ 0.91$ 1.21$ SF 7.65$ 10.14$ 8.58$ 11.37$ SF 3.48$ 4.61$ 4.14$ 5.49$ SF 2.71$ 3.59$ 3.78$ 5.01$ < = 25%< = 25%< = 25%< = 25% < = $25.00 / SF < = $25.00 / SF < = $25.00 / SF < = $25.00 / SF Tariff *NSF 140 Products are offered through NJPA for State of New York only. Region 9 (NY) Non Union Region 9 (NY) Union Carpet Demolition (Standard) Carpet Disposal Broadloom Carpet Installation (No Pattern) Carpet Tile Installation Carpet Border Work 4" Vinyl Base Installation (Excludes Materials) VCT Installation (No Pattern; Excludes Materials) Transition Installation (Excludes Materials) Floor Preparation (Hourly Rate; Excludes Materials Furniture Removal and Replacement Furniture Lift and Carpet Removal LVT/VCT Demolition (Standard) LVT/VCT Disposal **Rubber Stair Tread, 1 Piece Unit 18"X18" Rubber Landing Tile Install Sheet Vinyl- Chemical Weld Sheet Vinyl- Heat Weld Sheet Vinyl - Flash Cove Sheet Vinyl Demolition (Standard) Sheet Vinyl Disposal Skimcoat (Labor/Material) LVT Installation (No Pattern; Excludes Materials) Sheet Vinyl Installation (No Weld; Cove; Pattern; Excludes Materials) General Labor Services SERVICES Adhesive Removal Install Floor Primer Moisture Mitigation (bead blast, primer, moisture mitigation & leveler) Self leveling up to 1/4" Bead Blast/Grind Floor Furnish and Install 6" Base Carpet Binding Furnish and install 6" Carpet Base Removal and disposal of cove base Carpet Reclamation & Recycling Furnish and install 1/4" Plywood Underlayment Furnish and Install 4" Base Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Shaw Contract BROADLOOM 5A046 3SQUARE ULTRALOC® 60728 ACCOMPLISH CLASSICBAC® 60727 ACCOMPLISH ECOWORX® PERFORMANCE BROADLOOM 5A253 ACCORD CLASSICBAC® 60283 AMBITION II CLASSICBAC® 5A240 AMBITION III 20 CLASSICBAC® 5A241 AMBITION III 26 CLASSICBAC® 5A252 AMEND CLASSICBAC® 5A176 AMPLIFY ULTRALOC® 5A208 ARTISAN LOOM ULTRALOC® 60759 ASPIRE CLASSICBAC® 60758 ASPIRE ECOWORX® PERFORMANCE BROADLOOM 60563 ASSOCIATE ULTRALOC® 732V5 AT EASE 39 SOFTBAC 732W6 AT EASE 49 SOFTBAC 5A219 BASE METAL WOVEN UNITARY 60750 BASKET ECOWORX® PERFORMANCE BROADLOOM 60785 BATIK ULTRALOC® 5B094 BELLCOURT CLASSICBAC® 5A243 BEYOND ULTRALOC® 5A235 BIRCH CLASSICBAC® 5A125 BLOG CLASSICBAC® 5A126 BLOG ULTRLOC® 5A130 BLOOM PLUSH ULTRALOC® 60746 BON JOUR II PERFORMANCE RUBBER BACKING 5A236 BOTAN ULTRALOC® 60755 BRIDGE ECOWORX® PERFORMANCE BROADLOOM 60737 CADENCE ECOWORX® PERFORMANCE BROADLOOM 60734 CHARISMA ECOWORX® PERFORMANCE BROADLOOM 5A211 CHOK LOOM ULTRALOC® 60766 COLLAGE ECOWORX® PERFORMANCE BROADLOOM 7P352 COLONEL CLASSICBAC® 60550 CONSTELLATION ULTRLOC® 5A213 CONTE' ULTRALOC® 5A186 CONTOUR CLASSICBAC® 5A091 CORDED ULTRALOC® 5A178 CORE ULTRALOC® 5B093 CRANFORD CLASSICBAC® 5A092 CROSS STITCH ULTRALOC® 5A048 CROWN COLONY III ULTRALOC® 50912 CULTURE CLASSICBAC® 5A032 DESIGN SERIES V 30 CLASSICBAC® 5A033 DESIGN SERIES V 36 CLASSICBAC® 5A184 DIMENSION ULTRALOC® 5A065 DIVIDE CLASSICBAC® 5A093 DOUBLE KNIT ULTRALOC® 5A164 ECLECTIC CLASSICBAC® 5A067 EDIT CLASSICBAC® 5A228 EDITION ULTRALOC® 5A192 EFFECT ULTRALOC® 60770 ENGRAVE ECOWORX® PERFORMANCE BROADLOOM 5A066 EQUAL CLASSICBAC® 5A214 ERASE ULTRALOC® 5A242 ESCAPE ULTRALOC® 60754 ESSENCE ULTRALOC® 5A188 ESSENTIAL CLASSICBAC® 50913 EVOLUTION CLASSICBAC® 60752 EXPRESSIVE ULTRALOC® 60772 FAÇADE ECOWORX® PERFORMANCE BROADLOOM 5A221 FAULT ULTRALOC® 5A161 FIBER ECOWORX® BROADLOOM 60665 FIELD TRIP ECOWORX® PERFORMANCE BROADLOOM 60497 FIELD TRIP ULTRLOC® 5A175 FLARE CLASSICBAC® 5A174 FLICKER CLASSICBAC® 5A129 FLOAT PLUSH ULTRALOC® 5A038 FOSSIL CLASSICBAC® 60689 GLADE ECOWORX® PERFORMANCE BROADLOOM 5A020 GLOW ULTRALOC® Effective: 8/7/2019 - 8/31/2020 Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 60707 GRACE ECOWORX® PERFORMANCE BROADLOOM 5A153 GRADIENT CLASSICBAC® 7R824 GROUND FORCE CLASSICBAC® 5A190 GROUNDED ULTRALOC® 5A090 GROUNDWORKS III ULTRALOC® 5A234 GROVE CLASSICBAC® 5A237 HANA ULTRALOC® 60127 HARBOR CLASSICBAC® 5B101 HERRINGBONE CLASSICBAC® 60735 HIGHLIGHT ECOWORX® PERFORMANCE BROADLOOM 60668 HIT THE BOOKS ECOWORX® PERFORMANCE BROADLOOM 60504 HIT THE BOOKS ULTRLOC® 60114 HOMESTEAD CLASSICBAC® 60708 HONOR ECOWORX® PERFORMANCE BROADLOOM 60786 IKAT ULTRALOC® 5A177 ILLUMINATE ULTRALOC® 60774 IMAGERY CLASSICBAC® 5A229 INHERIT ULTRALOC® 5A193 INLAY ULTRALOC® 60589 INTERPLAY ULTRLOC® 60777 INTUITION ULTRALOC® MB 60741 JOIE ECOWORX® PERFORMANCE BROADLOOM 5B092 KENNEBUNK CLASSICBAC® 5A238 KUSA ULTRALOC® 5A159 LANA ECOWORX® BROADLOOM 5A183 LAYER ULTRALOC® 60787 LINEN ULTRALOC® 5A140 MAINFRAME ULTRALOC® 60696 MEADOW ECOWORX® PERFORMANCE BROADLOOM 5A165 MELD CLASSICBAC® 5A254 MEMOIRS CLASSICBAC® 5A204 MODIFY CLASSICBAC® 60602 MOMENTUM IV UNITARY 5A218 MONOLITH WOVEN UNITARY 5B091 MORITZ CLASSICBAC® 50875 MOVEMENT ULTRALOC® 5A179 NATURAL SELECTION ULTRALOC® 5A141 NAVIGATE ULTRALOC® 60769 ORNAMENT ECOWORX® PERFORMANCE BROADLOOM 5A187 OUTLINE CLASSICBAC® 60687 PEBBLE ECOWORX® PERFORMANCE BROADLOOM 5A025 PETO II CLASSICBAC® 5B110 PLEAT CLASSICBAC® 5A068 POTENTIAL III 26 CLASSICBAC® 60587 POTENTIAL III 26 UNITARY 5A069 POTENTIAL III 28 CLASSICBAC® 60588 POTENTIAL III 28 UNITARY 5A189 PRIME CLASSICBAC® 60736 PROFILE ECOWORX® PERFORMANCE BROADLOOM 60730 PROSPER CLASSICBAC® 60726 PROSPER ECOWORX® PERFORMANCE BROADLOOM 60784 QUEST ULTRALOC® MB 5B118 REFUGE ULTRALOC® 5A256 REIMAGINE CLASSICBAC® 5A248 REMINISCE ULTRALOC® 60192 RESIDENCE INN I CLASSICBAC® 60194 RESIDENCE INN II CLASSICBAC® 60195 RESIDENCE INN III CLASSICBAC® 5B119 RETREAT ULTRALOC® 5A255 SCENERY CLASSICBAC® 50521 SCEPTER II CLASSICBAC® 60514 SCHOLAR II UNITARY 60771 SCREEN ECOWORX® PERFORMANCE BROADLOOM 5A215 SCRIBE CLASSICBAC® 60775 SENTIMENT CLASSICBAC® 5A127 SHADOW PLUSH ULTRALOC® 5A017 SHIMMER ULTRALOC® 5A198 SLIDE ULTRALOC® 5A137 SOLID CLASSICBAC® 60783 SOPHISTICATION ULTRALOC® MB 50911 SPACE CLASSICBAC® Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 5B102 SQUARES CLASSICBAC® 5A257 STATEMENT CLASSICBAC® 5A247 STAY ULTRALOC® 5A220 STRATA ULTRALOC® 5B103 STRIPES CLASSICBAC® 5A216 STYLUS CLASSICBAC® 5A233 SUMMIT CLASSICBAC® 5A128 SWIRL PLUSH ULTRALOC® 5A205 SWITCH CLASSICBAC® 5B111 TAPER CLASSICBAC® 60788 TAPESTRY ULTRALOC® 5A037 TERRA CLASSICBAC® 5A123 TEXT CLASSICBAC® 5A124 TEXT ULTRLOC® 5A249 TEXTILE ULTRALOC® 5A180 TIMBER ULTRALOC® 5A151 TINT CLASSICBAC® 5A152 TONE CLASSICBAC® 60773 TOWN RESORT CLASSICBAC® 5A203 TRANSFER CLASSICBAC® 60749 TRELLIS ECOWORX® PERFORMANCE BROADLOOM 60710 TRIBUTE ECOWORX® PERFORMANCE BROADLOOM 60748 TWINE ECOWORX® PERFORMANCE BROADLOOM 60117 UPSCALE CLASSICBAC® 50515 UTOPIAN ULTRALOC® 60742 VERVE ECOWORX® PERFORMANCE BROADLOOM 60185 VILLA CLASSICBAC® 60743 VITAE ECOWORX® PERFORMANCE BROADLOOM 60745 WELCOME II PERFORMANCE RUBBER BACKING 60751 WHISPER WALLCOVERING SBR LATEX 60709 WISDOM ECOWORX® PERFORMANCE BROADLOOM TILE 5T003 ABSORBED ECOWORX® TILE 59145 ABSTRACT EDGE ECOWORX® TILE 5T107 ACHROMATIC ECOWORX® TILE 5T089 ACTIVITY ECOWORX® TILE 59567 ADORN ECOWORX® TILE 5T202 ADVANCE ECOWORX® TILE 59384 AFFLUENCE ECOWORX® TILE 5T015 AGATE ECOWORX® TILE 5T135 ALCHEMY ECOWORX® TILE 5T006 ALIGN ECOWORX® TILE 59327 ALLURE ECOWORX® TILE 5T126 ANALOG 18" X 36" ECOWORX® TILE 5T058 ANGLE ECOWORX® TILE 5T004 APPLIED ECOWORX® TILE 5T294 ARRANGE STRATAWORX® TILE 5T295 ARRAY STRATAWORX® TILE 5T097 ARTISAN ECOWORX® TILE 5T064 AUGMENT ECOWORX® TILE 59340 BALANCE ECOWORX® TILE 5T198 BASALT II ECOWORX® TILE 5T159 BASE HEXAGON ECOWORX® TILE 5T121 BASIC ECOWORX® TILE 5T261 BELONG ECOWORX® TILE 5T057 BEVEL HEXAGON ECOWORX® TILE 5T218 BEYOND ECOWORX® TILE 5T043 BIAS ECOWORX® TILE 5T025 BLEND ECOWORX® TILE 5T195 BLISS ECOWORX® TILE 59572 BLOCK PRINT ECOWORX® TILE 59357 BLOX ECOWORX® TILE 59596 BLUR ECOWORX® TILE 59411 BON JOUR ECOWORX® TILE 5T032 BON JOUR II ECOWORX® TILE 5T192 BOTAN ECOWORX® TILE 59529 BRILLIANCE ECOWORX® TILE 59113 BYLINE ECOWORX® TILE 59554 CAPTIVATE ECOWORX® TILE 59579 CATALYST ECOWORX® TILE 5T176 CENTRAL LINE ECOWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 5T124 CENTRIC ECOWORX® TILE 59494 CHAIN STITCH ECOWORX® TILE 5T232 CHALET 9" X 36" ECOWORX® TILE 59561 CHARISMA ECOWORX® TILE 5T281 CHECK ECOWORX® TILE 5T100 CHOK ECOWORX® TILE 59583 CHROMA ECOWORX® TILE 5T175 CITY CENTRAL ECOWORX® TILE 59537 CITY GRID ECOWORX® TILE 59564 CLEAR ECOWORX® TILE 5T096 CLOTH ECOWORX® TILE 5T112 COLOR FORM 9" X 36" ECOWORX® TILE 5T081 COLOR FRAME ECOWORX® TILE 59358 COLOR PLAY ECOWORX® TILE 5T161 COLOR SHIFT HEXAGON ECOWORX® TILE 59595 COLOUR PLANK ECOWORX® TILE 59342 CONNECT ECOWORX® TILE 59326 CONSTELLATION ECOWORX® TILE 5T104 CONSTRUCT ECOWORX® TILE 5T160 CONTACT HEXAGON ECOWORX® TILE 5T269 CONVENE ECOWORX® TILE 5T103 COPY ECOWORX® TILE 59491 CORDED ECOWORX® TILE 5T140 CREATE ECOWORX® TILE 5T241 CURVE ECOWORX® TILE 5T203 DASH ECOWORX® TILE 59390 DECOR ECOWORX® TILE 5T211 DEPTH ECOWORX® TILE 5T242 DIAGONAL ECOWORX® TILE 5T233 DIFFUSE 24" X 24" ECOLOGIX® 5T234 DIFFUSE 24" X 24" ECOLOGIX® ES 59575 DIFFUSE 24" X 24" ECOWORX® TILE 5T185 DIFFUSE 9" X 36" ECOWORX® TILE 5T071 DIRECTION ECOWORX® TILE 5T217 DISCOVER ECOWORX® TILE 59576 DISPERSE 24" X 24" ECOWORX® TILE 5T184 DISPERSE 9" X 36" ECOWORX® TILE 59566 DISSOLVE ECOWORX® TILE 5T127 DISTORT 18" X 36" ECOWORX® TILE 5T265 DREAM ECOWORX® TILE 5T142 DRIFT ECOWORX® TILE 5T108 DUOTONE ECOWORX® TILE 5T239 DWELLING ECOWORX® TILE 5T041 DYE LAB ECOWORX® TILE 59338 EARTH TONE ECOWORX® TILE 5T040 EMBARK ECOWORX® TILE 59573 EMBELLISH ECOWORX® TILE 59343 EMOTION ECOWORX® TILE 5T187 ENGAGE ECOWORX® TILE 5T033 ENTREE ECOWORX® TILE 59337 ENTWINE ECOWORX® TILE 5T268 ESTABLISH ECOWORX® TILE 5T059 EXPAND ECOWORX® TILE 5T219 EXPANSE ECOWORX® TILE 5T143 EXPLORE ECOWORX® TILE 5T151 EXPOSE ECOWORX® TILE 59597 FADE ECOWORX® TILE 5T235 FAMILIAR ECOWORX® TILE 5T199 FAULT LINES II ECOWORX® TILE 5T079 FIELD ECOWORX® TILE 5T074 FILTER ECOWORX® TILE 5T113 FINE POINT 18" X 36" ECOWORX® TILE 59455 FOCUS ECOWORX® TILE 5T060 FOLDED ECOWORX® TILE 5T062 FOLDED EDGE ECOWORX® TILE 5T136 FORM ECOWORX® TILE 5T169 FOUNDATION ECOWORX® TILE 5T038 FRINGE ECOWORX® TILE 59562 GLAZE ECOWORX® TILE 59329 GLIMMER ECOWORX® TILE 5T128 GLITCH 9" X 36" ECOWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 59360 GLITZ ECOWORX® TILE 59534 GRADIENT ECOWORX® TILE 5T200 GRAVEL II ECOWORX® TILE 59479 GROUNDWORKS III ECOWORX® TILE 5T193 HANA ECOWORX® TILE 5T037 HAZE ECOWORX® TILE 5T024 HINT ECOWORX® TILE 5T134 HONED ECOWORX® TILE 5T236 HONEST ECOWORX® TILE 59115 HORIZONTAL EDGE ECOWORX® TILE 5T282 HOUNDSTOOTH 18" X 36" ECOWORX® TILE 59580 HYBRID ECOWORX® TILE 5T065 HYPE ECOWORX® TILE 5T237 IDENTITY ECOWORX® TILE 5T049 IGNITE ECOWORX® TILE 5T188 IMPACT ECOWORX® TILE 5T257 IMPRESSION I ECOWORX® TILE 5T258 IMPRESSION II ECOWORX® TILE 5T259 IMPRESSION III ECOWORX® TILE 5T260 IMPRESSION IV ECOWORX® TILE 59592 IMPRINT ECOWORX® TILE 5T010 INFINITE ECOWORX® TILE 59339 INGRAIN ECOWORX® TILE 5T208 INTENT STRATAWORX® TILE 5T085 INTERACT ECOWORX® TILE 59558 INTRIGUE ECOWORX® TILE 5T280 JACQUARD 18" X 36" ECOWORX® TILE 5T016 JASPER ECOWORX® TILE 5T046 KASURI ECOWORX® TILE 59359 KINETIC ECOWORX® TILE 5T099 KIT ECOWORX® TILE 59492 KNIT ECOWORX® TILE 5T194 KUSA ECOWORX® TILE 59106 LINAGE ECOWORX® TILE 5T055 LINEAR HEXAGON ECOWORX® TILE 5T056 LINEAR SHIFT HEXAGON ECOWORX® TILE 5T114 LINEWEIGHT 18" X 36" ECOWORX® TILE 5T144 LINGER ECOWORX® TILE 59105 LINK ECOWORX® TILE 59362 LUMINOSITY ECOWORX® TILE 5T130 MANIPULATE 9" X 36" ECOWORX® TILE 5T101 MATMEE ECOWORX® TILE 5T263 MEMORY ECOWORX® TILE 59167 MERGE ECOWORX® TILE 5T044 MESH ECOWORX® TILE 5T014 MICA ECOWORX® TILE 5T075 MIGRATE ECOWORX® TILE 59164 MINIMAL ECOWORX® TILE 59466 MIRROR IMAGE ECOWORX® TILE 59502 MOMENTUM IV ECOWORX® TILE 5T238 NEST ECOWORX® TILE 5T073 NUANCE ECOWORX® TILE 5T296 OFFSET STRATAWORX® TILE 5T166 ORNATE ECOWORX® TILE 59598 OVERLAY ECOWORX® TILE 5T034 PATH ECOWORX® TILE 5T083 PAUSE ECOWORX® TILE 5T201 PAVERS II ECOWORX® TILE 59369 PETO II 20 ECOWORX® TILE 59371 PETO II 26 ECOWORX® TILE 5T098 PLAIN WEAVE ECOWORX® TILE 5T054 PLANE HEXAGON ECOWORX® TILE 5T243 POINT ECOWORX® TILE 5T035 PORTAL ECOWORX® TILE 5T206 POURED ECOWORX® TILE 59525 PRAIRIE ECOWORX® TILE 5T213 PRESENCE ECOWORX® TILE 5T123 PRIMARY ECOWORX® TILE 5T170 PRIMITIVE ECOWORX® TILE 59463 PRISMA ECOWORX® TILE 5T209 PURPOSE STRATAWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 5T017 QUARTZ ECOWORX® TILE 59361 RADIANCE ECOWORX® TILE 5T078 REALM ECOWORX® TILE 5T139 REFLECT ECOWORX® TILE 5T152 RELIEF ECOWORX® TILE 5T141 RENEW ECOWORX® TILE 59387 REPARTEE ECOWORX® TILE 5T091 REST ECOWORX® TILE 5T168 RESURFACE ECOWORX® TILE 5T165 RETHREAD ECOWORX® TILE 5T069 REVERSE ECOWORX® TILE 59363 RICHE ECOWORX® TILE 5T105 ROTATE ECOWORX® TILE 5T109 SATURATE ECOWORX® TILE 5T080 SCAPE ECOWORX® TILE 5T007 SCULPT ECOWORX® TILE 5T183 SCULPT LOOP ECOWORX® TILE 5T172 SEA ECOWORX® TILE 5T173 SEA EDGE ECOWORX® TILE 5T216 SEEK ECOWORX® TILE 5T196 SERENITY ECOWORX® TILE 5T070 SHAPE ECOWORX® TILE 5T240 SHELTER ECOWORX® TILE 59328 SHINE ECOWORX® TILE 59550 SITE LINES ECOWORX® TILE 5T210 SITUATION STRATAWORX® TILE 59591 SKETCH ECOWORX® TILE 5T174 SKY ECOWORX® TILE 5T133 SLAB ECOWORX® TILE 59584 SPECTRUM ECOWORX® TILE 5T244 SQUARE ECOWORX® TILE 5T207 STACKED ECOWORX® TILE 5T084 STEP ECOWORX® TILE 5T051 STILL ECOWORX® TILE 5T214 STILL LIFE ECOWORX® TILE 5T116 STIPPLE 18" X 36" ECOWORX® TILE 59224 STRAIGHTFORWARD ECOWORX® TILE 59530 STRIKING ECOWORX® TILE 5T297 STRUCTURE STRATAWORX® TILE 5T267 SUPPORT ECOWORX® TILE 5T125 SURROUND ECOWORX® TILE 5T018 TANGLE ECOWORX® TILE 5T022 TECHNIQUE ECOWORX® TILE 5T019 TEMPT ECOWORX® TILE 5T279 TEXTILE 18" X 36" ECOWORX® TILE 59587 THE ECCENTRIC ECOWORX® TILE 59585 THE SOCIALITE ECOWORX® TILE 5T186 THINK ECOWORX® TILE 5T156 TINGE ECOWORX® TILE 5T005 TRACE ECOWORX® TILE 5T204 TRACK ECOWORX® TILE 5T197 TRANQUIL ECOWORX® TILE 59563 TRANSPARENT ECOWORX® TILE 59368 TRU COLOURS ECOWORX® TILE 5T205 TURN ECOWORX® TILE 5T150 UNCOVER ECOWORX® TILE 5T157 UNDERTONE ECOWORX® TILE 5T090 UNWIND ECOWORX® TILE 5T110 VALUE ECOWORX® TILE 5T023 VANISH ECOWORX® TILE 5T086 VANTAGE ECOWORX® TILE 5T036 VAPOR ECOWORX® TILE 5T009 VAST ECOWORX® TILE 59594 VEIL ECOWORX® TILE 59114 VERTICAL EDGE ECOWORX® TILE 5T001 VIBRANT ECOWORX® TILE 5T002 VISIBLE ECOWORX® TILE 5T039 WANDER ECOWORX® TILE 5T031 WELCOME II ECOWORX® TILE 5T158 ZONE ECOWORX® TILE RESILIENT Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 0718V ARTESIAN 0301V BASSTONES 001VS BIO LIFE WELD ROD 270VS BIO-BASED WELD ROD 0001V BIOLIFE ™ 0565V BRUSH 12 MIL 0552V BRUSH 20 MIL 0656V BRUSH 8 MIL 0513V CHANGE 022VS CHORDINATES WELD ROD 0512V CONSTANT 0927V COVE 0203V CRETE 0922V CUT 0009V DECO ADVANTAGE STONE 0618V EMERGE 0364V GRAIN 0502V GRAIN - DIRECT GLUE 071VS HUSH II 0896V IN TANDEM PLANK 0897V IN TANDEM SHEET 0926V INLET 0895V INNATE TILE 0884V INSPIRE LVT 0514V INTERVAL 0692V INTRICATE 0215V JEOGORI 0993V JOY SQUARED 0551V LEVEL HEXAGON 0567V LINE 12 MIL 0554V LINE 20 MIL 0116V NATIVE ORIGINS 0002V NATURELIFE 002VS NATURELIFE WELD ROD 0365V PIGMENT 0503V PIGMENT - DIRECT GLUE 0566V PLASTER 12 MIL 0553V PLASTER 20 MIL 0186V QUIET COVER-W IN*STEP 0797V REED 0733V RETHINK 0003V REXCOURT 4.5 MM 0004V REXCOURT 6.5 MM 0005V REXCOURT 8.0 MM 021VS REXCOURT WELD ROD 0798V ROJI 0945V SHEAR 0709V SHIFT 0648V SOLITUDE 0516V STRAND 0515V SURFACE 0796V TATAMI 353VS TERASU WELD ROD 0517V TERRAIN 12MIL 0564V TERRAIN 20MIL 0655V TERRAIN 8 MIL 0453V TERRAIN II 12 MIL 0454V TERRAIN II 20MIL 0892V TERRAIN II 30 MIL SCUN2 TERRAIN II OMNI-TRANSITION SCQT2 TERRAIN II QUARTER ROUND SCSN2 TERRAIN II STAIRNOSE SCUN1 TERRAIN OMNI-TRANSITION SCQT1 TERRAIN QUARTER ROUND SCSN1 TERRAIN STAIRNOSE 0710V TILT 0187V UNCOMMON GROUND 4" 0188V UNCOMMON GROUND 6" 0601V UNVEIL 0873V VITALITY 236VS VITALITY WELD ROD Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 STATIC SMART 013VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 018VS 5100 ACRYLIC ADHESIVE FOR USE WITH SUMMIT SERIES ESD VINYL 5T019 COLLABORATORS 42CV8 COLONIAL N5003 COMPURELEASE N5002 COMPURELEASE N5004 COPPER GROUNDING STRIP FOR CONCRETE FLOORS 5T018 DAILY PLANNER 429RD DISCOVERY ECO N5005 GROUNDING KIT FOR ACCESS FLOORING 4029D LAN 4.0 42CV8 LAN 4.1 42GDY LANDMARK SERIES 4298R PRESIDENTIAL 0012V SUMMIT SERIES 5T040 WORKSPACE ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1000) G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM H1036) G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM H1200) G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM H3800) 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE N3800) (BROADLOOM L3800) 336VS 4" METALLIC WALL BASE ROLL 179PE 4"W X 120'L TOELESS WALL BASE ROLL VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 148VS) 2U994 4.5" ANGLE PROFILE (RESILIENT 149VS) 2U995 4.5" DETAIL PROFILE (RESILIENT 150VS) G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM H4000) UV856 4100 - RESILIENT 1 GALLON ADHESIVE UVS12 4100 - RESILIENT 4 GALLON ADHESIVE VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 009VS) VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 012VS) 340VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE 9150N 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE F9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE N5000) H5001 5001 - TILE STANDARD ADHESIVE N5002 5002 - TILE STATIC DISSIPATIVE ADHESIVE N5003 5003 - TILE STATIC DISSIPATIVE ADHESIVE N5004 5004 - STATIC DISSIPATIVE HARDWARE N5005 5005 - STATIC DISSIPATIVE COPPER STRIP G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE N5036) G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE N5100) 303VS 6" DETAIL PROFILE G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM H6200) G620U 6200 - ADHESIVE DETACKIFIER (TILE H620U)(BROADLOOM N620U) J7300 7300 - OUTDOOR TURF ADHESIVE G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM H8300) H9000 9000 - BARRIER COAT H900U 9000 - BARRIER COAT UNITS N900U 9000 - BARRIER COAT UNITS TILE ADHESIVE 2.5 GAL G9050 9050 - FLOOR PRIMER - (RESILIENT - 031VS)(BROADLOOM - H9050) G905U 9050 - RESIIENT FLOOR PRIMER (TILE H905U)(RESILIENT 031VU) VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT 032VS) AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVSCC)(TILE AVNET) (BROADLOOM AVSTR) AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVEUU) 2U983 CARPET REDUCER 5/16" (RESILIENT 144VS) LOK4S CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE 302VS COLLECTIVE TIME WELD ROD 016VS COPPER GROUND STRIPS - 4709CS 2U376 COVE TUBE ADHESIVE (RESILIENT 141VS) CU024 CUSHIONWORX 2MM CU034 CUSHIONWORX 3MM G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM H3600) Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 087VS GROUNDWORKS LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 00LDR) LOKDA LOKDOTS APPLICATOR (TILE 00LDA) LWRX0 LOKWORX BOX 100CA MM800 9125H MOISTURETEK 9125J MOISTURETEK 9125N MOISTURETEK MOISTURE VAPOR BARRIER 348VS MULTI PR RD LVT 8U124 PINLESS METAL TRACK (RESILIENT 142VS) 350VS QUARTER ROUND LVT 151VS QUARTER ROUND PROFILE 2U982 RESILIENT CARPET REDUCER (RESILIENT 146VS) 015VS RESILIENT SEAM SEALER 067VS S150-95 RH - RESILIENT SPRAY (RESILIENT 067VS) 109VS SHAW 200 - RESILIENT 4 GALLON 027VS SHAW 4100 - 1 GAL 028VS SHAW 4100 - 1 GAL 304VS SHAW MS RESILIENT 066VS SHAW S150 SPRAY ADHESIVE 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT 145VS) 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 147VS) 48 SPORT INSTALLATION KIT 347VS STAIRNOSE LVT 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 143VS) 349VS T-MOLDING LVT VS176 TRANSITION TAPE (RESILIENT 165VS) 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 095VS) 2U492 VS-60 VERSASHIELD 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 094VS) 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 096VS) 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 097VS) 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 098VS) VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 166VS) US Floors Products 02W74 BABY THRESHOLD CAMARET 01W00 BABY THRESHOLD CORETEC 1200 01A02 BABY THRESHOLD CORETEC 1800 01W02 BABY THRESHOLD CORETEC 500 01W06 BABY THRESHOLD CORETEC 700 01V18 BABY THRESHOLD CORETEC DEFINED 01W14 BABY THRESHOLD CORETEC EIRIS 01V13 BABY THRESHOLD CORETEC LINEAR 01W08 BABY THRESHOLD CORETEC VORTEX 01W04 BABY THRESHOLD CORETEC XL 01X20 BABY THRESHOLD XRC- CONCRETE & COMPOSED 203UV CAMARET 200UV CITADEL BASTION 201UV CITADEL FORTRESS 098UV COMPOSED 094UV CONCRETE 02W01 FLUSH STAIR NOSE CORETEC 500 Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 02W06 FLUSH STAIR NOSE CORETEC 700 02W16 FLUSH STAIR NOSE CORETEC DEFINED 02W13 FLUSH STAIR NOSE CORETEC EIRIS 02W12 FLUSH STAIR NOSE CORETEC LINEAR 02W04 FLUSH STAIR NOSE CORETEC XL 02W17 FLUSH STAIR NOSE XRC - CONCRETE & COMPOSED 02W65 GU35 WOOD & BAMBOO ADHESIVE 206UV MIDTOWN REVIVAL HANDSCRAPED 205UV MIDTOWN REVIVAL SMOOTH 204UV PALISADES 03W07 QUARTER ROUND CAMARET 01W22 QUARTER ROUND CORETEC 1200 01W25 QUARTER ROUND CORETEC 1800 01W27 QUARTER ROUND CORETEC 500 01W31 QUARTER ROUND CORETEC 700 01V45 QUARTER ROUND CORETEC DEFINED 01W40 QUARTER ROUND CORETEC EIRIS 01V39 QUARTER ROUND CORETEC LINEAR 01W33 QUARTER ROUND CORETEC VORTEX 01W29 QUARTER ROUND CORETEC XL 03W38 REDUCER CAMARET 01W48 REDUCER CORETEC 1200 01W50 REDUCER CORETEC 1800 01W54 REDUCER CORETEC 500 01W56 REDUCER CORETEC 700 01V69 REDUCER CORETEC DEFINED 01W65 REDUCER CORETEC EIRIS 01V64 REDUCER CORETEC LINEAR 01W58 REDUCER CORETEC VORTEX 01X54 REDUCER CORETEC XL 01X70 REDUCER XRC - CONCRETE & COMPOSED 01X46 SOLID QUARTER ROUND XRC - CONCRETE & COMPOSED 03W73 STAIR CAP CAMARET 01W72 STAIR NOSE CORETEC 1200 01W74 STAIR NOSE CORETEC 1800 01W78 STAIR NOSE CORETEC 500 01W80 STAIR NOSE CORETEC 700 01V94 STAIR NOSE CORETEC DEFINED 01W90 STAIR NOSE CORETEC EIRIS Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 01V89 STAIR NOSE CORETEC LINEAR 01W82 STAIR NOSE CORETEC VORTEX 01X78 STAIR NOSE CORETEC XL 01X95 STAIR NOSE XRC - CONCRETE & COMPOSED 032UV STRATUM 1200 033UV STRATUM 1800 023UV STRATUM 500 - 50050DLV500 024UV STRATUM 700 - 70050DLV700 058UV STRATUM DEFINED - 50DLV3001 053UV STRATUM EIRIS 055UV STRATUM LINEAR 022UV STRATUM VORTEX 034UV STRATUM XL 04W19 T-MOLD CAMARET 02W20 T-MOLD CORETEC 1200 02W22 T-MOLD CORETEC 1800 02W24 T-MOLD CORETEC 500 02W28 T-MOLD CORETEC 700 02W61 T-MOLD CORETEC DEFINED 02W57 T-MOLD CORETEC EIRIS 02V56 T-MOLD CORETEC LINEAR 02W30 T-MOLD CORETEC VORTEX 02W26 T-MOLD CORETEC XL 02X62 T-MOLD XRC - CONCRETE & COMPOSED Shaw Commercial Hardwood Flooring CA308 ARISTOCRAT CA362 AUTHENTICITY CA350 BESPOKE CRH12 FLUSH REDUCER CFR18 FLUSH REDUCER CRW38 FLUSH REDUCER CSH12 FLUSH STAIRNOSE CSW38 FLUSH STAIRNOSE CSD58 FLUSH STAIRNOSE CA364 HANDCRAFTED CA361 KINSHIP CA334 MARIPOSA 5" CA286 NORTHBOROUGH HICKORY CORH2 OVERLAP REDUCER CORW8 OVERLAP REDUCER COSH2 OVERLAP STAIRNOSE CATMW T - MOLDING CATMH T - MOLDING CCH12 THRESHOLD CTDH5 THRESHOLD Shaw Commercial Laminate LCSLT COLOR SEALANT LCCLN HARDSURFACE CLEANER (LAM. OR HARDWOOD) LC012 HEMISPHERE NEW LC016 HERITAGE NEW LCTRK MOLDING TRACK LCMPR MULTI PURPOSE REDUCER LCQTR QUARTER ROUND LC245 REGIMENT II NEW 083VS SELITAC UNDERLAYMENT 100 SF/ROLL LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT) LCSSU SILENT STEP ULTRA UNDERLAYMENT (100 SQ FT) LC084 SILENT STEP ULTRA JUMBO ROLL (1000 SQ.FT.) Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 LCSTR STAIRNOSE LCTMD T- MOLDING LCTM1 T- MOLDING Adhesives CAA90 ECO MADE HARDWOOD ADHESIVE 4 GALLON CA884 SHAW 35 MC CATGA SHAW TONGUE AND GROOVE ADHESIVE CAADH SHAW URE-BOND ADHESIVE 4 GALLON CAA91 SHAW URETHANE HARDWOOD ADHESIVE 4 GALLON CAA92 SHAW URETHANE HARDWOOD ADHESIVE REMOVER WIPES CAREM URETHANE ADHESIVE REMOVER Style Number Style Name Patcraft BROADLOOM I0347 ABODE CLASSICBAC® I0402 AFICIONADO ECOWORX® PERFORMANCE BROADLOOM I0246 APPROACH CLASSICBAC® I0497 ARAGON ULTRALOC® I0498 BASQUE ULTRALOC® I0104 BEST FOOT FORWARD ULTRALOC® I0165 BIG SPLASH! ECOWORX® PERFORMANCE BROADLOOM I0164 BIG SPLASH! ULTRALOC® I0398 BOHEMIAN ECOWORX® PERFORMANCE BROADLOOM Z6432 BUY IN CLASSICBAC® I0485 CAMBER ULTRALOC® I0522 CANTILEVER ULTRALOC® I0523 CENTERLINE ULTRALOC® I0415 CIAO ULTRALOC® PATTERN I0132 CLOISONNE II ULTRALOC® I0203 COLOR CHOICE ULTRALOC® I0131 COLOR YOUR WORLD ULTRALOC® I0440 COMMIT ULTRALOC® I0439 DECIDE ULTRALOC® I0037 DOUBLE EXPOSURE ULTRALOC® I0528 ESTATE CLASSICBAC® I0147 FAMOUS LAST WORDS II ULTRALOC® I0399 FULL BLOOM ECOWORX® PERFORMANCE BROADLOOM I0251 GAIT CLASSICBAC® I0413 HALLO ULTRALOC® PATTERN I0148 HEADLINES II ULTRALOC® I0101 HOMEROOM II-26 ULTRALOC® I0352 HOMEROOM V 3.0 ECOWORX® PERFORMANCE BROADLOOM I0351 HOMEROOM V 3.0 ULTRALOC® I0464 HOMESPUN CLASSICBAC® I0486 INTERCEPT ULTRALOC® I0487 INTERVAL ULTRALOC® I0434 LEAFLET ECOWORX® PERFORMANCE BROADLOOM I0247 MANNER CLASSICBAC® I0422 METALLIC ALCHEMY ECOWORX® TILE I0527 MOTIF CLASSICBAC® I0129 NIGHT MOVES ULTRALOC® I0414 NIHAO ULTRALOC® PATTERN I0162 OPPORTUNITY KNOCKS CLASSICBAC® Z6375 OPTIONS ULTRALOC® I0250 PACE CLASSICBAC® I0495 PALMA ULTRALOC® Z6436 PAY OFF CLASSICBAC® I0036 PERPETUAL MOTION ULTRALOC® Z6376 PLATFORM ULTRALOC® I0376 PRADO ECOWORX® PERFORMANCE BROADLOOM I0369 PUBLIC AFFAIRS CLASSICBAC® I0442 RESPITE CLASSICBAC® I0202 SABRE ENCORE CLASSICBAC® I0120 SCHOLASTIC II 26 CLASSICBAC® I0121 SCHOLASTIC II 28 ULTRALOC® I0368 SEAL THE DEAL CLASSICBAC® I0496 SEVILLE ULTRALOC® I0367 SHAKE ON IT CLASSICBAC® I0068 SOCRATES II 26 ULTRALOC® Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 I0069 SOCRATES II 28 ULTRALOC® Z6367 STANDOUT ULTRALOC® I0249 STRIDE CLASSICBAC® I0109 STRUT YOUR STUFF ULTRALOC® I0441 SUCCEED ULTRALOC® I0049 SWEET ULTRALOC® I0248 TECHNIQUE CLASSICBAC® I0443 TESTED CLASSICBAC® Z6434 TRADE UP CLASSICBAC® I0444 TRIED CLASSICBAC® I0445 TRUE CLASSICBAC® I0157 TWIST&SHOUT II ULTRALOC® I0400 VIVANT ECOWORX® PERFORMANCE BROADLOOM I0200 WINDSWEPT ENCORE CLASSICBAC® I0366 WORD OF MOUTH CLASSICBAC® I0124 WORK IT CLASSICBAC® TILE I0345 10K ECOWORX® TILE I0343 3K ECOWORX® TILE I0344 5K ECOWORX® TILE I0455 ABERDEEN ECOWORX® TILE I0491 ACHIEVE ECOWORX® TILE I0404 AIRE 9" X 36" ECOWORX® TILE I0357 AIRE ECOWORX® TILE I0421 ALLOY SHIMMER ECOWORX® TILE I0394 APERTURE ECOWORX® TILE I0505 ARTCLOTH ECOWORX® TILE I0358 AURA ECOWORX® TILE I0469 BACKLIT 18" X 36" ECOWORX® TILE I0468 BACKLIT 9" X 36" ECOWORX® TILE I0492 BARCELONA ECOWORX® TILE I0166 BIG SPLASH! ECOWORX® TILE Z6452 CASHMERE ECOWORX® TILE I0285 CITY FLORA ECOWORX® TILE I0284 CLEAN LINES ECOWORX® TILE I0447 COLOR BLOCK 12" x 24" ECOWORX® TILE I0382 COLOR BLOCK 24" x 24" ECOWORX® TILE I0204 COLOR CHOICE ECOWORX® TILE I0374 COLOR CHOICE FACET ECOWORX® TILE I0471 COLOR FILTER ECOWORX® TILE I0448 COLOR POP 12" X 48" ECOWORX® TILE I0381 COLOR POP 24" X 24" ECOWORX® TILE I0110 COLOR YOUR WORLD ECOWORX® TILE I0283 COOL RAIN ECOWORX® TILE I0427 CUBE & COLOUR 12" X 48" ECOWORX® TILE I0426 CUBE & COLOUR 24" X 24" ECOWORX® TILE I0428 CUBE & COLOUR FACET ECOWORX® TILE I0348 DART ECOWORX® TILE I0119 DAZZLE ECOWORX® TILE I0410 DECATHLON ECOWORX® TILE I0384 DISMANTLE ECOWORX® TILE I0386 DISPLACE ECOWORX® TILE I0385 DISRUPT ECOWORX® TILE I0355 DOWNLOAD ECOWORX® TILE Z6473 DWELL ECOWORX® TILE I0286 EARTHEN WEAVE ECOWORX® TILE I0515 EASTERN FAÇADE STRATAWORX® TILE I0227 EASY ON THE EYES ECOWORX® TILE I0517 EDGELAND STRATAWORX® TILE I0456 EDINBURGH ECOWORX® TILE I0342 ENFLECTION ECOWORX® TILE I0340 ENFORM ECOWORX® TILE I0306 ENTRY POINT ECOWORX® TILE I0341 ENVERSE ECOWORX® TILE I0512 ETCHED ECOWORX® TILE I0359 ETHEREAL ECOWORX® TILE Z6406 EXHILARATION ECOWORX® TILE I0291 EXPERIENCE ECOWORX® TILE I0371 FABRIX FACET ECOWORX® TILE I0279 FLEX ECOWORX® TILE I0349 FLUTTER ECOWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 I0518 FORMWORK ECOWORX® TILE I0481 FUTURA ECOLOGIX® I0482 FUTURA ECOLOGIX® ES I0380 FUTURA ECOWORX® TILE I0373 GEOMETRIX FACET ECOWORX® TILE I0506 GLOBAL HAND ECOWORX® TILE I0353 HOMEROOM V 3.0 ECOWORX® TILE I0350 IN FLIGHT ECOWORX® TILE Z6374 INDULGENCE ECOWORX® TILE I0501 INSTINCT STRATAWORX® TILE Z6474 INTRINSIC ECOWORX® TILE I0457 INVERNESS ECOWORX® TILE I0397 LEAFLET ECOWORX® TILE I0383 LINEA 2 ECOWORX® TILE Z6476 LIQUID ECOWORX® TILE Z6477 LOFT ECOWORX® TILE I0354 LOG IN ECOWORX® TILE I0460 LOGIC STRATAWORX® TILE I0507 MICRO-WEAVE ECOWORX® TILE Z6454 MOHAIR ECOWORX® TILE I0226 MOVING ON UP ECOWORX® TILE I0499 NATURAL FORM STRATAWORX® TILE I0470 NOCTURNE ECOWORX® TILE I0305 ON THE RIGHT FOOT ECOWORX® TILE I0372 OPTIX FACET ECOWORX® TILE I0483 ORBITAL ECOLOGIX® I0484 ORBITAL ECOLOGIX® ES I0379 ORBITAL ECOWORX® TILE I0316 PASEO ECOWORX® TILE I0511 PATINA ECOWORX® TILE I0449 PIVOT POINT ECOWORX® TILE Z6453 PLUSH LINEN ECOWORX® TILE I0490 POSSIBLE ECOWORX® TILE I0317 PRADO ECOWORX® TILE I0396 PROSE ECOWORX® TILE I0118 RAZZLE ECOWORX® TILE I0514 REACT ECOWORX® TILE I0489 REALIZE ECOWORX® TILE I0459 REASON STRATAWORX® TILE I0500 REBALANCE STRATAWORX® TILE I0513 RELIC ECOWORX® TILE I0465 RISE ECOWORX® TILE I0466 RUN ECOWORX® TILE I0519 SCAFFOLD ECOWORX® TILE I0125 SCHOLASTIC II ECOWORX® TILE I0494 SEVILLE ECOWORX® TILE I0393 SHADOWGRAPH 9" X 36" ECOWORX® TILE I0356 SIGN OFF ECOWORX® TILE I0461 SKILL STRATAWORX® TILE I0467 SLOPE ECOWORX® TILE I0126 SOCRATES II-26 ECOWORX® TILE I0239 SPEAK IN COLOR ECOWORX® TILE I0240 SPEAK IN DESIGN ECOWORX® TILE Z6373 SPLURGE ECOWORX® TILE Z6475 STUDIO ECOWORX® TILE I0516 SUBURBAN ABSTRACT STRATAWORX® TILE I0290 THOUGHT ECOWORX® TILE I0520 TRANSVERSE ECOWORX® TILE I0096 TWEED ECOWORX® TILE I0395 URBAN GARDEN TILE I0493 VALENCIA ECOWORX® TILE I0450 VAULT ECOWORX® TILE Z6451 VELVET ECOWORX® TILE I0301 VIM ECOWORX® TILE I0302 VIVID ECOWORX® TILE I0304 WALK RIGHT IN II ECOWORX® TILE I0425 WORK. STUDY. PLAY. 12" X 48" ECOWORX® TILE I0405 WORK. STUDY. PLAY. 24" X 24" ECOWORX® TILE I0280 YIELD ECOWORX® TILE RESILIENT I424V ADESA Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 I346V ADMIX 12" X 12" I508V ADMIX 18X36 I347V ADMIX 36" X 36" I429V ADMIX ENCORE GLOSS I452V ADMIX ENCORE MATTE I450V ADMIX MATTE 12" X 12" I451V ADMIX MATTE 36" X 36" S167V ADMIX WELD ROD I333V AGGREGATE I318V ARBOR CREST I208V BOUNCE BACK S126V BOUNCE BACK WELD ROD S101V BROOKWOOD WELD ROD I319V BROOKWOOD+ I313V CHARTED I600V CLICK REFRESH I426V CMYK I476V CREATIVE CODE I440V CROSSOVER CLICK I439V CROSSOVER LOOSE LAY I334V DISSIPATE I423V EMERY I447V ENRICH PLANK I448V ENRICH SHEET I500V FORGE AHEAD S122V GROUNDWORKS I200V HIGHLAND FOREST I800V HIGHLAND FOREST 6" I422V HOLISTIC SHEET S109V HUSH II I404V IVY WALK I311V LETTERPRESS I446V MEANING I315V METALLIX (FACET) I314V METALLIX (RECTANGLE) I337V METALLIX 9" X 36" I478V MOLTEN I463V MONOCHROME GLOSS I462V MONOCHROME MATTE I206V NORTH RIDGE 4" I207V NORTH RIDGE 6" I320V ORGANIC HUE I479V OXIDIZED I417V REMOVE I466V SPLITWOOD I700V STRATIFIED I322V STRATIFIED+ 12" X 24" I321V STRATIFIED+ 6" X 24" I464V SURFACE TONE I323V TIMBER GROVE 12 I325V TIMBER GROVE 20 I342V TIMBER GROVE 8 I420V TIMBER GROVE II I421V TIMBER GROVE II 20 MIL I465V TIMBER GROVE II WPC 20 I438V TIMBERGROVE II 30 MIL I312V TYPEFACE I405V VININGS I418V WITHDRAW I316V WOOD PLANX I336V WOOD PLANX 9" X 36" I300V WOODLAND VIEW ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1000D) G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 1036D) G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM 1200D) 3800U 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (TILE I0433)(BROADLOOM 3800D) S168V 4" X 120' TOELESS BASE RESILIENT VS175 4"W X 120'L WALL BASE ROLL (RESILIENT S127V) G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000D) S105V 4100 - RESILIENT 1 GALLON ADHESIVE (ROLLS S106V) Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S102V) VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT S103V) 341VS 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150D)(TILE 9150V) G2500 5000 - CARPET TILE STANDARD ADHESIVE (TILE 5000P) 5001P 5001 - TILE STANDARD ADHESIVE G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (TILE 5036P) G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (TILE 5100P) G6200 6200 - ADHESIVE DETACKIFIER (BROADLOOM 6200D) G620U 6200 - ADHESIVE DETACKIFIER (TILE 620DU) G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300D) 9000D 9000 - BARRIER COAT 2.5 GAL 900DU 9000 - BARRIER COAT UNITS G9050 9050 - FLOOR PRIMER - (RESILIENT S125V)(BROADLOOM 9050D) G905U 9050 - RESILIENT FLOOR PRIMER (TILE 905DU)(RESILIENT S125U) VS905 9050 RESILIENT FLOOR PRIMER (RESILIENT S124V) AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (BROADLOOM AVDES) AVSCU ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (TILE AVDEU) 114PM ADMIX 1 GALLON DEEP SCRUB CLEANER (RESALE) 117PM ADMIX 1 GALLON GLOSS SURFACE TREATMENT (RESALE) 115PM ADMIX 1 QUART DEEP SCRUB CLEANER (RESALE) 118PM ADMIX 1 QUART GLOSS FINISH (RESALE) S207V ADMIX 20" MAROON DEEP SCRUB PAD (RESALE) S148V ANTI-SLIP TAPE HC S200V BABY THRESHOLD EMERY S270V BIO-BASED WELD ROD 306VS CADBERRY 4"W X 120'L COVE BASE ROLL S158V CAPRAIL 1.75" 2U983 CARPET REDUCER 5/16" (RESILIENT S137V) LOK4T CARPET TILE - LOKDOTS ADHESIVE 1/2 SLEEVE S157V CAVETTO 6" 2U376 COVE TUBE ADHESIVE (RESILIENT S132V) I0446 CUSHIONWORX 2MM I0432 CUSHIONWORX 3MM S156V CYMA 4.5" G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600D) S159V FASCIA 8" S201V FLUSH STAIRNOSE EMERY S144V LANDING TILE HC LOKDA LOKDOT APPLICATOR (TILE 03LDA) LOKDR LOKDOTS ADHESIVE DOT SLEEVE (TILE 03LDR) LWRX2 LOKWORX BOX S147V MARKING TAPE-S HC S131V MM800 9125D MOISTURETEK (RESILIENT 9125D) 9125V MOISTURETEK MOISTURE VAPOR BARRIER S202V OVERLAP REDUCER EMERY 8U124 PINLESS METAL TRACK (RESILIENT S139V) S160V QUARTER ROUND S204V QUARTER ROUND EMERY 2U982 RESILIENT CARPET REDUCER (RESILIENT S136V) S104V RESILIENT SEAM SEALER S143V RUBBER TREAD HC S123V SHAW 200 - RESILIENT 4 GALLON S171V SHAW MS RESILIENT S107V SHAW S150 SPRAY ADHESIVE S108V SHAW S150 SPRAY ADHESIVE 2U995 SLOT 4.5" (RESILIENT S155V) 5U014 SNAP-DOWN T-MOLDING 1-1/8" (RESILIENT S141V) 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT S142V) 2U994 STRAIGHT 4.5" (RESILIENT S154V) S145V STRINGER/RISER HC S146V STRIPED TAPE HC 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT S140V) S203V T-MOLDING EMERY VS176 TRANSITION TAPE (RESILIENT S138V) 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S112V) 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE S113V) 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S114V) 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S115V) Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE S116V) VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT S133V) HARD SURFACE 143PM 705 DUSTLESS PROSET PLUS (GRAY) 144PM 705 DUSTLESS PROSET PLUS (WHITE) 147PM 720 DUSTLESS MARBLEPRO (GRAY) 148PM 720 DUSTLESS MARBLEPRO (WHITE) 106PM 735 PREMIUMFLEX (GRAY) 124PM 735 PREMIUMFLEX (WHITE) 125PM 855 XXL THIN SET (GRAY) 126PM 855 XXL THIN SET (WHITE) 129PM ADDITIONAL FABRIC 8" X 165' 9100P ADVANCE SKIM COAT REPAIR PATCH/FEATHER FINISH 142PM AGGREGATE - PRO EPOXY PART C P111V BAKED LINEN 12" X 24" P113V BAKED LINEN 1" X 6" MOSAIC P112V BAKED LINEN 2" MOSAIC P115V BAKED LINEN 3" X 12" BN P116V BAKED LINEN 6" X 12" COVE BASE P146V BISCAYNE 12" X 24" P144V BISCAYNE 13" P145V BISCAYNE 17" P148V BISCAYNE 2" MOSAIC P147V BISCAYNE 3" X 13" BULLNOSE 127PM BURST - EXCELLERATOR P087V CANYON RIVER 12" X 24" P088V CANYON RIVER 12" X 24" POLISHED P091V CANYON RIVER 2" MOSAIC P089V CANYON RIVER 3" X 12" BN P090V CANYON RIVER POLISHED 3" X 12" BULLNOSE P007V CEMENTED 12" X 24" P006V CEMENTED 13" P008V CEMENTED 18" P011V CEMENTED 2" MOSAIC P010V CEMENTED 3" X 12" BULLNOSE P061V CHARRED HICKORY 6" X 24" P062V CHARRED HICKORY 6" X 36" P063V CHARRED HICKORY BN 3" X 24" P064V CHARRED HICKORY MOSAIC P079V COASTAL PLANK 6" X 24" P080V COASTAL PLANK 8" X 32" P081V COASTAL PLANK BN 3" X 24" P082V COASTAL PLANK MOSAIC P155V COLONIAL 12" X 24" P156V COLONIAL 3" X 12" BULLNOSE P158V COLONIAL 4" X 12" P159V COLONIAL 4" X 12" WALL BULLNOSE 139PM COLORED CAULK-SANDED 140PM COLORED CAULK-SMOOTH P072V COOL SPRINGS 1" MOSAIC P068V COOL SPRINGS 3" X 6" P071V COOL SPRINGS RANDOM LINEAR P150V CORONADO 12" X 24" P151V CORONADO 13" P149V CORONADO 17" P138V CORONADO 2" MOSAIC P152V CORONADO 3" X 13" BULLNOSE 138PM DURA NON-SANDED GROUT 102PM DURA SANDED GROUT P165V EAST HAMPTON 12" X 24" P166V EAST HAMPTON 13" P167V EAST HAMPTON 18" P163V EAST HAMPTON 2" MOSAIC P164V EAST HAMPTON 3" X 13" BULLNOSE 9120P EXG INTERIOR/EXTERIOR CONCRETE REPAIR PATCH 130PM FABRIC BASE ROLL 8" X 90' 131PM FRACTURE GUARD 149PM FRACTURE GUARD FD P065V HARSHAW 12" X 24" P067V HARSHAW 2" MOSAIC Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 P066V HARSHAW 3" X 12" BULLNOSE 128PM HYDRO GUARD - 1 GAL 107PM HYDRO GUARD 3.5 GAL PAIL P193V ILLUSION GLASS HEXAGON MOSAIC P194V ILLUSION GLASS LINEAR MOSAIC 137PM INTEGRA COLOR GROUT P170V IRONSTONE 13" P171V IRONSTONE 18" P169V IRONSTONE 2" MOSAIC P168V IRONSTONE 3X13 BULLNOSE P106V MADISON 12" X 24" P109V MADISON 2" MOSAIC P107V MADISON 3" X 12" BULLNOSE P108V MADISON RANDOM LINEAR MOSAIC S307V MOISTURESHIELD 141PM PRO EPOXY PARTS A & B 133PM PROPATCH 134PM PROPATCH XF P077V SILK WALNUT 3" X 24" BULLNOSE P075V SILK WALNUT 6" X 24" P076V SILK WALNUT 6" X 36" P078V SILK WALNUT MOSAIC 136PM SLU PRIMER P085V SPICED HICKORY 3" X 24" BULLNOSE P083V SPICED HICKORY 6" X 24" P084V SPICED HICKORY 6" X 36" P086V SPICED HICKORY MOSAIC P186V SPLENDID 12" X 24" MATTE P027V SPLENDID 12" X 24" POLISHED p187v SPLENDID 16" X 32" MATTE P188V SPLENDID 16" X 32" POLISHED P033V SPLENDID 2" MOSAIC P030V SPLENDID 24" X 24" POLISHED P185V SPLENDID 3" X 12" MATTE P031V SPLENDID 3" X 12" POLISHED P026V SPLENDID 4" X 12" PLSH P032V SPLENDID HEXAGON MOSAIC P074V SPRINGBROOK 6" X 20" CHEVRON P073V SPRINGBROOK 8.5" X 40" S306V SURFACE PREP EXT P130V TRECKWOOD 3" X 24" BULLNOSE P128V TRECKWOOD 6" X 24" P129V TRECKWOOD 8" X 32" P131V TRECKWOOD MOSAIC 132PM UNDERLAYMENT C 135PM UNDERLAYMENT SLU P021V URBAN EASE 1" MOSAIC P024V URBAN EASE 2" MOSAIC P013V URBAN EASE 3" X 6" P016V URBAN EASE 4" X 16" P018V URBAN EASE 4" X 16" BULLNOSE Style Number Style Name Philadelphia Commercial BROADLOOM 54851 ANTIQUE CHARM Q8005 ARTISTIC IMPRES 50396 AYERS HALL II SOFTBAC J0064 BAYTOWNE III 30 CLASSICBAC® J0065 BAYTOWNE III 36 CLASSICBAC® 54807 BE OPEN STALOK® 54808 BE PRESENT STALOK® 54809 BE REAL STALOK® 54692 BEACON II DUROGEN RUBBER 54776 BIRD'S EYE CLASSICBAC® 54600 BOX SUITE CLASSICBAC® J0102 BROADCAST STALOK® 54738 CALM CLASSICBAC® 54739 CALM ECOWORX® PERFORMANCE BROADLOOM 54214 CAMDEN HARBOR II CLASSICBAC® Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 54443 CAMDEN HARBOR II ECOWORK PERFORMANCE BROADLOOM 54215 CAMDEN HARBOR II UNITARY 54508 CAMOUFLAGE CLASSICBAC® 54706 CANNONBORO CLASSICBAC® 54280 CAPITAL III CLASSICBAC® 54282 CAPITAL III STALOK® 54281 CAPITAL III UNITARY J0130 CHANGE IN ATTITUDE ECOWORX® PERFORMANCE BROADLOOM J0112 CHANGE IN ATTITUDE STALOK® 54509 CHEETAH CLASSICBAC® 54852 CLASSIC TRADITION 54584 COLOR ACCENT STALOK® (BORDERS & ACCENTS ONLY) 54812 COLOR GRID STALOK® 54693 COMMONS II DUROGEN RUBBER J0181 CUTAWAY CLASSICBAC® 54605 DATE NIGHT CLASSICBAC® 54029 DATELINE CLASSICBAC® 54823 DATELINE TODAY STALOK® J0182 DIAGRAM CLASSICBAC® 54613 DINE OUT CLASSICBAC® 54416 DIRECT LINK STALOK® J0078 DIVIDEND 26 CLASSICBAC® J0079 DIVIDEND 26 UNITARY J0080 DIVIDEND 28 CLASSICBAC® Q0421 ELEMENTS CLASSICBAC® 54255 EMPHATIC 30 II CLASSICBAC® 54256 EMPHATIC 36 II CLASSICBAC® J0186 ENCHANT STALOK® J0185 EVOKE STALOK® 54615 EXPECTED GUEST CLASSICBAC® 54530 EYES ON YOU CLASSICBAC® 54907 FACT CLASSICBAC® 54831 FAIR SHAKE STALOK® 54533 FEATHER TAIL CLASSICBAC® 54747 FRANCHISE II 26 ECOWORX® PERFORMANCE BROADLOOM 54745 FRANCHISE II 26 STALOK® 54746 FRANCHISE II 28 ECOWORX® PERFORMANCE BROADLOOM 54744 FRANCHISE II 28 STALOK® 54210 FRANCHISE STALOK® 54775 FRET CLASSICBAC® 54908 FUNCTION CLASSICBAC® J0060 FUNCTIONAL CLASSICBAC® 54644 FUTURE GENERATIONS CLASSICBAC® 54740 GATHER CLASSICBAC® 54741 GATHER ECOWORX® PERFORMANCE BROADLOOM 54507 GIRAFFE CLASSICBAC® 54504 GROMMETS CLASSICBAC® 54514 HIDEAWAYS CLASSICBAC® 54417 HOT CIRCUIT STALOK® 54502 HOT SPOT CLASSICBAC® 54578 IN HARMONY STALOK® 54603 IN-CROWD CLASSICBAC® 54534 INS AND OUTS CLASSICBAC® Q0420 INSPIRED CLASSICBAC® J0059 JARGON CLASSICBAC® 54495 JOKERS WILD CLASSICBAC® 54098 LATEST TREND CLASSICBAC® 54266 LEGEND FALLS CLASSICBAC® 54735 LIVE CLASSICBAC® 54737 LIVE ECOWORX® PERFORMANCE BROADLOOM 54704 LORING WOODS CLASSICBAC® 54532 LOWLAND CLASSICBAC® 54046 MAJOR EVENT CLASSICBAC® 54066 MAJOR EVENT UNITARY 54604 MAKE THE SCENE CLASSICBAC® 54516 MASTERS CLASSICBAC® 54411 METRO LIFE CLASSICBAC® 54207 MODERN TRADITIONS STALOK® 54593 MULTIPLICITY CLASSICBAC® 54531 NATURES CRAFT CLASSICBAC® 54720 NEST ECOWORX® PERFORMANCE BROADLOOM Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 54719 NEST STALOK® 54793 NEW BASICS CLASSICBAC® 54705 NEW BAY CLASSICBAC® 54794 NEW STATEMENT CLASSICBAC® 54795 NEW TRADE CLASSICBAC® 54792 NEW WORKS CLASSICBAC® 54097 NEXT GENERATION CLASSICBAC® J0069 NO LIMITS STALOK® 54777 OGEE CLASSICBAC® 54802 ON SITE CLASSICBAC® 54803 ON TARGET CLASSICBAC® 54801 ON THE MOVE CLASSICBAC® 54790 POWER UP CLASSICBAC® 54510 PRIMUS CLASSICBAC® J0124 RELAY CLASSICBAC® 54760 REMIX CLASSICBAC® 54761 RESTYLE CLASSICBAC® 54762 REVAMP CLASSICBAC® 54043 ROUSING REVIEW CLASSICBAC® 54452 RUSH DELIVERY CLASSICBAC® 54028 SABLE ISLAND CLASSICBAC® 54721 SCOREBOARD II 26 CLASSICBAC® 54677 SCOREBOARD II 26 STALOK® 54675 SCOREBOARD II 28 CLASSICBAC® 54676 SCOREBOARD II 28 STALOK® 54707 SCOTTISH PLAID II CLASSICBAC® Q0617 SEQUENCE CLASSICBAC® Q0618 SEQUENCE UNITARY 54770 SIGN ON CLASSICBAC® 54772 SIGN OUT CLASSICBAC® 54771 SIGN UP CLASSICBAC® 54288 SOUND ADVICE BL CLASSICBAC® 54450 SPEAK EASY CLASSICBAC® 54446 SPEAK FREELY CLASSICBAC® 54445 SPEAK OUT CLASSICBAC® 54451 SPEAK UP CLASSICBAC® 54602 SPOT LIGHT CLASSICBAC® 54832 SQUARE DEAL STALOK® 54694 SUCCESSION II PERFORMANCE RUBBER BACKING 54518 SUITE RETREAT CLASSICBAC® 54494 TA DA CLASSICBAC® 54660 TAKING NAMES CLASSICBAC® 54708 TICKER TAPE II CLASSICBAC® 54579 UNISON STALOK® 54850 VINTAGE WEAVE 54269 VOCATION III 26 CLASSICBAC® 54270 VOCATION III 26 UNITARY 54271 VOCATION III 28 CLASSICBAC® 54496 WONDERMENT CLASSICBAC® 54505 ZEBRA CLASSICBAC® 54778 ZEST CLASSICBAC® 54535 ZESTY ZEBRA CLASSICBAC® 54779 ZING CLASSICBAC® TILE 54474 AD-LIB ECOWORX® TILE 54588 AMAZE ECOWORX® TILE 54436 AREA ECOWORX® TILE 54848 ARID 18" X 36" ECOWORX® TILE 54847 BASIN 9" X 36" ECOWORX® TILE 54596 BLINK ECOWORX® TILE 54480 CAPITAL III 20 OZ ECOWORX® TILE 54806 CARBON COPY ECOWORX® TILE J0115 CHAIN REACTION ECOWORX® TILE J0111 CHANG IN ATTITUDE ECOWORX® TILE 54459 CHATTERBOX ECOWORX® TILE 54870 CHISELED STRATAWORX® TILE 54462 COLOR ACCENT ECOWORX® TILE (BORDER & ACCENT ONLY) 54786 COLOR ACCENTS 18" X 36" ECOWORX® TILE 54858 COLOR ACCENTS 9" X 36" ECOWORX® TILE 54784 CORRUGATED ECOWORX® TILE 54816 COUNTERPART ECOWORX® TILE Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 54871 CRACKLED STRATAWORX® TILE 54841 CRAZY SMART ECOWORX® TILE 54813 CROSSINGS ECOWORX® TILE 54904 DECLARE STRATAWORX® TILE 54905 DISCLOSE STRATAWORX® TILE 54906 DOCUMENT STRATAWORX® TILE 54857 DYNAMO STRATAWORX® TILE 54757 ENLIGHTEN ECOWORX® TILE 54565 FEEDBACK ECOWORX® TILE 54872 FRACTURED STRATAWORX® TILE 54520 FUSE ECOWORX® TILE 54844 GENIUS STRATAWORX® TILE 54874 HARMONY ECOWORX® TILE 54500 HIGH VOLTAGE ECOWORX® TILE 54895 HIPSTER STRATAWORX® TILE 54491 HOOK UP ECOWORX® TILE J0187 IMMERSE ECOWORX® TILE 54752 INFUSE ECOWORX® TILE 54845 INTELLECT STRATAWORX® TILE J0135 INTERMIX ECOWORX® TILE 54814 INTERSECTIONS ECOWORX® TILE 54833 LAYERS 9" X 36" ECOWORX® TILE 54733 LIVE WIRE ECOWORX® TILE 54734 LUCKY BREAK ECOWORX® TILE 54781 MATERIAL EFFECTS ECOWORX® TILE 54875 MEDLEY ECOWORX® TILE 54458 MESH WEAVE ECOWORX® TILE 54815 MULTIPLICITY 18" X 36" ECOWORX® TILE 54594 MULTIPLICITY ECOWORX® TILE 54589 MYSTIFY ECOWORX® TILE J0108 NO LIMITS ECOWORX® TILE 54896 OFF BEAT STRATAWORX® TILE 54842 PURE ATTITUDE ECOWORX® TILE J0136 QUICK CHANGE ECOWORX® TILE 54843 RAW BEAUTY ECOWORX® TILE J0177 RENDERED BARK ECOWORX® TILE J0178 RENDERED LINES ECOWORX® TILE J0179 RENDERED ROCK ECOWORX® TILE 54758 REVEAL ECOWORX® TILE 54876 RHYTHM ECOWORX® TILE 54834 RIDGES 18" X 36" ECOWORX® TILE J0116 RIPPLE EFFECT ECOWORX® TILE 54811 SHIFTING GEARS ECOWORX® TILE 54488 SOUND ADVICE ECOWORX® TILE 54564 STATIC ECOWORX® TILE 54587 STEP ON IT ECOWORX® TILE 54860 STEP RIGHT IN ECOWORX® TILE 54727 STRAIGHT & NARROW ECOWORX® TILE 54810 STRAIGHT SHIFT ECOWORX® TILE 54695 SUCCESSION ECOWORX® TILE 54440 SWIZZLE ECOWORX® TILE J0126 SYNC UP ECOWORX® TILE 54861 TAKE A TURN ECOWORX® TILE 54849 TIDEWATER 18" X 36" ECOWORX® TILE 54748 TRAVERSE ECOWORX® TILE 54749 TREAD ON ME ECOWORX® TILE 54754 TWIST IT ECOWORX® TILE 54521 UNITARY ECOWORX® TILE 54475 UNSCRIPTED ECOWORX® TILE 54804 URBAN GEOMETRY ECOWORX® TILE 54755 WARP IT ECOWORX® TILE 54897 WILDSTYLE STRATAWORX® TILE 54492 WIRED ECOWORX® TILE 54756 WONDER ECOWORX® TILE 54796 ZING ECOWORX® TILE PERFORMANCE TURF 54712 ADRENALINE 5MM 54653 ADRENALINE UNITARY 54731 FREE TIME 5MM 54732 FREE TIME UNITARY 54716 INTENSIFY UNITARY Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 54743 LAUNCH UNITARY RESILIENT 5456V BEYOND STONE 5401V BOSK 5402V BOSK PRO 4" 5413V BOSK PRO 6" 5441V BURNISHED 5520V BY THE GROVE SD 5528V COLORWASHED 5423V CONNECTION 4" 5424V CONNECTION 6" 5400V FRESCO 5533V G-FORCE 12 5545V G-FORCE 20 5468V IN THE GRAIN 5472V IN THE GRAIN 20 5524V IN THE GRAIN II 12 5525V IN THE GRAIN II 20 5536V IN THE GRAIN II 30 5542V IN THE GRAIN II WPC 5521V IN THE PARK SD 5443V IT'S A SNAP 5543V LINE OF SIGHT 5452V MARBLED 5453V MARBLED 20 5513V MESA TRAIL 5471V ORGANIC STRUCTURE 5425V PERSONALITY 5442V PERSONALITY 20 5544V REVIVAL 5512V SIERRA TRACE 5404V SOLACE WR 180' 5470V SOLID STRUCTURE 5458V STONE EFFECTS 5457V STONE MASTER 5454V SUEDED 5522V UNDER THE CANOPY SD 5459V WOOD MIX ADHESIVE G1000 1000 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1000) G1036 1036 - BROADLOOM ADHESIVE W/ ANTIMICROBIAL (BROADLOOM D1036) G1200 1200 - BROADLOOM STANDARD ADHESIVE (BROADLOOM D1200) G3800 3800 - UNIVERSAL INDOOR/OUTDOOR ADHESIVE (BROADLOOM D3800) VS175 4"W X 120'L WALL BASE ROLL (RESILIENT 5008V) G4000 4000 - BROADLOOM SEAM SEALER (BROADLOOM 4000R)(BROADLOOM D4000) VS012 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 212VS) VS009 4100 - RESILIENT 4 GALLON ADHESIVE (RESILIENT 259VS) G9150 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (BROADLOOM 9150R) 9150U 4151 PRESSURE SENSITIVE UNIVERSAL ADHESIVE (TILE 9150T)(BROADLOOM 9150W) G2500 5000 - CARPET TILE STANDARD ADHESIVE (BROADLOOM D5000) N5001 5001 - TILE STANDARD ADHESIVE (BROADLOOM D5001) G5036 5036 - TILE ADHESIVE W/ ANTIMICROBIAL (BROADLOOM 5036R) G5100 5100 - CARPET TILE STANDARD ADHESIVE 4 GAL (BROADLOOM D5100) G7300 7300 - OUTDOOR TURF ADHESIVE G8300 8300 - BROADLOOM MOISTURE IMPERVIOUS SEAM SEALER (BROADLOOM 8300R)(BROADLOOM D8300) G9000 9000 - BARRIER COAT (BROADLOOM D9000) G9050 9050 - FLOOR PRIMER - (BROADLOOM - D9050) AVSCC ADHESIVE ALTERNATIVE -- SHAW ADVANTAGE SYSTEM (AVPHI AND AVQNC) 5017V CARPET REDUCER 5/16" 2U376 COVE TUBE ADHESIVE (RESILIENT 5018V) G3600 ECOWORX BROADLOM WITH FLORSEPT ANTIMICROBIAL (BROADLOOM 3600R)(BROADLOOM D3600) 5000V GROUNDWORKS JUMBO ROLL 2U108 GROUNDWORKS STANDARD ROLL 5430V 1U993 HUSH II 5428V LOKS4 LOK DOT HALF SLEEVE LOK4D LOKWO LOK WORX ADHESIVE SQUARES LWRX1 LOKDR LOKDOTS ADHESIVE DOT SLEEVE (BROADLOOM 01LDR) LOKDA LOKDOTS APPLICATOR (BROADLOOM 01LDA) G9125 MOISTURE TEK 9125R 9125U MOISTURE TEK 9125W, 9125T Canadian - Material ONLY Pricing List - Sourcewell Style Number Style Name Effective: 8/7/2019 - 8/31/2020 8U124 PINLESS METAL TRACK (RESILIENT 5012V) 5022V QUARTER ROUND PROFILE RUBBER 2U982 RESILIENT CARPET REDUCER (RESILIENT 5016V) 5003V SHAW 200 1 GALLON 5004V SHAW 200 4 GALLON 1U864 SHAW 4100 - 1 GAL (BROADLOOM 5408V) 1U865 SHAW 4100 - 1 GAL 5407V 5405V SHAW S150 SPRAY ADHESIVE 5406V SHAW S150 SPRAY ADHESIVE 5U014 SNAP-DOWN T MOLDING 1-1/8" (HARDSURFACE 5013V) 5U015 SNAP-DOWN T-MOLDING 2" (RESILIENT 5014V) 5U013 TILE-CARPET REDUCER 1/8" (RESILIENT 5015V) VS176 TRANSITION TAPE (RESILIENT 5011V) D7303 TURF SEAMING TAPE D7302 TURF SEAMING TAPE ADHESIVE 2U492 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5431V) 2U494 VS-60 VERS/KOVARA 60 (ROLLS)5'X144' LONG ROLLS 12 ROLLS MINIMUM ORDER (TILE 5432V) 2U493 VSM MBX VERS/KOVARA 2.5" TAPE (ROLLS) 2.5'' X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5433V) 2U495 VSM VERS/KOVARA 2" TAPE (ROLLS) 2" X 180' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5434V) 2U496 VSM VERS/KOVARA 4" DS TAPE (ROLLS) 4" X 100' ROLLS/12 ROLLS PER CARTON 1 CARTON MINIMUM ORDER (TILE 5435V) VS174 WALL BASE 1 GALLON ADHESIVE (RESILIENT 5019V) *If exchange rate is ± 10%, then we will reevaluate and adjust accordingly, from current value. Pricing includes brokerage fees and exchange rates. *Canadian pricing are material only - Labor rate are not applicable in Canada 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. Type UOM Canadian Price (CAD) BROADLOOM CARPET SY 31.87$ BROADLOOM CARPET SY 18.68$ BROADLOOM CARPET SY 24.07$ BROADLOOM CARPET SY 10.95$ BROADLOOM CARPET SY 5.66$ BROADLOOM CARPET SY 7.84$ BROADLOOM CARPET SY 9.50$ BROADLOOM CARPET SY 10.95$ BROADLOOM CARPET SY 23.21$ BROADLOOM CARPET SY 44.76$ BROADLOOM CARPET SY 20.71$ BROADLOOM CARPET SY 26.19$ BROADLOOM CARPET SY 14.44$ BROADLOOM CARPET SY 24.31$ BROADLOOM CARPET SY 28.38$ BROADLOOM CARPET SY 84.36$ BROADLOOM CARPET SY 36.39$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 31.51$ BROADLOOM CARPET SY 38.64$ BROADLOOM CARPET SY 15.58$ BROADLOOM CARPET SY 18.76$ BROADLOOM CARPET SY 17.90$ BROADLOOM CARPET SY 62.78$ BROADLOOM CARPET SY 33.15$ BROADLOOM CARPET SY 24.70$ BROADLOOM CARPET SY 28.00$ BROADLOOM CARPET SY 31.17$ BROADLOOM CARPET SY 22.06$ BROADLOOM CARPET SY 44.76$ BROADLOOM CARPET SY 28.18$ BROADLOOM CARPET SY 9.47$ BROADLOOM CARPET SY 20.84$ BROADLOOM CARPET SY 24.62$ BROADLOOM CARPET SY 16.09$ BROADLOOM CARPET SY 22.32$ BROADLOOM CARPET SY 26.37$ BROADLOOM CARPET SY 31.51$ BROADLOOM CARPET SY 22.59$ BROADLOOM CARPET SY 40.88$ BROADLOOM CARPET SY 16.32$ BROADLOOM CARPET SY 16.35$ BROADLOOM CARPET SY 20.11$ BROADLOOM CARPET SY 19.72$ BROADLOOM CARPET SY 17.44$ BROADLOOM CARPET SY 26.42$ BROADLOOM CARPET SY 15.29$ BROADLOOM CARPET SY 17.79$ BROADLOOM CARPET SY 39.79$ BROADLOOM CARPET SY 24.87$ BROADLOOM CARPET SY 38.13$ BROADLOOM CARPET SY 17.93$ BROADLOOM CARPET SY 24.62$ BROADLOOM CARPET SY 24.00$ BROADLOOM CARPET SY 31.99$ BROADLOOM CARPET SY 13.75$ BROADLOOM CARPET SY 16.59$ BROADLOOM CARPET SY 31.99$ BROADLOOM CARPET SY 24.87$ BROADLOOM CARPET SY 74.60$ BROADLOOM CARPET SY 34.12$ BROADLOOM CARPET SY 23.78$ BROADLOOM CARPET SY 18.53$ BROADLOOM CARPET SY 17.07$ BROADLOOM CARPET SY 16.76$ BROADLOOM CARPET SY 62.58$ BROADLOOM CARPET SY 14.93$ BROADLOOM CARPET SY 28.75$ BROADLOOM CARPET SY 29.64$ Effective: 8/7/2019 - 8/31/2020 Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 35.98$ BROADLOOM CARPET SY 18.62$ BROADLOOM CARPET SY 14.95$ BROADLOOM CARPET SY 31.48$ BROADLOOM CARPET SY 32.65$ BROADLOOM CARPET SY 15.58$ BROADLOOM CARPET SY 24.80$ BROADLOOM CARPET SY 11.45$ BROADLOOM CARPET SY 16.94$ BROADLOOM CARPET SY 24.67$ BROADLOOM CARPET SY 23.25$ BROADLOOM CARPET SY 19.36$ BROADLOOM CARPET SY 10.15$ BROADLOOM CARPET SY 32.45$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 23.36$ BROADLOOM CARPET SY 18.04$ BROADLOOM CARPET SY 39.79$ BROADLOOM CARPET SY 24.87$ BROADLOOM CARPET SY 15.41$ BROADLOOM CARPET SY 26.64$ BROADLOOM CARPET SY 36.84$ BROADLOOM CARPET SY 31.51$ BROADLOOM CARPET SY 23.84$ BROADLOOM CARPET SY 43.53$ BROADLOOM CARPET SY 19.68$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 24.71$ BROADLOOM CARPET SY 25.60$ BROADLOOM CARPET SY 15.59$ BROADLOOM CARPET SY 11.65$ BROADLOOM CARPET SY 16.56$ BROADLOOM CARPET SY 15.27$ BROADLOOM CARPET SY 86.20$ BROADLOOM CARPET SY 31.51$ BROADLOOM CARPET SY 21.11$ BROADLOOM CARPET SY 57.01$ BROADLOOM CARPET SY 25.20$ BROADLOOM CARPET SY 38.13$ BROADLOOM CARPET SY 16.09$ BROADLOOM CARPET SY 32.69$ BROADLOOM CARPET SY 16.44$ BROADLOOM CARPET SY 16.66$ BROADLOOM CARPET SY 13.77$ BROADLOOM CARPET SY 15.21$ BROADLOOM CARPET SY 14.69$ BROADLOOM CARPET SY 16.04$ BROADLOOM CARPET SY 13.75$ BROADLOOM CARPET SY 26.06$ BROADLOOM CARPET SY 20.05$ BROADLOOM CARPET SY 25.37$ BROADLOOM CARPET SY 26.64$ BROADLOOM CARPET SY 15.73$ BROADLOOM CARPET SY 14.58$ BROADLOOM CARPET SY 16.05$ BROADLOOM CARPET SY 20.58$ BROADLOOM CARPET SY 24.14$ BROADLOOM CARPET SY 28.26$ BROADLOOM CARPET SY 15.78$ BROADLOOM CARPET SY 13.12$ BROADLOOM CARPET SY 27.25$ BROADLOOM CARPET SY 17.74$ BROADLOOM CARPET SY 38.13$ BROADLOOM CARPET SY 16.91$ BROADLOOM CARPET SY 16.56$ BROADLOOM CARPET SY 62.59$ BROADLOOM CARPET SY 21.58$ BROADLOOM CARPET SY 64.65$ BROADLOOM CARPET SY 24.96$ BROADLOOM CARPET SY 26.64$ BROADLOOM CARPET SY 16.62$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 17.18$ BROADLOOM CARPET SY 16.04$ BROADLOOM CARPET SY 15.63$ BROADLOOM CARPET SY 74.60$ BROADLOOM CARPET SY 16.81$ BROADLOOM CARPET SY 16.91$ BROADLOOM CARPET SY 15.58$ BROADLOOM CARPET SY 62.55$ BROADLOOM CARPET SY 16.56$ BROADLOOM CARPET SY 16.66$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 15.10$ BROADLOOM CARPET SY 18.63$ BROADLOOM CARPET SY 19.45$ BROADLOOM CARPET SY 36.48$ BROADLOOM CARPET SY 31.05$ BROADLOOM CARPET SY 17.68$ BROADLOOM CARPET SY 17.19$ BROADLOOM CARPET SY 13.17$ BROADLOOM CARPET SY 16.56$ BROADLOOM CARPET SY 38.05$ BROADLOOM CARPET SY 35.27$ BROADLOOM CARPET SY 38.05$ BROADLOOM CARPET SY 11.45$ BROADLOOM CARPET SY 32.25$ BROADLOOM CARPET SY 36.64$ BROADLOOM CARPET SY 20.05$ BROADLOOM CARPET SY 36.64$ BROADLOOM CARPET SY 33.15$ BROADLOOM CARPET SY 21.90$ BROADLOOM CARPET SY 24.41$ MODULAR CARPET TILE SY 33.09$ MODULAR CARPET TILE SY 43.98$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 39.60$ MODULAR CARPET TILE SY 54.87$ MODULAR CARPET TILE SY 31.65$ MODULAR CARPET TILE SY 41.86$ MODULAR CARPET TILE SY 42.27$ MODULAR CARPET TILE SY 54.71$ MODULAR CARPET TILE SY 32.74$ MODULAR CARPET TILE SY 28.86$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 32.82$ MODULAR CARPET TILE SY 17.14$ MODULAR CARPET TILE SY 17.14$ MODULAR CARPET TILE SY 61.34$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 32.34$ MODULAR CARPET TILE SY 29.39$ MODULAR CARPET TILE SY 50.33$ MODULAR CARPET TILE SY 23.28$ MODULAR CARPET TILE SY 22.53$ MODULAR CARPET TILE SY 59.68$ MODULAR CARPET TILE SY 51.18$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 36.28$ MODULAR CARPET TILE SY 37.68$ MODULAR CARPET TILE SY 35.00$ MODULAR CARPET TILE SY 40.51$ MODULAR CARPET TILE SY 36.76$ MODULAR CARPET TILE SY 45.22$ MODULAR CARPET TILE SY 38.77$ MODULAR CARPET TILE SY 34.49$ MODULAR CARPET TILE SY 30.65$ MODULAR CARPET TILE SY 30.99$ MODULAR CARPET TILE SY 27.98$ MODULAR CARPET TILE SY 25.69$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 24.50$ MODULAR CARPET TILE SY 41.78$ MODULAR CARPET TILE SY 25.62$ MODULAR CARPET TILE SY 32.68$ MODULAR CARPET TILE SY 44.64$ MODULAR CARPET TILE SY 64.65$ MODULAR CARPET TILE SY 38.70$ MODULAR CARPET TILE SY 25.69$ MODULAR CARPET TILE SY 37.81$ MODULAR CARPET TILE SY 27.84$ MODULAR CARPET TILE SY 61.34$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 34.24$ MODULAR CARPET TILE SY 50.33$ MODULAR CARPET TILE SY 41.27$ MODULAR CARPET TILE SY 29.49$ MODULAR CARPET TILE SY 34.01$ MODULAR CARPET TILE SY 32.00$ MODULAR CARPET TILE SY 50.33$ MODULAR CARPET TILE SY 30.79$ MODULAR CARPET TILE SY 32.00$ MODULAR CARPET TILE SY 40.45$ MODULAR CARPET TILE SY 56.36$ MODULAR CARPET TILE SY 31.58$ MODULAR CARPET TILE SY 31.65$ MODULAR CARPET TILE SY 41.73$ MODULAR CARPET TILE SY 43.70$ MODULAR CARPET TILE SY 31.58$ MODULAR CARPET TILE SY 25.49$ MODULAR CARPET TILE SY 28.58$ MODULAR CARPET TILE SY 27.48$ MODULAR CARPET TILE SY 26.03$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 37.15$ MODULAR CARPET TILE SY 27.46$ MODULAR CARPET TILE SY 26.03$ MODULAR CARPET TILE SY 51.60$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 22.75$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 33.15$ MODULAR CARPET TILE SY 58.02$ MODULAR CARPET TILE SY 43.56$ MODULAR CARPET TILE SY 28.07$ MODULAR CARPET TILE SY 35.17$ MODULAR CARPET TILE SY 34.75$ MODULAR CARPET TILE SY 28.15$ MODULAR CARPET TILE SY 45.22$ MODULAR CARPET TILE SY 42.50$ MODULAR CARPET TILE SY 30.79$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 51.18$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 41.03$ MODULAR CARPET TILE SY 40.37$ MODULAR CARPET TILE SY 48.98$ MODULAR CARPET TILE SY 29.39$ MODULAR CARPET TILE SY 30.38$ MODULAR CARPET TILE SY 38.96$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 32.94$ MODULAR CARPET TILE SY 44.76$ MODULAR CARPET TILE SY 44.76$ MODULAR CARPET TILE SY 54.71$ MODULAR CARPET TILE SY 34.81$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 27.28$ MODULAR CARPET TILE SY 28.86$ MODULAR CARPET TILE SY 31.50$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 37.81$ MODULAR CARPET TILE SY 29.16$ MODULAR CARPET TILE SY 29.39$ MODULAR CARPET TILE SY 39.42$ MODULAR CARPET TILE SY 38.77$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 49.73$ MODULAR CARPET TILE SY 48.98$ MODULAR CARPET TILE SY 43.99$ MODULAR CARPET TILE SY 44.64$ MODULAR CARPET TILE SY 27.95$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 48.98$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 28.49$ MODULAR CARPET TILE SY 35.88$ MODULAR CARPET TILE SY 35.88$ MODULAR CARPET TILE SY 35.88$ MODULAR CARPET TILE SY 35.88$ MODULAR CARPET TILE SY 37.02$ MODULAR CARPET TILE SY 27.54$ MODULAR CARPET TILE SY 42.98$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 39.79$ MODULAR CARPET TILE SY 31.13$ MODULAR CARPET TILE SY 44.64$ MODULAR CARPET TILE SY 42.27$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 34.83$ MODULAR CARPET TILE SY 59.68$ MODULAR CARPET TILE SY 41.52$ MODULAR CARPET TILE SY 37.25$ MODULAR CARPET TILE SY 30.70$ MODULAR CARPET TILE SY 51.39$ MODULAR CARPET TILE SY 51.39$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 30.70$ MODULAR CARPET TILE SY 38.66$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 64.65$ MODULAR CARPET TILE SY 22.92$ MODULAR CARPET TILE SY 38.66$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 42.27$ MODULAR CARPET TILE SY 38.96$ MODULAR CARPET TILE SY 38.76$ MODULAR CARPET TILE SY 35.07$ MODULAR CARPET TILE SY 27.57$ MODULAR CARPET TILE SY 33.15$ MODULAR CARPET TILE SY 38.96$ MODULAR CARPET TILE SY 17.14$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 40.40$ MODULAR CARPET TILE SY 41.27$ MODULAR CARPET TILE SY 39.79$ MODULAR CARPET TILE SY 29.39$ MODULAR CARPET TILE SY 29.99$ MODULAR CARPET TILE SY 33.89$ MODULAR CARPET TILE SY 61.34$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 31.58$ MODULAR CARPET TILE SY 41.27$ MODULAR CARPET TILE SY 21.85$ MODULAR CARPET TILE SY 39.69$ MODULAR CARPET TILE SY 48.22$ MODULAR CARPET TILE SY 24.04$ MODULAR CARPET TILE SY 91.18$ MODULAR CARPET TILE SY 35.07$ MODULAR CARPET TILE SY 17.33$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 42.27$ MODULAR CARPET TILE SY 39.25$ MODULAR CARPET TILE SY 29.56$ MODULAR CARPET TILE SY 56.36$ MODULAR CARPET TILE SY 41.03$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 30.93$ MODULAR CARPET TILE SY 39.60$ MODULAR CARPET TILE SY 43.10$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 36.65$ MODULAR CARPET TILE SY 32.00$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 29.55$ MODULAR CARPET TILE SY 32.74$ MODULAR CARPET TILE SY 32.72$ MODULAR CARPET TILE SY 24.04$ MODULAR CARPET TILE SY 24.04$ MODULAR CARPET TILE SY 37.15$ MODULAR CARPET TILE SY 36.28$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 33.15$ MODULAR CARPET TILE SY 28.87$ MODULAR CARPET TILE SY 35.40$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 37.04$ MODULAR CARPET TILE SY 24.04$ MODULAR CARPET TILE SY 49.73$ MODULAR CARPET TILE SY 39.94$ MODULAR CARPET TILE SY 31.58$ MODULAR CARPET TILE SY 21.85$ MODULAR CARPET TILE SY 39.79$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 48.22$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 35.07$ MODULAR CARPET TILE SY 34.54$ MODULAR CARPET TILE SY 17.14$ MODULAR CARPET TILE SY 30.79$ MODULAR CARPET TILE SY 24.50$ MODULAR CARPET TILE SY 28.01$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 28.01$ MODULAR CARPET TILE SY 44.64$ MODULAR CARPET TILE SY 45.07$ MODULAR CARPET TILE SY 45.68$ MODULAR CARPET TILE SY 28.15$ MODULAR CARPET TILE SY 28.18$ MODULAR CARPET TILE SY 32.82$ MODULAR CARPET TILE SY 31.65$ MODULAR CARPET TILE SY 36.28$ MODULAR CARPET TILE SY 27.69$ MODULAR CARPET TILE SY 36.61$ MODULAR CARPET TILE SY 31.65$ MODULAR CARPET TILE SY 41.03$ MODULAR CARPET TILE SY 26.78$ MODULAR CARPET TILE SY 39.60$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 48.07$ MODULAR CARPET TILE SY 39.79$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 27.54$ MODULAR CARPET TILE SY 37.04$ MODULAR CARPET TILE SY 43.98$ MODULAR CARPET TILE SY 33.40$ MODULAR CARPET TILE SY 33.29$ MODULAR CARPET TILE SY 33.85$ MODULAR CARPET TILE SY 43.84$ MODULAR CARPET TILE SY 49.73$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 SHEET RESILIENT SY 9.68$ SHEET RESILIENT SY 39.36$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ ACCESSORIES - SHEET RESILIENT ROLL 104.59$ SHEET RESILIENT SY 38.84$ MODULAR RESILIENT SF 1.99$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 1.63$ SHEET RESILIENT ROLL 39.02$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)60.84$ SHEET RESILIENT SY 39.76$ MODULAR RESILIENT SF 4.00$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.73$ MODULAR RESILIENT SF 3.84$ MODULAR RESILIENT SF 3.69$ MODULAR RESILIENT SF 4.74$ MODULAR RESILIENT SF 3.43$ UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (280 SF)329.56$ MODULAR RESILIENT SF 5.97$ SHEET RESILIENT SY 47.78$ MODULAR RESILIENT SF 4.00$ MODULAR RESILIENT SF 5.97$ MODULAR RESILIENT SF 3.47$ MODULAR RESILIENT SF 3.63$ MODULAR RESILIENT SF 3.69$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.27$ MODULAR RESILIENT SF 6.90$ MODULAR RESILIENT SF 2.06$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 2.27$ SHEET RESILIENT SY 37.60$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ MODULAR RESILIENT SF 4.74$ MODULAR RESILIENT SF 3.43$ MODULAR RESILIENT SF 2.06$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 4.71$ SHEET RESILIENT SY 33.57$ MODULAR RESILIENT SF 6.77$ SHEET RESILIENT SY 41.13$ SHEET RESILIENT SY 47.41$ SHEET RESILIENT SY 60.78$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)100.99$ SHEET RESILIENT SY 33.57$ MODULAR RESILIENT SF 3.81$ MODULAR RESILIENT SF 6.27$ MODULAR RESILIENT SF 4.32$ MODULAR RESILIENT SF 3.76$ MODULAR RESILIENT SF 3.76$ SHEET RESILIENT SY 33.57$ ACCESSORIES - SHEET RESILIENT ROLL 55.31$ MODULAR RESILIENT SF 2.06$ MODULAR RESILIENT SF 3.76$ MODULAR RESILIENT SF 1.63$ MODULAR RESILIENT SF 2.07$ MODULAR RESILIENT SF 3.17$ MODULAR RESILIENT SF 3.82$ ACCESSORIES - MODULAR RESILIENT EA 39.38$ ACCESSORIES - MODULAR RESILIENT EA 39.38$ ACCESSORIES - MODULAR RESILIENT EA 46.81$ ACCESSORIES - MODULAR RESILIENT EA 39.38$ ACCESSORIES - MODULAR RESILIENT EA 39.38$ ACCESSORIES - MODULAR RESILIENT EA 46.81$ MODULAR RESILIENT SF 6.18$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 4.32$ SHEET RESILIENT SY 32.96$ ACCESSORIES - SHEET RESILIENT ROLL 55.31$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ADHESIVE - STATIC SMART TILE 4 GAL PAIL 398.68$ ADHESIVE - STATIC SMART TILE 1 GAL PAIL 104.54$ MODULAR CARPET TILE SY 28.01$ STATIC SMART TILE SY 58.86$ STATIC SMART TILE PAIL 352.61$ STATIC SMART TILE PAIL 95.68$ ADHESIVE - STATIC SMART TILE EA 10.61$ MODULAR CARPET TILE SY 28.01$ STATIC SMART TILE SY 57.16$ ADHESIVE - STATIC SMART TILE EA 14.16$ STATIC SMART TILE SY 71.69$ STATIC SMART TILE SY 58.86$ STATIC SMART TILE SY 39.49$ STATIC SMART TILE SY 58.48$ STATIC SMART TILE SF 5.69$ MODULAR CARPET TILE SY 28.07$ ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 53.09$ ADHESIVE - BROADLOOM CARPET 4 GAL PAIL $ 66.77 ADHESIVE - BROADLOOM CARPET 4 GAL PAIL $ 46.97 ADHESIVE - BROADLOOM CARPET 4 GAL PAIL $ 68.63 ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL $ 68.63 ACCESSORIES - WALL BASE ROLL 136.75$ ACCESSORIES - WALL BASE ROLL (120 LF)130.19$ ACCESSORIES - WALL BASE ROLL (120 LF)130.19$ ACCESSORIES - WALL BASE BOX (6/BOX)136.03$ ACCESSORIES - WALL BASE BOX (6/BOX)136.03$ ADHESIVE - BROADLOOM CARPET 1 QT BOTTLE 15.26$ ADHESIVE - RESILIENT 1 GAL PAIL 61.79$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT EA 230.14$ ADHESIVE - MODULAR CARPET TILE EA 230.14$ ADHESIVE - BROADLOOM CARPET EA 230.14$ ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 108.37$ ADHESIVE - MODULAR CARPET TILE 1 GAL PAIL 31.24$ STATIC SMART TILE 1 GAL PAIL 95.68$ STATIC SMART TILE 4 GAL PAIL 352.61$ ADHESIVE - STATIC SMART TILE EA 10.61$ ADHESIVE - STATIC SMART TILE EA 14.16$ ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 120.77$ ADHESIVE - MODULAR CARPET TILE 4 GAL PAIL 105.71$ ACCESSORIES - WALL BASE BOX (6/BOX)219.04$ ADHESIVE - BROADLOOM CARPET 4 GAL PAIL 125.60$ ADHESIVE - BROADLOOM/MODULAR CARPET 4 GAL PAIL 127.02$ ADHESIVE - BROADLOOM CARPET 2 GAL PAIL 121.37$ ADHESIVE - BROADLOOM CARPET 8 OZ BOTTLE $ 9.09 ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 272.67$ ADHESIVE - BROADLOOM CARPET 2.5 GAL PAIL 272.67$ ADHESIVE - MODULAR CARPET TILE 2.5 GAL PAIL 272.67$ ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - MODULAR CARPET/RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - BROADLOOM/MODULAR CARPET ROLL $ 459.93 ADHESIVE - MODULAR CARPET TILE ROLL $ 459.93 ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)94.44$ ADHESIVE - MODULAR CARPET TILE EA 230.24$ ACCESSORIES - WELD ROD ROLL 54.41$ ACCESSORIES - STATIC SMART TILE EA 6.12$ ADHESIVE - RESILIENT TUBE (30 OZ)108.50$ UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 290.10$ UNDERLAYMENT CUSHION - MODULAR CARPET (ECOWORX ONLY)ROLL 525.55$ ADHESIVE - BROADLOOM CARPET 4 GAL PAIL $ 69.12 Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 UNDERLAYMENT ACOUSTICAL - RESILIENT ROLL (100 SF)90.68$ ADHESIVE - MODULAR CARPET TILE SLEEVE (250 SY)460.48$ ADHESIVE - MODULAR CARPET TILE EA 92.10$ ADHESIVE - MODULAR CARPET TILE 1 229.10$ ADHESIVE - RESILIENT 4 GALLON PAIL 110.24$ 2 PART EPOXY MOISTURE MITIGATION - BROADLOOM CARPET KIT 949.91$ 2 PART EPOXY MOISTURE MITIGATION - RESILIENT KIT 949.91$ 2 PART EPOXY MOISTURE MITIGATION - MODULAR CARPET KIT 949.91$ ADHESIVE - RESILIENT BOX (5/BOX)42.10$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)76.96$ ACCESSORIES - MODULAR RESILIENT BOX (10/BOX)21.06$ ACCESSORIES - MODULAR RESILIENT BOX (12/BOX)155.46$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)102.03$ ADHESIVE - RESILIENT KIT (47 LF)3.84$ ADHESIVE - RESILIENT CAN 42.41$ ADHESIVE - RESILIENT 4 GAL PAIL 141.21$ ADHESIVE - RESILIENT MODULAR 1 GAL PAIL 55.49$ ADHESIVE - RESILIENT ROLL 1 GAL PAIL 55.49$ ADHESIVE - RESILIENT 2 GAL PAIL 139.68$ ADHESIVE - RESILIENT CAN 42.41$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)71.13$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)82.78$ ADHESIVE - BROADLOOM EA 995.28$ ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)51.82$ ACCESSORIES - MODULAR RESILIENT BOX (3/BOX)90.36$ ACCESSORIES - MODULAR RESILIENT BOX (5/BOX)42.10$ ADHESIVE - ENGINEERED HARDWOOD ROLL (25 FT)12.56$ UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 2,993.12$ UNDERLAYMENT MOSITURE BARRIER - MODULAR CARPET ROLL 1,045.29$ ADHESIVE - ENGINEERED HARDWOOD ROLL 82.89$ ADHESIVE - ENGINEERED HARDWOOD ROLL 102.84$ ADHESIVE - ENGINEERED HARDWOOD ROLL 99.77$ ADHESIVE - ENGINEERED HARDWOOD 1 GAL PAIL 34.01$ ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ENGINEERED HARDWOOD SF 8.66$ ENGINEERED HARDWOOD SF 9.39$ ENGINEERED HARDWOOD SF 9.39$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.15$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ADHESIVE - ENGINEERED HARDWOOD EA 160.50$ ENGINEERED HARDWOOD SF 7.50$ ENGINEERED HARDWOOD SF 7.50$ ENGINEERED HARDWOOD SF 15.68$ ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - ENGINEERED HARDWOOD EA 76.53$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 46.81$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.15$ MODULAR RESILIENT - CORETEC SF 4.38$ MODULAR RESILIENT - CORETEC SF 5.10$ MODULAR RESILIENT - CORETEC SF 4.52$ MODULAR RESILIENT - CORETEC SF 3.60$ MODULAR RESILIENT - CORETEC SF 5.01$ ACCESSORIES - ENGINEERED HARDWOOD EA 61.67$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - MODULAR RESILIENT CORETEC EA 39.38$ ACCESSORIES - TRIMS/TRANSITIONS EA 39.38$ ENGINEERED HARDWOOD SF 6.71$ ENGINEERED HARDWOOD SF 5.33$ ENGINEERED HARDWOOD SF 7.84$ ACCESSORIES - ENGINEERED HARDWOOD EA 26.46$ ACCESSORIES - ENGINEERED HARDWOOD EA 55.82$ ACCESSORIES - ENGINEERED HARDWOOD EA 67.77$ ACCESSORIES - ENGINEERED HARDWOOD EA 70.55$ ACCESSORIES - ENGINEERED HARDWOOD EA 79.73$ ACCESSORIES - ENGINEERED HARDWOOD EA 72.96$ ENGINEERED HARDWOOD SF 8.90$ ENGINEERED HARDWOOD SF 6.35$ ENGINEERED HARDWOOD SF 4.48$ ENGINEERED HARDWOOD SF 9.75$ ACCESSORIES - ENGINEERED HARDWOOD EA 75.76$ ACCESSORIES - ENGINEERED HARDWOOD EA 75.76$ ACCESSORIES - ENGINEERED HARDWOOD EA 103.66$ ACCESSORIES - ENGINEERED HARDWOOD EA 53.82$ ACCESSORIES - ENGINEERED HARDWOOD EA 60.19$ ACCESSORIES - ENGINEERED HARDWOOD EA 69.77$ ACCESSORIES - ENGINEERED HARDWOOD EA 63.84$ LAMINATE - ACCESSORIES EA 9.65$ LAMINATE - ACCESSORIES EA 8.52$ LAMINATE SF 3.73$ LAMINATE SF 4.25$ LAMINATE - ACCESSORIES EA 9.30$ LAMINATE - ACCESSORIES EA 24.68$ LAMINATE - ACCESSORIES EA 11.02$ LAMINATE SF 2.72$ LAMINATE - ACCESSORIES ROLL 29.30$ LAMINATE - ACCESSORIES ROLL 65.34$ LAMINATE - ACCESSORIES ROLL 65.34$ LAMINATE - ACCESSORIES ROLL 529.44$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 LAMINATE - ACCESSORIES EA 29.81$ LAMINATE - ACCESSORIES EA 24.68$ LAMINATE - ACCESSORIES EA 23.28$ ADHESIVE - ENGINEERED HARDWOOD PAIL 126.63$ ADHESIVE - ENGINEERED HARDWOOD EA 206.19$ ADHESIVE - ENGINEERED HARDWOOD EA 9.13$ ADHESIVE - ENGINEERED HARDWOOD PAIL 191.87$ ADHESIVE - ENGINEERED HARDWOOD PAIL 191.87$ ADHESIVE - ENGINEERED HARDWOOD EA 42.96$ ADHESIVE - ENGINEERED HARDWOOD QT 26.08$ Type UOM Canadian Price (CAD) BROADLOOM CARPET SY 13.51$ BROADLOOM CARPET SY 24.87$ BROADLOOM CARPET SY 16.32$ BROADLOOM CARPET SY 25.62$ BROADLOOM CARPET SY 25.62$ BROADLOOM CARPET SY 17.79$ BROADLOOM CARPET SY 22.84$ BROADLOOM CARPET SY 18.57$ BROADLOOM CARPET SY 31.50$ BROADLOOM CARPET SY 15.70$ BROADLOOM CARPET SY 13.94$ BROADLOOM CARPET SY 13.91$ BROADLOOM CARPET SY 13.91$ BROADLOOM CARPET SY 30.25$ BROADLOOM CARPET SY 36.53$ BROADLOOM CARPET SY 19.79$ BROADLOOM CARPET SY 18.31$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 32.59$ BROADLOOM CARPET SY 14.76$ BROADLOOM CARPET SY 19.48$ BROADLOOM CARPET SY 31.50$ BROADLOOM CARPET SY 15.76$ BROADLOOM CARPET SY 30.25$ BROADLOOM CARPET SY 19.48$ BROADLOOM CARPET SY 16.53$ BROADLOOM CARPET SY 19.92$ BROADLOOM CARPET SY 15.41$ BROADLOOM CARPET SY 13.17$ BROADLOOM CARPET SY 13.94$ BROADLOOM CARPET SY 13.94$ BROADLOOM CARPET SY 26.78$ BROADLOOM CARPET SY 16.85$ BROADLOOM CARPET SY 37.68$ BROADLOOM CARPET SY 12.82$ BROADLOOM CARPET SY 18.43$ BROADLOOM CARPET SY 30.25$ BROADLOOM CARPET SY 14.84$ BROADLOOM CARPET SY 23.98$ BROADLOOM CARPET SY 14.70$ BROADLOOM CARPET SY 39.18$ BROADLOOM CARPET SY 15.92$ BROADLOOM CARPET SY 31.16$ BROADLOOM CARPET SY 28.12$ BROADLOOM CARPET SY 44.76$ BROADLOOM CARPET SY 14.92$ BROADLOOM CARPET SY 12.43$ BROADLOOM CARPET SY 20.11$ BROADLOOM CARPET SY 14.46$ BROADLOOM CARPET SY 16.39$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 39.18$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 16.29$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 17.48$ BROADLOOM CARPET SY 23.84$ BROADLOOM CARPET SY 13.98$ BROADLOOM CARPET SY 18.11$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 21.24$ BROADLOOM CARPET SY 15.38$ BROADLOOM CARPET SY 18.24$ BROADLOOM CARPET SY 15.26$ BROADLOOM CARPET SY 18.24$ BROADLOOM CARPET SY 18.24$ BROADLOOM CARPET SY 19.48$ BROADLOOM CARPET SY 31.50$ BROADLOOM CARPET SY 16.35$ BROADLOOM CARPET SY 14.92$ BROADLOOM CARPET SY 16.09$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 34.28$ MODULAR CARPET TILE SY 27.50$ MODULAR CARPET TILE SY 27.58$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 37.68$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 33.91$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 36.17$ MODULAR CARPET TILE SY 36.17$ MODULAR CARPET TILE SY 45.21$ MODULAR CARPET TILE SY 34.38$ MODULAR CARPET TILE SY 40.83$ MODULAR CARPET TILE SY 32.26$ MODULAR CARPET TILE SY 32.57$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 28.60$ MODULAR CARPET TILE SY 36.61$ MODULAR CARPET TILE SY 47.25$ MODULAR CARPET TILE SY 36.17$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 28.60$ MODULAR CARPET TILE SY 30.04$ MODULAR CARPET TILE SY 32.33$ MODULAR CARPET TILE SY 34.81$ MODULAR CARPET TILE SY 34.81$ MODULAR CARPET TILE SY 41.44$ MODULAR CARPET TILE SY 36.47$ MODULAR CARPET TILE SY 34.86$ MODULAR CARPET TILE SY 29.84$ MODULAR CARPET TILE SY 34.35$ MODULAR CARPET TILE SY 29.84$ MODULAR CARPET TILE SY 34.35$ MODULAR CARPET TILE SY 27.35$ MODULAR CARPET TILE SY 31.47$ MODULAR CARPET TILE SY 32.20$ MODULAR CARPET TILE SY 21.16$ MODULAR CARPET TILE SY 27.81$ MODULAR CARPET TILE SY 21.16$ MODULAR CARPET TILE SY 34.28$ MODULAR CARPET TILE SY 43.93$ MODULAR CARPET TILE SY 40.61$ MODULAR CARPET TILE SY 45.22$ MODULAR CARPET TILE SY 40.61$ MODULAR CARPET TILE SY 40.19$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 33.09$ MODULAR CARPET TILE SY 28.66$ MODULAR CARPET TILE SY 43.93$ MODULAR CARPET TILE SY 28.78$ MODULAR CARPET TILE SY 36.47$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 24.08$ MODULAR CARPET TILE SY 25.27$ MODULAR CARPET TILE SY 38.57$ MODULAR CARPET TILE SY 24.79$ MODULAR CARPET TILE SY 43.93$ MODULAR CARPET TILE SY 33.91$ MODULAR CARPET TILE SY 30.05$ MODULAR CARPET TILE SY 37.30$ MODULAR CARPET TILE SY 33.80$ MODULAR CARPET TILE SY 18.95$ MODULAR CARPET TILE SY 30.42$ MODULAR CARPET TILE SY 34.28$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 28.60$ MODULAR CARPET TILE SY 31.70$ MODULAR CARPET TILE SY 32.37$ MODULAR CARPET TILE SY 27.35$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 33.91$ MODULAR CARPET TILE SY 40.29$ MODULAR CARPET TILE SY 28.75$ MODULAR CARPET TILE SY 18.21$ MODULAR CARPET TILE SY 37.68$ MODULAR CARPET TILE SY 45.22$ MODULAR CARPET TILE SY 43.93$ MODULAR CARPET TILE SY 25.33$ MODULAR CARPET TILE SY 39.96$ MODULAR CARPET TILE SY 23.28$ MODULAR CARPET TILE SY 54.03$ MODULAR CARPET TILE SY 40.19$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 39.80$ MODULAR CARPET TILE SY 27.50$ MODULAR CARPET TILE SY 56.36$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 34.01$ MODULAR CARPET TILE SY 33.01$ MODULAR CARPET TILE SY 27.50$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 18.95$ MODULAR CARPET TILE SY 33.01$ MODULAR CARPET TILE SY 26.37$ MODULAR CARPET TILE SY 26.37$ MODULAR CARPET TILE SY 24.08$ MODULAR CARPET TILE SY 27.57$ MODULAR CARPET TILE SY 45.21$ MODULAR CARPET TILE SY 39.37$ MODULAR CARPET TILE SY 27.35$ MODULAR CARPET TILE SY 17.33$ MODULAR CARPET TILE SY 26.37$ MODULAR CARPET TILE SY 31.90$ MODULAR CARPET TILE SY 31.30$ MODULAR CARPET TILE SY 31.40$ MODULAR CARPET TILE SY 34.26$ MODULAR CARPET TILE SY 30.82$ MODULAR CARPET TILE SY 21.16$ MODULAR CARPET TILE SY 28.64$ MODULAR CARPET TILE SY 24.08$ MODULAR CARPET TILE SY 29.32$ MODULAR CARPET TILE SY 38.13$ MODULAR CARPET TILE SY 45.21$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 40.18$ MODULAR CARPET TILE SY 25.42$ MODULAR CARPET TILE SY 28.21$ MODULAR CARPET TILE SY 43.84$ MODULAR CARPET TILE SY 33.15$ MODULAR CARPET TILE SY 31.50$ MODULAR CARPET TILE SY 28.78$ MODULAR RESILIENT SF 4.06$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR RESILIENT SF 8.19$ MODULAR RESILIENT SF 8.01$ MODULAR RESILIENT SF 9.50$ MODULAR RESILIENT SF 8.01$ MODULAR RESILIENT SF 8.01$ MODULAR RESILIENT SF 8.41$ MODULAR RESILIENT SF 9.02$ ACCESSORIES - SHEET RESILIENT ROLL (500 LF)178.33$ MODULAR RESILIENT SF 3.63$ MODULAR RESILIENT SF 4.32$ SHEET RESILIENT SY 47.41$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)100.99$ ACCESSORIES - SHEET RESILIENT ROLL (180 LF)58.88$ SHEET RESILIENT SY 38.35$ MODULAR RESILIENT SF 3.27$ MODULAR RESILIENT SF 4.71$ SHEET RESILIENT SY 3.06$ MODULAR RESILIENT SF 2.88$ SHEET RESILIENT SY 4.54$ SHEET RESILIENT SY 3.92$ MODULAR RESILIENT SF 3.63$ MODULAR RESILIENT SF 3.96$ MODULAR RESILIENT SF 5.61$ SHEET RESILIENT SY 47.11$ SHEET RESILIENT SY 38.84$ ACCESSORIES - SHEET RESILIENT ROLL (100 SF)96.58$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ SHEET RESILIENT SY 32.61$ ACCESSORIES - SHEET RESILIENT ROLL (280 SF)329.56$ SHEET RESILIENT SY 34.69$ MODULAR RESILIENT SF 3.27$ MODULAR RESILIENT SF 5.61$ MODULAR RESILIENT SF 6.82$ MODULAR RESILIENT SF 6.82$ MODULAR RESILIENT SF 6.69$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ SHEET RESILIENT SY 39.36$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 3.92$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.69$ MODULAR RESILIENT SF 3.91$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 2.06$ MODULAR RESILIENT SF 3.76$ MODULAR RESILIENT SF 1.63$ MODULAR RESILIENT SF 2.07$ MODULAR RESILIENT SF 3.17$ MODULAR RESILIENT SF 4.01$ MODULAR RESILIENT SF 3.82$ MODULAR RESILIENT SF 3.27$ MODULAR RESILIENT SF 3.55$ MODULAR RESILIENT SF 3.92$ MODULAR RESILIENT SF 6.82$ MODULAR RESILIENT SF 6.69$ MODULAR RESILIENT SF 2.27$ ADHESIVE - BROADLOOM 4 GAL PAIL 53.09$ ADHESIVE - BROADLOOM 4 GAL PAIL $ 66.77 ADHESIVE - BROADLOOM 4 GAL PAIL $ 46.97 ADHESIVE - BROADLOOM/TILE 4 GAL PAIL $ 68.63 ADHESIVE - RESILIENT ROLL 127.74$ ADHESIVE - RESILIENT ROLL (120 LF)130.19$ ADHESIVE - BROADLOOM 4 GAL PAIL 15.26$ ADHESIVE - RESILIENT 1 GAL PAIL 55.49$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - BROADLOOM/TILE 4 GAL PAIL $ 230.14 ADHESIVE - TILE 4 GAL PAIL 108.37$ TILE 1 GAL PAIL 31.24$ ADHESIVE - TILE 4 GAL PAIL 120.77$ ADHESIVE - TILE 1 GAL PAIL 105.71$ ADHESIVE - BROADLOOM 4 GAL PAIL 125.60$ ADHESIVE - TILE PAIL 127.02$ ADHESIVE - BROADLOOM 8 OZ BOTTLE $ 9.09 ADHESIVE - BROADLOOM 2.5 GAL PAIL 280.23$ ADHESIVE - BROADLOOM PAIL 272.67$ ADHESIVE - BROADLOOM/RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - TILE/RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - RESILIENT 4 GAL PAIL 80.12$ ADHESIVE - BROADLOOM ROLL (55.5 SY) $ 459.92 ADHESIVE - TILE ROLL $ 459.93 RESILIENT EA 120.42$ RESILIENT EA 93.48$ RESILIENT EA 37.76$ RESILIENT EA 31.46$ RESILIENT Box 26.55$ SUNDRIES ROLL (82FT)334.89$ RESILIENT EA 36.98$ RESILIENT Roll 98.21$ RESILIENT ROLL 130.19$ RESILIENT BOX 154.72$ RESILIENT BOX (3/BOX)94.44$ TILE ROLL 253.26$ RESILIENT BOX 177.93$ RESILIENT TUBE (30 OZ)108.50$ ADHESIVE - TILE ROLL 290.10$ ADHESIVE - BROADLOOM SY 525.55$ RESILIENT BOX 154.72$ ADHESIVE - BROADLOOM 4 GAL PAIL 69.12$ RESILIENT BOX 182.40$ RESILIENT EA 43.95$ SUNDRIES CARTON (20 UNITS) 383.73$ ADHESIVE - TILE EA 92.10$ ADHESIVE - TILE SLEEVE (250 SY)460.48$ ADHESIVE - TILE EA 229.10$ SUNDRIES ROLL (82 FT)334.89$ RESILIENT 4 GAL PAIL 121.26$ ADHESIVE - BROADLOOM KIT 949.91$ TILE KIT 949.91$ RESILIENT EA 36.98$ RESILIENT BOX (3/BOX)76.96$ RESILIENT BOX 154.72$ RESILIENT EA 36.98$ RESILIENT BOX (3/BOX)102.03$ ADHESIVE - RESILIENT KIT (47 LF)24.35$ SUNDRIES 4' TREAD 114.42$ ADHESIVE - RESILIENT 4 GAL PAIL 141.21$ ADHESIVE - RESILIENT 2 GALLON PAIL 126.98$ ADHESIVE - RESILIENT CAN 42.41$ ADHESIVE - RESILIENT CAN 42.41$ RESILIENT BOX 136.03$ RESILIENT BOX (3/BOX)71.13$ RESILIENT BOX (3/BOX)82.78$ RESILIENT BOX 136.03$ SUNDRIES ROLL (20 FT)188.38$ SUNDRIES ROLL (50 FT)453.50$ RESILIENT BOX (3/BOX)90.36$ RESILIENT EA 36.98$ RESILIENT ROLL (25 FT)12.56$ TILE ROLL $ 1,045.29 TILE ROLL $ 2,993.12 TILE ROLL $ 82.89 TILE ROLL $ 102.84 Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 TILE ROLL $ 99.77 ADHESIVE - RESILIENT 1 GAL PAIL 34.01$ ACCESSORIES - ENGINEERED HARDWOOD EA 16.63$ ACCESSORIES - ENGINEERED HARDWOOD EA 18.65$ ACCESSORIES - ENGINEERED HARDWOOD EA 18.35$ ACCESSORIES - ENGINEERED HARDWOOD EA 21.05$ ACCESSORIES - ENGINEERED HARDWOOD EA 24.24$ ACCESSORIES - ENGINEERED HARDWOOD EA 28.16$ ACCESSORIES - ENGINEERED HARDWOOD EA 36.76$ ACCESSORIES - ENGINEERED HARDWOOD EA 40.88$ ACCESSORIES - ENGINEERED HARDWOOD ROLL 61.61$ ACCESSORIES - ENGINEERED HARDWOOD EA 22.62$ ACCESSORIES - ENGINEERED HARDWOOD BOX 30.81$ ENGINEERED HARDWOOD SF 3.31$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.97$ ENGINEERED HARDWOOD SF 11.31$ ENGINEERED HARDWOOD SF 3.16$ ACCESSORIES - ENGINEERED HARDWOOD EA 15.87$ ENGINEERED HARDWOOD SF 1.53$ ENGINEERED HARDWOOD SF 1.17$ ENGINEERED HARDWOOD SF 1.37$ ACCESSORIES - ENGINEERED HARDWOOD EA 8.88$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.56$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.52$ ENGINEERED HARDWOOD SF 2.31$ ENGINEERED HARDWOOD SF 2.93$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.20$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.18$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.84$ ENGINEERED HARDWOOD SF 2.38$ ENGINEERED HARDWOOD SF 2.11$ ENGINEERED HARDWOOD SF 2.18$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.01$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.90$ ENGINEERED HARDWOOD SF 2.76$ ENGINEERED HARDWOOD SF 3.13$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.50$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.23$ ENGINEERED HARDWOOD SF 3.03$ ENGINEERED HARDWOOD SF 3.38$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.29$ ENGINEERED HARDWOOD SF 19.21$ ENGINEERED HARDWOOD SF 3.31$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.03$ ENGINEERED HARDWOOD SF 6.51$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.36$ ACCESSORIES - ENGINEERED HARDWOOD EA 12.16$ ACCESSORIES - ENGINEERED HARDWOOD EA 12.16$ ACCESSORIES - ENGINEERED HARDWOOD EA 12.66$ ENGINEERED HARDWOOD SF 17.79$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.18$ ENGINEERED HARDWOOD SF 1.63$ ACCESSORIES - ENGINEERED HARDWOOD EA 1.22$ ENGINEERED HARDWOOD SF 1.40$ ACCESSORIES - ENGINEERED HARDWOOD EA 12.66$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.62$ ACCESSORIES - ENGINEERED HARDWOOD EA 17.83$ ACCESSORIES - ENGINEERED HARDWOOD EA 19.79$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.10$ ACCESSORIES - ENGINEERED HARDWOOD EA 1.83$ ENGINEERED HARDWOOD SF 1.98$ ACCESSORIES - ENGINEERED HARDWOOD EA 9.67$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.80$ ACCESSORIES - ENGINEERED HARDWOOD EA 87.55$ ACCESSORIES - ENGINEERED HARDWOOD ROLL 35.67$ ACCESSORIES - ENGINEERED HARDWOOD EA 129.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 136.19$ ENGINEERED HARDWOOD SF 3.41$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.95$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ACCESSORIES - ENGINEERED HARDWOOD EA 3.11$ ACCESSORIES - ENGINEERED HARDWOOD EA 64.85$ ACCESSORIES - ENGINEERED HARDWOOD EA 158.89$ ACCESSORIES - ENGINEERED HARDWOOD EA 17.34$ ENGINEERED HARDWOOD SF 19.15$ ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 1.67$ ENGINEERED HARDWOOD SF 1.98$ ACCESSORIES - ENGINEERED HARDWOOD EA 9.50$ ACCESSORIES - ENGINEERED HARDWOOD EA 2.78$ ENGINEERED HARDWOOD SF 3.34$ ACCESSORIES - ENGINEERED HARDWOOD EA 15.69$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.06$ ACCESSORIES - ENGINEERED HARDWOOD EA 25.58$ ACCESSORIES - ENGINEERED HARDWOOD EA 598.28$ ADHESIVE - ENGINEERED HARDWOOD PAIL 61.61$ ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 25.94$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.41$ ENGINEERED HARDWOOD SF 2.25$ ENGINEERED HARDWOOD SF 2.56$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.66$ ACCESSORIES - ENGINEERED HARDWOOD EA 22.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.41$ ENGINEERED HARDWOOD SF 2.76$ ENGINEERED HARDWOOD SF 3.13$ ACCESSORIES - ENGINEERED HARDWOOD EA 11.06$ ENGINEERED HARDWOOD SF 4.26$ ENGINEERED HARDWOOD SF 4.03$ ENGINEERED HARDWOOD sf 5.21$ ENGINEERED HARDWOOD SF 5.21$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.05$ ENGINEERED HARDWOOD SF 3.89$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.89$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.89$ ENGINEERED HARDWOOD SF 5.97$ ACCESSORIES - ENGINEERED HARDWOOD EA 15.54$ ENGINEERED HARDWOOD SF 14.49$ ENGINEERED HARDWOOD SF 3.71$ ACCESSORIES - ENGINEERED HARDWOOD EA 466.95$ ACCESSORIES - ENGINEERED HARDWOOD EA 6.29$ ENGINEERED HARDWOOD SF 3.03$ ENGINEERED HARDWOOD SF 3.38$ ACCESSORIES - ENGINEERED HARDWOOD EA 10.78$ ACCESSORIES - ENGINEERED HARDWOOD EA 34.05$ ACCESSORIES - ENGINEERED HARDWOOD EA 43.78$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.68$ ACCESSORIES - ENGINEERED HARDWOOD EA 3.42$ ENGINEERED HARDWOOD SF 2.15$ ENGINEERED HARDWOOD SF 1.85$ ACCESSORIES - ENGINEERED HARDWOOD EA 4.97$ Type UOM Canadian Price (CAD) BROADLOOM CARPET SY 22.93$ BROADLOOM CARPET SY 33.02$ BROADLOOM CARPET SY 17.96$ BROADLOOM CARPET SY 16.35$ BROADLOOM CARPET SY 20.11$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 15.75$ BROADLOOM CARPET SY 11.60$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 32.46$ BROADLOOM CARPET SY 17.97$ BROADLOOM CARPET SY 18.37$ BROADLOOM CARPET SY 24.45$ BROADLOOM CARPET SY 14.78$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 20.86$ BROADLOOM CARPET SY 15.63$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 14.80$ BROADLOOM CARPET SY 27.92$ BROADLOOM CARPET SY 15.27$ BROADLOOM CARPET SY 23.21$ BROADLOOM CARPET SY 18.28$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 22.93$ BROADLOOM CARPET SY 19.79$ BROADLOOM CARPET SY 15.06$ BROADLOOM CARPET SY 15.89$ BROADLOOM CARPET SY 13.68$ BROADLOOM CARPET SY 20.81$ BROADLOOM CARPET SY 21.06$ BROADLOOM CARPET SY 16.05$ BROADLOOM CARPET SY 13.68$ BROADLOOM CARPET SY 32.33$ BROADLOOM CARPET SY 15.90$ BROADLOOM CARPET SY 13.77$ BROADLOOM CARPET SY 15.21$ BROADLOOM CARPET SY 14.69$ BROADLOOM CARPET SY 26.57$ BROADLOOM CARPET SY 16.35$ BROADLOOM CARPET SY 20.11$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 16.16$ BROADLOOM CARPET SY 32.33$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 9.04$ BROADLOOM CARPET SY 12.67$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 20.17$ BROADLOOM CARPET SY 15.83$ BROADLOOM CARPET SY 21.00$ BROADLOOM CARPET SY 16.85$ BROADLOOM CARPET SY 15.83$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 9.04$ BROADLOOM CARPET SY 16.13$ BROADLOOM CARPET SY 19.06$ BROADLOOM CARPET SY 18.37$ BROADLOOM CARPET SY 24.45$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 32.05$ BROADLOOM CARPET SY 18.59$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 18.47$ BROADLOOM CARPET SY 32.46$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 21.87$ BROADLOOM CARPET SY 15.90$ BROADLOOM CARPET SY 25.56$ BROADLOOM CARPET SY 26.57$ BROADLOOM CARPET SY 23.99$ BROADLOOM CARPET SY 18.37$ BROADLOOM CARPET SY 24.45$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 15.29$ BROADLOOM CARPET SY 15.76$ BROADLOOM CARPET SY 27.97$ BROADLOOM CARPET SY 32.05$ BROADLOOM CARPET SY 18.37$ BROADLOOM CARPET SY 17.84$ BROADLOOM CARPET SY 10.64$ BROADLOOM CARPET SY 26.25$ BROADLOOM CARPET SY 22.10$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 16.02$ BROADLOOM CARPET SY 11.47$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 11.47$ BROADLOOM CARPET SY 11.47$ BROADLOOM CARPET SY 11.47$ BROADLOOM CARPET SY 21.87$ BROADLOOM CARPET SY 17.61$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 10.90$ BROADLOOM CARPET SY 11.07$ BROADLOOM CARPET SY 12.65$ BROADLOOM CARPET SY 10.36$ BROADLOOM CARPET SY 29.23$ BROADLOOM CARPET SY 16.84$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 19.06$ BROADLOOM CARPET SY 13.26$ BROADLOOM CARPET SY 17.54$ BROADLOOM CARPET SY 11.88$ BROADLOOM CARPET SY 12.43$ BROADLOOM CARPET SY 12.43$ BROADLOOM CARPET SY 12.99$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 15.29$ BROADLOOM CARPET SY 15.76$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 12.72$ BROADLOOM CARPET SY 16.64$ BROADLOOM CARPET SY 17.74$ BROADLOOM CARPET SY 17.54$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 21.15$ BROADLOOM CARPET SY 12.67$ BROADLOOM CARPET SY 25.42$ BROADLOOM CARPET SY 32.05$ BROADLOOM CARPET SY 25.56$ BROADLOOM CARPET SY 8.76$ BROADLOOM CARPET SY 13.95$ BROADLOOM CARPET SY 18.54$ BROADLOOM CARPET SY 22.93$ BROADLOOM CARPET SY 13.77$ BROADLOOM CARPET SY 15.21$ BROADLOOM CARPET SY 14.69$ BROADLOOM CARPET SY 25.69$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 14.09$ BROADLOOM CARPET SY 20.72$ BROADLOOM CARPET SY 14.09$ MODULAR CARPET TILE SY 28.75$ MODULAR CARPET TILE SY 29.26$ MODULAR CARPET TILE SY 30.97$ MODULAR CARPET TILE SY 29.51$ MODULAR CARPET TILE SY 29.51$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 27.57$ MODULAR CARPET TILE SY 22.36$ MODULAR CARPET TILE SY 31.28$ MODULAR CARPET TILE SY 33.63$ MODULAR CARPET TILE SY 28.00$ MODULAR CARPET TILE SY 20.16$ MODULAR CARPET TILE SY 36.61$ MODULAR CARPET TILE SY 35.09$ MODULAR CARPET TILE SY 40.62$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 23.19$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 MODULAR CARPET TILE SY 20.16$ MODULAR CARPET TILE SY 28.81$ MODULAR CARPET TILE SY 26.66$ MODULAR CARPET TILE SY 17.58$ MODULAR CARPET TILE SY 17.58$ MODULAR CARPET TILE SY 17.58$ MODULAR CARPET TILE SY 16.70$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 27.87$ MODULAR CARPET TILE SY 20.16$ MODULAR CARPET TILE SY 29.49$ MODULAR CARPET TILE SY 16.70$ MODULAR CARPET TILE SY 33.37$ MODULAR CARPET TILE SY 32.79$ MODULAR CARPET TILE SY 18.98$ MODULAR CARPET TILE SY 27.35$ MODULAR CARPET TILE SY 29.01$ MODULAR CARPET TILE SY 30.53$ MODULAR CARPET TILE SY 16.70$ MODULAR CARPET TILE SY 28.75$ MODULAR CARPET TILE SY 26.66$ MODULAR CARPET TILE SY 30.89$ MODULAR CARPET TILE SY 37.59$ MODULAR CARPET TILE SY 23.76$ MODULAR CARPET TILE SY 25.14$ MODULAR CARPET TILE SY 33.37$ MODULAR CARPET TILE SY 34.24$ MODULAR CARPET TILE SY 28.63$ MODULAR CARPET TILE SY 26.80$ MODULAR CARPET TILE SY 29.26$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 18.98$ MODULAR CARPET TILE SY 28.81$ MODULAR CARPET TILE SY 27.81$ MODULAR CARPET TILE SY 28.81$ MODULAR CARPET TILE SY 33.57$ MODULAR CARPET TILE SY 33.57$ MODULAR CARPET TILE SY 34.55$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 33.37$ MODULAR CARPET TILE SY 30.89$ MODULAR CARPET TILE SY 32.03$ MODULAR CARPET TILE SY 24.45$ MODULAR CARPET TILE SY 30.67$ MODULAR CARPET TILE SY 27.94$ MODULAR CARPET TILE SY 40.48$ MODULAR CARPET TILE SY 45.55$ MODULAR CARPET TILE SY 40.61$ MODULAR CARPET TILE SY 24.45$ MODULAR CARPET TILE SY 32.88$ MODULAR CARPET TILE SY 30.18$ MODULAR CARPET TILE SY 32.36$ MODULAR CARPET TILE SY 45.55$ MODULAR CARPET TILE SY 29.51$ MODULAR CARPET TILE SY 49.73$ MODULAR CARPET TILE SY 49.73$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 29.55$ MODULAR CARPET TILE SY 27.81$ MODULAR CARPET TILE SY 28.32$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 18.98$ MODULAR CARPET TILE SY 25.60$ MODULAR CARPET TILE SY 32.19$ MODULAR CARPET TILE SY 26.66$ BROADLOOM CARPET SY 44.34$ BROADLOOM CARPET SY 29.84$ BROADLOOM CARPET SY 42.27$ BROADLOOM CARPET SY 27.91$ BROADLOOM CARPET SY 23.90$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 BROADLOOM CARPET SY 19.06$ MODULAR RESILIENT SF 3.35$ MODULAR RESILIENT SF 2.27$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 4.14$ MODULAR RESILIENT SF 3.28$ MODULAR RESILIENT SF 3.80$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 3.79$ MODULAR RESILIENT SF 1.98$ MODULAR RESILIENT SF 3.34$ MODULAR RESILIENT SF 1.99$ MODULAR RESILIENT SF 3.65$ MODULAR RESILIENT SF 2.07$ MODULAR RESILIENT SF 3.17$ MODULAR RESILIENT SF 3.82$ MODULAR RESILIENT SF 4.27$ MODULAR RESILIENT SF 2.94$ MODULAR RESILIENT SF 4.32$ MODULAR RESILIENT SF 4.66$ MODULAR RESILIENT SF 2.80$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 2.62$ SHEET RESILIENT SY 37.60$ MODULAR RESILIENT SF 2.11$ MODULAR RESILIENT SF 3.97$ MODULAR RESILIENT SF 4.37$ MODULAR RESILIENT SF 3.89$ SHEET RESILIENT SY 60.84$ SHEET RESILIENT SY 39.36$ MODULAR RESILIENT SF 4.40$ MODULAR RESILIENT SF 4.40$ MODULAR RESILIENT SF 3.87$ MODULAR RESILIENT SF 3.33$ MODULAR RESILIENT SF 4.07$ ADHESIVE - BROADLOOM 4 GAL PAIL 53.09$ ADHESIVE - BROADLOOM 4 GAL PAIL 66.77$ ADHESIVE - BROADLOOM 4 GAL PAIL 46.97$ ADHESIVE - BROADLOOM 4 GAL PAIL 68.63$ ADHESIVE - RESILIENT ROLL (120 LF)130.19$ ADHESIVE - BROADLOOM 1 QT BOTTLE 15.26$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - RESILIENT 4 GAL PAIL 181.91$ ADHESIVE - BROADLOOM EA 230.14$ ADHESIVE - BROADLOOM/TILE EA 230.14$ ADHESIVE - BROADLOOM 4 GAL PAIL 108.37$ ADHESIVE - BROADLOOM 1 GAL PAIL 31.24$ ADHESIVE - BROADLOOM 4 GAL PAIL 120.77$ ADHESIVE - BROADLOOM 4 GAL PAIL 105.71$ ADHESIVE - BROADLOOM 2 GAL PAIL 121.37$ ADHESIVE - BROADLOOM 8 OZ BOTTLE 9.09$ ADHESIVE - BROADLOOM 2.5 GAL PAIL 272.67$ ADHESIVE - BROADLOOM 4 GAL PAIL 80.12$ ADHESIVE - BROADLOOM ROLL 459.93$ ADHESIVE - BROADLOOM BOX (3/BOX)94.44$ ADHESIVE - RESILIENT TUBE (30 OZ)108.50$ ADHESIVE - BROADLOOM 4 GAL PAIL 69.12$ ADHESIVE - BROADLOOM ROLL (450 SF)413.09$ RESILIENT ROLL (100 SF)90.68$ ADHESIVE ROLL (280 SF)329.56$ ADHESIVE EA 230.24$ ADHESIVE EA 229.10$ ADHESIVE - BROADLOOM SLEEVE (250 SY)460.48$ ADHESIVE - BROADLOOM SLEEVE (250 SY)92.10$ ADHESIVE KIT 949.91$ ADHESIVE KIT 949.91$ Type UOM Canadian Price (CAD) Effective: 8/7/2019 - 8/31/2020 ADHESIVE - RESILIENT BOX (3/BOX)76.96$ RESILIENT BOX (12/BOX)155.46$ ADHESIVE - RESILIENT BOX (3/BOX)102.03$ ADHESIVE - BROADLOOM 1 GAL PAIL 52.57$ ADHESIVE - BROADLOOM 4 GAL PAIL 139.82$ ADHESIVE 1 GAL PAIL 55.49$ ADHESIVE 1 GAL PAIL 55.49$ ADHESIVE - RESILIENT CAN 42.41$ ADHESIVE - RESILIENT CAN 42.41$ RESILIENT BOX (3/BOX)71.13$ RESILIENT BOX (3/BOX)82.78$ RESILIENT BOX (3/BOX)90.36$ RESILIENT ROLL (25 FT)12.56$ ADHESIVE - BROADLOOM EA 129.72$ ADHESIVE - BROADLOOM EA 116.73$ TILE ROLL 1,045.29$ TILE ROLL 2,993.12$ TILE ROLL 82.89$ TILE ROLL $ 102.84 TILE ROLL $ 99.77 ADHESIVE - RESILIENT 1 GAL PAIL 34.01$ ± 10%, then we will reevaluate and adjust accordingly, from current value. Pricing includes brokerage fees and exchange rates. 2Green Label Plus - Certified by the Carpet and Rug Institute for low-VOC emissions and healthy indoor air quality. www.carpet-rug.org. 3NSF-140 - Certified by NSF International to define sustainable carpet, establishing performance requirements for public health and the environment. www.nsf.org. * Freight costs will be fully disclosed to the Authorized User prior to order placement, will be prepaid by the Contractor, and that all such orders will be shipped on an F.O.B. Destination. * Freight responsibility is FOB Destination. Freight costs are not included in the member price and will be listed separately on purchase orders and invoices. 1Cradle to Cradle - Certified by McDonough Braungart Design Chemistry as safe, healthy and ecologically sound using closed loop design. www.mbdc.com. Custom Options Effective: 8/7/2019 - 8/31/2020 Standard Variation Canadian Price (CAD) ClassicBac SoftBac $1.59 ClassicBac Unitary $2.34 ClassicBac Ultraloc $3.75 ClassicBac EcoWorxBL $6.22 ClassicBac Ultraloc MPC $9.63 ClassicBac ClassicBac PC $8.64 ClassicBac EcoWorx PBL $7.11 Ultraloc Ultraloc MPC $8.31 Ultraloc EcoWorx PBL $4.72 Ultraloc EcoWorx BL $3.14 Ultraloc MP Ultraloc MPC $4.52 Ultraloc MP TekLoc $0.66 EcoWorx BL EcoWorxPBL $1.66 EcoWorx BL Ultraloc MPC $5.98 EcoWorx PBL EcoWorx BL -$0.66 EcoWorx EcoWorx ES $3.46 Custom Color, Weight, Pattern, or Size Price per SQ. Yard (USD)Type $1.20 Backing Option $1.76 Backing Option $2.82 Backing Option $4.68 Backing Option $7.25 Attached High Perform. Cushion $6.50 Backing Option $5.35 Recycled High Perform. Backing $6.25 Attached High Perform. Cushion $3.55 Recycled High Perform. Backing $2.36 Backing Option $3.40 Attached High Perform. Cushion -$0.50 Backing Option $1.25 Backing Option $4.50 Backing Option -$0.50 Backing Option $2.60 Peel and Stick self adhesive *If exchange rate is ± 10%, then we will reevaluate and adjust accordingly, from current value. up to + $ 4.00 sq. yd Custom Options **Not all styles can be made custom in all colors, weights, patterns, or sizes. Please contact your local Shaw representative for assistance. Minimums and overage requirements apply. Please contact your local Shaw representative for details. Region 1 (West): Region 2 (Central): Region 3 (Southeast): Region 4 (Northeast): Region 5 (New York): Estimated Labor Rates by Region: Pricing effective for 12 months from award date. Standard Rates Union Rates Carpet Demolition (standard)SY 3.85$ 5.72$ Carpet Disposal SY 1.21$ 2.55$ Broadloom Carpet Installation (no pattern)SY 9.63$ 12.65$ Carpet Tile Installation SY 8.47$ 11.26$ Carpet Border Work LF 2.75$ 4.40$ 4" Vinyl Base Installation (excludes materials)LF 1.49$ 2.88$ VCT Installation (no pattern; excludes materials)SF 1.49$ 2.88$ Transition Installation (excludes materials)LF 2.09$ 3.61$ Minor Floor Preparation (excludes materials)HR 71.50$ 86.90$ Furniture Removal and Replacement HR 71.50$ 86.90$ Furniture Lift and Carpet Removal SY 25.30$ 31.46$ LVT/VCT Demolition (standard)SF 0.74$ 1.98$ LVT/VCT Disposal SF 0.56$ 1.77$ **Rubber Stair Tread, 1 Piece Unit PC 58.09$ 70.81$ 18"X18" Rubber Landing Tile Install SF 5.61$ 7.83$ Sheet Vinyl Demolition (standard)SY 6.84$ 9.30$ Sheet Vinyl Disposal SY 1.55$ 2.95$ Skimcoat - Labor & Material (LVT requires two skimcoats)SF 1.05$ 2.36$ LVT Installation (no pattern; excludes materials)SF 3.20$ 4.94$ Sheet Vinyl Installation (no weld; cove; pattern; excludes materials)SY 29.27$ 36.22$ Moisture Testing (quantity varies based on job size)EA 200.00$ 200.00$ General Labor Services HR 25.00$ 35.00$ Project Management Fee (up to 20% of material cost) < 20%< = 20% Supplemental Benefits HR 25.00$ 25.00$ **Standard job size is a minimum of 200 SY for carpet tile & broadloom and 500 SF for resilient products. Additional charges may apply for smaller projects. **Supplemental Benefits to be utilized if prevailing wage rates exceed the labor rates listed above. **All labor pricing listed for regular time rates are "Not to Exceed." Overtime rates will apply for night/Saturday work at 1.5x regular time rates & Sunday/holiday at 2.0x regular time rates ** Assumes stairs/ floors are concrete and ready to receive. ** Stair tread pricing based on average - size of tread to be determined before pricing can be finalized. **Excludes all adhesives, demo and disposal of existing finishes, extensive floor prep, union rates, and any stair nosing. **Labor/installation services are not available in Canada SERVICE DESCRIPTION UOM Region 1 (West) AK, CA, HI, ID, MT, NV, OR, WA AR, AZ, CO, IA, KS, MN, MO, ND, NE, NM, OK, SD, TX, UT, WY AL, FL, GA, KY, LA, MS, NC, SC, TN CT, DC, DE, IL, IN, MA, MD, ME, MI, NH, NJ, OH, PA, RI, VA, VT, WI, WV NY Standard Rates Union Rates Standard Rates Union Rates Standard Rates Union Rates Standard Rates Union Rates 3.30$ 5.06$ 3.03$ 4.73$ 3.58$ 5.39$ 4.40$ 6.38$ 1.21$ 2.55$ 1.21$ 2.55$ 1.21$ 2.55$ 1.21$ 2.55$ 7.43$ 10.01$ 7.13$ 9.49$ 9.63$ 12.65$ 10.45$ 13.64$ 7.15$ 9.68$ 6.85$ 9.16$ 8.47$ 11.26$ 9.08$ 11.99$ 3.03$ 4.73$ 1.98$ 3.48$ 2.75$ 4.40$ 2.75$ 4.40$ 1.38$ 2.75$ 1.21$ 2.55$ 1.54$ 2.95$ 1.82$ 3.28$ 1.38$ 2.75$ 0.99$ 2.29$ 1.54$ 2.95$ 1.54$ 2.95$ 1.65$ 3.08$ 1.05$ 2.35$ 2.09$ 3.61$ 2.09$ 3.61$ 60.50$ 73.70$ 55.00$ 67.10$ 71.50$ 86.90$ 77.00$ 93.50$ 60.50$ 73.70$ 55.00$ 67.10$ 71.50$ 86.90$ 77.00$ 93.50$ 20.90$ 26.18$ 22.00$ 27.50$ 23.10$ 28.82$ 28.60$ 35.42$ 0.62$ 1.84$ 0.68$ 1.91$ 0.68$ 1.91$ 0.86$ 2.13$ 0.56$ 1.77$ 0.55$ 1.77$ 0.56$ 1.77$ 0.56$ 1.77$ 58.09$ 70.81$ 58.09$ 70.81$ 64.77$ 78.82$ 72.50$ 88.10$ 5.61$ 7.83$ 5.20$ 7.34$ 6.26$ 8.61$ 7.88$ 10.55$ 5.86$ 8.13$ 5.54$ 7.75$ 6.34$ 8.71$ 7.77$ 10.42$ 1.55$ 2.95$ 1.54$ 2.95$ 1.55$ 2.95$ 1.55$ 2.95$ 1.11$ 2.13$ 1.25$ 2.36$ 1.25$ 2.36$ 1.75$ 2.75$ 2.71$ 4.35$ 2.59$ 4.20$ 2.90$ 4.58$ 3.64$ 5.46$ 25.01$ 31.12$ 21.87$ 27.34$ 27.04$ 33.55$ 33.26$ 41.02$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 200.00$ 25.00$ 35.00$ 25.00$ 35.00$ 25.00$ 35.00$ 25.00$ 35.00$ < 20%< = 20%< 20%< = 20%< 20%< = 20%< 20%< = 20% $25.00 $25.00 25.00$ 25.00$ 25.00$ 25.00$ 25.00$ $25.00 **Standard job size is a minimum of 200 SY for carpet tile & broadloom and 500 SF for resilient products. Additional charges may apply for smaller projects. Region 5 (NY) **All labor pricing listed for regular time rates are "Not to Exceed." Overtime rates will apply for night/Saturday work at 1.5x regular time rates & Sunday/holiday at 2.0x regular time rates **Excludes all adhesives, demo and disposal of existing finishes, extensive floor prep, union rates, and any stair nosing. Region 3 (SE) Region 4 (Northeast)Region 2 (Central) Maintainance Services provided by:Region 1 (West): Region 2 (Central): Region 3 (Southeast): Region 4 (Northeast): Region 5 (New York): Estimated Maintainance Rates by Region: Pricing effective for 12 months from award date. Standard Rates Union Rates CARPET CLEANING Carpet Cleaning -Restorative <3,000 SF EA 750.00$ 900.00$ Carpet Cleaning -Restorative >3,001 SF SF 0.25$ 0.43$ Office Carpet Maintenance Cleaning <2,500 SF EA 400.00$ 500.00$ Office Carpet Maintenance Cleaning 2,501 - 5,000 SF SF 0.15$ 0.26$ Office Carpet Maintenance Cleaning 5,001 - 10,000 SF SF 0.13$ 0.22$ Office Carpet Maintenance Cleaning 10,001-100,000 SF SF 0.11$ 0.19$ Office Carpet Maintenance Cleaning >100,000 SF SF SF 0.09$ 0.15$ Public Space Carpet Maintenance Cleaning <2,500 SF EA 400.00$ 500.00$ Public Space Maintenance Cleaning 2,501 - 5,000 SF SF 0.16$ 0.27$ Public Space Carpet Maintenance Cleaning 5,001 - 10,000 SF SF 0.14$ 0.24$ Public Space Carpet Maintenance Cleaning 10,001-100,000 SF SF 0.12$ 0.20$ Public Space Carpet Maintenance Cleaning >100,000 SF SF SF 0.10$ 0.17$ RESILIENT (VCT/LVT/RUBBER)* Services subject to minimum trip charge of:EA 500.00$ 700.00$ Top Scrub plus 2 coats finish <500 SF SF 1.00$ 1.70$ Top Scrub plus 2 coats finish 501-1,000 SF SF 0.65$ 1.11$ Top Scrub plus 2 coats finish 1,001 - 5,000 SF SF 0.40$ 0.68$ Top Scrub plus 2 coats finish >5,000 SF SF 0.35$ 0.60$ Strip and Recoat w/ 3 coats finish <500 SF SF 1.25$ 2.13$ Strip and Recoat w/ 3 coats finish 501 - 1,000 SF SF 1.10$ 1.87$ Strip and Recoat w/ 3 coats finish 1,000 - 5,000 SF SF 1.00$ 1.70$ Strip and Recoat w/ 3 coats finish .5,000 SF SF 0.95$ 1.62$ Additional coats of finish per coat SF 0.12$ 0.20$ Burnishing SF 0.08$ 0.14$ TILE & GROUT SERVICES Services subject to minimum trip charge of:EA 500.00$ 700.00$ Tile & Grout Deep Cleaning - Glazed <500 SF SF 1.65$ 2.81$ Tile & Grout Deep Cleaning - Glazed 501 - 1,000 SF SF 1.35$ 2.30$ Tile & Grout Deep Cleaning - Glazed 1,001 - 5,000 SF SF 1.10$ 1.87$ Tile & Grout Deep Cleaning - Glazed >5,000 SF SF 1.00$ 1.70$ Tile & Grout Deep Cleaning - Unglazed <500SF SF 1.75$ 2.98$ Tile & Grout Deep Cleaning - Unglazed 501 - 1,000 SF SF 1.40$ 2.38$ Tile & Grout Deep Cleaning - Unglazed 1,001 - 5,000 SF SF 1.10$ 1.87$ Tile & Grout Deep Cleaning - Unglazed >5,000 SF SF 1.00$ 1.70$ Transparent Grout Sealing SF 0.25$ 0.43$ Grout Staining and Densifying (Requires initial deep clean)SF 3.25$ 4.75$ MAINTAINANCE SERVICE DESCRIPTION UOM Region 1 (West) Grout Repair per man hour HR 75.00$ 145.00$ HIGH PERFORMANCE COATINGS INSTALLATION Services subject to minimum trip charge of:EA 625.00$ 750.00$ Clear-New Construction SF 2.50$ 4.25$ Clear-Existing/Renovation SF 4.00$ 6.80$ SOLID Color Coating SF 5.00$ 8.50$ Anti-Stain Additive-Add SF 1.00$ 1.50$ Primer-Add SF 1.00$ 1.50$ Non-Slip Additive-Add SF 1.00$ 1.50$ Wear Plus Additive-ADD SF 1.00$ 1.50$ WOOD FLOORS All wood floor service subject to minimum trip charge of:EA 500.00$ 675.00$ Wood Floor Deep Clean <3,000 SF SF 0.30$ 0.50$ Wood Floor Deep Clean 3,001 SF-10,000 SF SF 0.25$ 0.43$ Wood Floor Deep Clean >10,000 SF SF 0.24$ 0.41$ Wood Floor Scub and Recoat <3,000 SF SF 1.50$ 2.40$ Wood Floor Scub and Recoat 3,001 SF-10,000 SF SF 1.35$ 2.16$ Wood Floor Scub and Recoat >10,000 SF SF 1.35$ 2.16$ TILE: STONE-HARD/IGNEOUS GRANITE, EPOXY TERRAZZO/ENGINEERED STONE Polishing/Grinding Services subject to minimum trip charge of:EA 2,500.00$ 3,000.00$ Hard Stone surface clean SF 0.90$ 2.52$ Hard Stone/Terrazzo-Heavy grinding to remove stock per grit SF 2.50$ 7.00$ Hard Stone/Terrazzo-Honing per grit SF 1.65$ 4.62$ Hard Stone/Terrazzo-Mechanical polishing per grit SF 0.83$ 2.32$ Hard Stone/Terrazzo-Edge work per grit LF 9.00$ 25.20$ Hard Stone/Terrazzo-Chemical polish per step SF 0.95$ 2.66$ Hard Stone/Terrazzo-Sealer/Impregnator SF 0.30$ 0.84$ Hard Stone---Color Enhancer SF 0.45$ 1.26$ Soft Stone-Slurry Disposal (this service is per man hour)HR 75.00$ 135.00$ Additional mobilization after first mobilization EA 1,500.00$ 1,800.00$ TILE: STONE-SOFT-METAMORPIC AND SEDIMENTARY MARBLE, LIMESTONE, TRAVERTINE, CEMENTITIOUS TERRAZZO Polishing/Grinding Services subject to minimum trip charge of:EA 2,500.00$ 2,900.00$ Soft Stone Surface Clean SF 0.90$ 2.52$ Soft Stone-Heavy grinding to remove stock or lippage per grit SF 0.85$ 2.38$ Soft Stone-Honing per grit SF 0.65$ 1.82$ Soft Stone-Mechanical polishing per grit SF 0.40$ 1.12$ Soft Stone-Edge work per grit LF 6.00$ 16.80$ Soft Stone-Chemical polish per step SF 0.65$ 1.82$ Soft Stone-Sealer/Impregnator SF 0.30$ 0.84$ Stone---Color Enhancer SF 0.45$ 1.26$ Soft Stone-Slurry Disposal HR 75.00$ 135.00$ Additional mobilization after first mobilization EA 1,500.00$ 1,750.00$ MISCELLANEOUS AND GENERAL PRICING Project Management per hour HR 150.00$ 225.00$ If travel is required: Lodging invoiced at cost Per diem for meals per technician EA 55.00$ 55.00$ In-House Janitorial Training - 4 hours EA 450.00$ 650.00$ Vehicle Travel per mile after 50 miles EA 0.65$ 0.65$ Hourly charge per person HR 85.00$ 115.00$ **Overtime subject to 50% increase **All maintainance pricing is "Not to Exceed" **Alaska, Hawaii, and Canada are excluded from maintainance services **Union rates are applicable for both union labor and prevailing wage labor AK, CA, HI, ID, MT, NV, OR, WA AR, AZ, CO, IA, KS, MN, MO, ND, NE, NM, OK, SD, TX, UT, WY AL, FL, GA, KY, LA, MS, NC, SC, TN CT, DC, DE, IL, IN, MA, MD, ME, MI, NH, NJ, OH, PA, RI, VA, VT, WI, WV NY Standard Rates Union Rates Standard Rates Union Rates Standard Rates Union Rates Standard Rates Union Rates 750.00$ 900.00$ 750.00$ 900.00$ 750.00$ 900.00$ 750.00$ 900.00$ 0.25$ 0.38$ 0.25$ 0.38$ 0.25$ 0.40$ 0.25$ 0.43$ 400.00$ 500.00$ 400.00$ 500.00$ 400.00$ 500.00$ 400.00$ 500.00$ 0.15$ 0.23$ 0.15$ 0.23$ 0.15$ 0.24$ 0.15$ 0.26$ 0.13$ 0.20$ 0.13$ 0.20$ 0.13$ 0.21$ 0.13$ 0.22$ 0.11$ 0.17$ 0.11$ 0.17$ 0.11$ 0.18$ 0.11$ 0.19$ 0.09$ 0.14$ 0.09$ 0.14$ 0.09$ 0.14$ 0.09$ 0.15$ 400.00$ 500.00$ 400.00$ 500.00$ 400.00$ 500.00$ 400.00$ 500.00$ 0.16$ 0.24$ 0.16$ 0.24$ 0.16$ 0.26$ 0.16$ 0.27$ 0.14$ 0.21$ 0.14$ 0.21$ 0.14$ 0.22$ 0.14$ 0.24$ 0.12$ 0.18$ 0.12$ 0.18$ 0.12$ 0.19$ 0.12$ 0.20$ 0.10$ 0.15$ 0.10$ 0.15$ 0.10$ 0.16$ 0.10$ 0.17$ 500.00$ 700.00$ 500.00$ 700.00$ 500.00$ 700.00$ 500.00$ 700.00$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.60$ 1.00$ 1.70$ 0.65$ 0.98$ 0.65$ 0.98$ 0.65$ 1.04$ 0.65$ 1.11$ 0.40$ 0.60$ 0.40$ 0.60$ 0.40$ 0.64$ 0.40$ 0.68$ 0.35$ 0.53$ 0.35$ 0.53$ 0.35$ 0.56$ 0.35$ 0.60$ 1.25$ 1.88$ 1.25$ 1.88$ 1.25$ 2.00$ 1.25$ 2.13$ 1.10$ 1.65$ 1.10$ 1.65$ 1.10$ 1.76$ 1.10$ 1.87$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.60$ 1.00$ 1.70$ 0.95$ 1.43$ 0.95$ 1.43$ 0.95$ 1.52$ 0.95$ 1.62$ 0.12$ 0.18$ 0.12$ 0.18$ 0.12$ 0.19$ 0.12$ 0.20$ 0.08$ 0.12$ 0.08$ 0.12$ 0.08$ 0.13$ 0.08$ 0.14$ 500.00$ 700.00$ 500.00$ 700.00$ 500.00$ 700.00$ 500.00$ 700.00$ 1.65$ 2.48$ 1.65$ 2.48$ 1.65$ 2.64$ 1.65$ 2.81$ 1.35$ 2.03$ 1.35$ 2.03$ 1.35$ 2.16$ 1.35$ 2.30$ 1.10$ 1.65$ 1.10$ 1.65$ 1.10$ 1.76$ 1.10$ 1.87$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.60$ 1.00$ 1.70$ 1.75$ 2.63$ 1.75$ 2.63$ 1.75$ 2.80$ 1.75$ 2.98$ 1.40$ 2.10$ 1.40$ 2.10$ 1.40$ 2.24$ 1.40$ 2.38$ 1.10$ 1.65$ 1.10$ 1.65$ 1.10$ 1.76$ 1.10$ 1.87$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.60$ 1.00$ 1.70$ 0.25$ 0.38$ 0.25$ 0.38$ 0.25$ 0.40$ 0.25$ 0.43$ 3.25$ 4.75$ 3.25$ 4.75$ 3.25$ 4.75$ 3.25$ 4.75$ Region 5 (NY) Region 2 (Central)Region 3 (SE) Region 4 (Northeast) 75.00$ 112.50$ 75.00$ 112.50$ 75.00$ 120.00$ 75.00$ 145.00$ 625.00$ 750.00$ 625.00$ 750.00$ 625.00$ 750.00$ 625.00$ 750.00$ 2.50$ 3.75$ 2.50$ 3.75$ 2.50$ 4.00$ 2.50$ 4.25$ 4.00$ 6.00$ 4.00$ 6.00$ 4.00$ 6.40$ 4.00$ 6.80$ 5.00$ 7.50$ 5.00$ 7.50$ 5.00$ 8.00$ 5.00$ 8.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 1.00$ 1.50$ 450.00$ 450.00$ 450.00$ 450.00$ 450.00$ $ 450.00 500.00$ 675.00$ 0.20$ 0.30$ 0.20$ 0.30$ 0.30$ 0.48$ 0.30$ 0.50$ 0.17$ 0.26$ 0.17$ 0.26$ 0.25$ 0.40$ 0.25$ 0.43$ 0.16$ 0.25$ 0.16$ 0.25$ 0.24$ 0.38$ 0.24$ 0.41$ 1.22$ 1.83$ 1.22$ 1.83$ 1.35$ 2.16$ 1.50$ 2.40$ 1.20$ 1.80$ 1.20$ 1.80$ 1.25$ 2.00$ 1.35$ 2.16$ 1.20$ 1.80$ 1.20$ 1.80$ 1.25$ 2.00$ 1.35$ 2.16$ 2,500.00$ 3,000.00$ 2,500.00$ 3,000.00$ 2,500.00$ 3,000.00$ 2,500.00$ 3,000.00$ 0.90$ 2.34$ 0.90$ 2.34$ 0.90$ 2.43$ 0.90$ 2.52$ 2.50$ 6.50$ 2.50$ 6.50$ 2.50$ 6.75$ 2.50$ 7.00$ 1.65$ 4.29$ 1.65$ 4.29$ 1.65$ 4.46$ 1.65$ 4.62$ 0.83$ 2.16$ 0.83$ 2.16$ 0.83$ 2.24$ 0.83$ 2.32$ 9.00$ 23.40$ 9.00$ 23.40$ 9.00$ 24.30$ 9.00$ 25.20$ 0.95$ 2.47$ 0.95$ 2.47$ 0.95$ 2.57$ 0.95$ 2.66$ 0.30$ 0.78$ 0.30$ 0.78$ 0.30$ 0.81$ 0.30$ 0.84$ 0.45$ 1.17$ 0.45$ 1.17$ 0.45$ 1.22$ 0.45$ 1.26$ 75.00$ 120.00$ 75.00$ 120.00$ 75.00$ 127.50$ 75.00$ 135.00$ 1,500.00$ 1,800.00$ 1,500.00$ 1,800.00$ 1,500.00$ 1,800.00$ 1,500.00$ 1,800.00$ 2,500.00$ 2,900.00$ 2,500.00$ 2,900.00$ 2,500.00$ 2,900.00$ 2,500.00$ 2,900.00$ 0.90$ 2.34$ 0.90$ 2.34$ 0.90$ 2.43$ 0.90$ 2.52$ 0.85$ 2.21$ 0.85$ 2.21$ 0.85$ 2.30$ 0.85$ 2.38$ 0.65$ 1.69$ 0.65$ 1.69$ 0.65$ 1.76$ 0.65$ 1.82$ 0.40$ 1.04$ 0.40$ 1.04$ 0.40$ 1.08$ 0.40$ 1.12$ 6.00$ 15.60$ 6.00$ 15.60$ 6.00$ 16.20$ 6.00$ 16.80$ 0.65$ 1.69$ 0.65$ 1.69$ 0.65$ 1.76$ 0.65$ 1.82$ 0.30$ 0.78$ 0.30$ 0.78$ 0.30$ 0.81$ 0.30$ 0.84$ 0.45$ 1.17$ 0.45$ 1.17$ 0.45$ 1.22$ 0.45$ 1.26$ 75.00$ 195.00$ 75.00$ 195.00$ 75.00$ 202.50$ 75.00$ 135.00$ 1,500.00$ 1,750.00$ 1,500.00$ 1,750.00$ 1,500.00$ 1,750.00$ 1,500.00$ 1,750.00$ 100.00$ 150.00$ 100.00$ 150.00$ 125.00$ 187.50$ 150.00$ 225.00$ 45.00$ 45.00$ 45.00$ 45.00$ 50.00$ 50.00$ 55.00$ 55.00$ 450.00$ 450.00$ 450.00$ 450.00$ 450.00$ 600.00$ 450.00$ 650.00$ 0.65$ 0.65$ 0.65$ 0.65$ 0.65$ 0.65$ 0.65$ 0.65$ 85.00$ 125.00$ 85.00$ 125.00$ 85.00$ 115.00$ 85.00$ 115.00$ Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 1 RFP #080819 REQUEST FOR PROPOSALS for Flooring Materials, with Related Supplies and Services Proposal Due Date: August 8, 2019, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government agency and service cooperative, is requesting proposals for Flooring Materials, with Related Supplies and Services to result in a national contracting solution for use by its members. Sourcewell members include thousands of governmental, higher education, K-12 education, not-for-profit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than August 8, 2019, at 4:30 p.m. Central Time, and late proposals will not be considered. Solicitation Schedule Public Notice of RFP Published: June 13, 2019 Pre-proposal Conference: July 19, 2019, 10:00 a.m., Central Time Question Submission Deadline: August 01, 2019, 4:30 p.m., Central Time Proposal Due Date: August 8, 2019, 4:30 p.m., Central Time Late responses will not be considered. Opening: August 8, 2019, 6:30 p.m., Central Time ** ** SEE RFP SUB-SECTION V. G. “OPENING” Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 2 I. ABOUT SOURCEWELL AND MEMBERS A. SOURCEWELL Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ members across the United States and Canada. Sourcewell’s solicitation process complies with Minnesota law and policies, and results in cooperative contracting solutions from which Sourcewell’s members procure equipment, products, and services. Cooperative contracting provides members and vendors increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted vendors potential pool of end users. Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B. MEMBERS AND USE OF RESULTING CONTRACTS Membership in Sourcewell is open to government and non-profit entities across the United States and Canada; such as municipal, state/province, K-12 and higher education, tribal government, and other public entities. Access to contracted equipment, products, or services by Members is typically through a purchase order issued directly to the applicable vendor. A Member may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Members retain the right to obtain similar equipment, products, or services from other sources. To meet Members’ needs, public notice of this RFP has been broadly published, including notification to each state-level procurement departments for possible re-posting. As required by certain states, an Appendix of Members is included in this RFP and can be found in the Sourcewell Procurement Portal. Affidavits of Publication will be available at the conclusion of the solicitation process. For Canadian entities: This RFP is intended to include municipalities and publicly-funded academic institutions, school boards, health authorities, and social services (MASH sectors); including members of the Rural Municipalities of Alberta (RMA), and their represented Associations: Saskatchewan Association of Rural Municipalities (SARM), Saskatchewan Urban Municipalities Association (SUMA), and Association of Manitoba Municipalities (AMM). Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 3 II. EQUIPMENT, PRODUCTS, AND SERVICES A. SOLUTIONS-BASED SOLICITATION This RFP and contract award process is a solutions-based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that Proposers offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Flooring Materials, with Related Supplies and Services. Sourcewell seeks solutions that include, but are not to be limited to: a. All indoor/outdoor, resilient, ceramic tile, porcelain tile, wood, hardwood, linoleum, rubber, vinyl, broadloom, carpet tile, epoxy, and any other flooring hybrid, floor mats, and rugs; b. Supplies related to the removal, installation, maintenance, and cleaning of flooring materials; and, c. Services related to the removal, installation, maintenance, and cleaning of flooring materials. The proposer’s primary offering must be the flooring materials described in subpart 1.a above. 2. The primary focus of this solicitation is on Flooring Materials, with Related Supplies and Services. This solicitation should NOT be construed to include: a. Indoor/outdoor athletic, recreational or sport surfaces; and b. Offerings of “supply only”, “services only”, or “supply and services only” solutions. 3. This solicitation does not include those equipment, products, or services covered under categories included in the following contracts currently maintained by Sourcewell: a. Athletic Surfacing RFP#0605718 Proposers may include related equipment, accessories, and services to the extent that these solutions are complementary to the equipment, products, or service(s) being proposed. Generally, the solutions for Sourcewell Members are turn-key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 4 operating status. However, equipment or products only solutions may be appropriate for situations where Sourcewell Members possess the ability, either in-house or through local third-party contractors, to properly install and bring to operation those equipment/products being proposed. Sourcewell prefers vendors that provide a sole source of responsibility for the products and services provided under a resulting contract. If Proposer requires the use of dealers, resellers, or subcontractors to provide the products or services, the Proposal should address how the products or services will be provided to Members and describe the network of dealers, resellers, and/or subcontractors that will be available to serve Sourcewell Members under a resulting contract. Sourcewell desires the broadest possible selection of products/equipment and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and potential Members. C. REQUIREMENTS It is expected that Proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Members. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, Proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the Proposal, equipment and products must be delivered to the Member as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. ANTICIPATED CONTRACT TERM Sourcewell anticipates that the term of any resulting contract(s) will be four (4) years. An extension may be offered based on the best interests of Sourcewell and its members. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 5 E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $50 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer’s sales force will be the primary source of communication with Members. The Proposer’s Marketing Plan should demonstrate Proposer’s ability to deploy a sales force or dealer network to Members, as well as Proposer’s sales and service capabilities. It is expected that Proposer will promote and market any contract award. G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to Proposers able to best meet the need of Members. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. Proposers should include all relevant information in its proposal. Sourcewell cannot consider information that is not provided in the Proposal. Sourcewell reserves the right to verify Proposer’s information and may request clarification from a Proposer, including samples of the proposed equipment or products. 3. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Members. Awards may be based on a subcategory. 4. A Proposer’s documented negative past performance with Sourcewell or its Members occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. III. PRICING A. REQUIREMENTS All proposed pricing must be: 1. Either Line-Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line-item Pricing is pricing based on each individual product or services. Each line must indicate the Vendor’s published “List Price,” as well as the “Contract Price.” Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 6 b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer’s Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any Contract resulting from this RFP. 2. The Proposer’s ceiling price (Ceiling price means that the proposed pricing will be considered as the highest price for which equipment, products, or services may be billed to a Member). However, it is permissible for vendors to sell at a price that is lower than the contracted price; 3. Stated in U.S., and Canadian dollars for Proposers intending to sell in Canada (as applicable); and 4. Clearly understood, complete, and fully describe the total cost of acquisition (e.g., the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Member’s location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the Proposer. Additionally, Proposers should clearly describe any unique distribution and/or delivery methods or options offered in the Proposal. B. ADMINISTRATIVE FEES Proposers are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Members for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. IV. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell. Only those modifications the Proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Minnesota law may result in a proposal being disqualified from further review and evaluation. To request a modification to the Contract terms, conditions, or specifications, a Proposer must complete and submit an Exceptions to Terms, Conditions, or Specifications Form, with all requested modifications, through the Sourcewell Procurement Portal at the time of submitting the Proposer’s response. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 7 V. RFP PROCESS A. PRE-PROPOSAL CONFERENCE Sourcewell will hold an optional, non-mandatory pre-proposal conference via webcast on the date and time noted on page one of this RFP and on the Sourcewell Procurement Portal. The purpose of this conference is to allow potential Proposers to ask questions regarding this RFP and Sourcewell’s competitive contracting process. Information about the webcast will be sent to all entities that requested a copy of this RFP through the Sourcewell Procurement Portal. Pre-proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION Questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a Proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the Proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. C. ADDENDA Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential Proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the Proposer by checking the box for each addendum. It is the responsibility of the Proposer to check for any addenda that may have been issued up to the time for solicitation closing. If an addendum is issued after a Proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the Proposer’s proposal status to INCOMPLETE. The Proposer can view this status change in the “MY BIDS” section of the Sourcewell Procurement Portal Vendor Account. The Proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 8 iii) Ensure the re-submitted proposal is RECEIVED through the Sourcewell Procurement Portal no later than the closing time and date shown in the Solicitation Schedule. D. PROPOSAL SUBMISSION Proposer’s complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Only complete proposals that are timely submitted through the Sourcewell Procurement Portal will be considered. Late proposals will not be considered. It is the Proposer’s sole responsibility to ensure that the proposal is received on time. All proposals must be received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time noted in the Solicitation Schedule above. It is recommended that Proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The closing time and date is determined by the Sourcewell Procurement Portal web clock. In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to twenty-four (24) hours to respond to certain issues. Upon successful submission of a proposal, the Portal will automatically generate a confirmation email to the Proposer. If the Proposer does not receive a confirmation email, contact Sourcewell’s support provider at support@bidsandtenders.ca. To ensure receipt of the latest information and updates via email regarding this solicitation, or if the Proposer has obtained this solicitation document from a third party, the onus is on the Proposer to create a Sourcewell Procurement Portal Vendor Account and register for this solicitation opportunity. All proposals must be acknowledged digitally by an authorized representative of the Proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, Proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the Proposer to remedies available by law. E. GENERAL PROPOSAL REQUIREMENTS Proposals must be:  In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 9  Complete. A proposal will be rejected if it is conditional or incomplete.  Submitted in English.  Valid and irrevocable for ninety (90) days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the Proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a Proposer may withdraw its proposal. G. OPENING The Opening of Proposals will be conducted electronically through the Sourcewell Procurement Portal. A list of all Proposers will be made publicly available in the Sourcewell Procurement Portal after the Proposal Due Date, but no later than the Opening time listed in the Solicitation Schedule. To view the list of Proposers, verify that the Sourcewell Procurement Portal opportunities list search is set to “All” or “Closed.” The solicitation status will automatically change to “Closed” after the Proposal Due Date and Time. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible Proposer(s) offering the best overall quality, selection of equipment, products, and services, and price that meet the commonly requested specifications of Sourcewell and its Members. The award(s) will be limited to the number of offerors that Sourcewell determines is necessary to meet the needs of Sourcewell members. Factors to be considered in determining the number of contracts to be awarded in any category may include the following:  The number of and geographic location of: o Proposers necessary to offer a comprehensive selection of equipment, products, or services for Members’ use. o A Proposer’s sales and service network to assure availability of product supply and coverage to meet Members’ anticipated needs.  Total evaluation scores.  The attributes of Proposers, and their equipment, products, or services, to assist Members achieve environmental and social requirements, preferences, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell’s knowledge about a specific vendor or product. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 10 B. AWARD(S) Award(s) will be made to the Proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a Proposer must be in writing, addressed to Sourcewell’s Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Box 219, Staples, MN 56479. The protest must be received no later than ten (10) calendar days’ following Sourcewell’s notice of contract award(s) or non-award and must be time stamped by Sourcewell no later than 4:30 p.m., Central Time. A protest must include the following items:  The name, address, and telephone number of the protester;  The original signature of the protester or its representative;  Identification of the solicitation by RFP number;  A precise statement of the relevant facts;  Identification of the issues to be resolved;  Identification of the legal or factual basis;  Any additional supporting documentation; and  Protest bond in the amount of $20,000. Protests that do not address these elements will not be reviewed. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 11 D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the Proposer may be rejected. Sourcewell reserves the right to:  Modify or cancel this RFP at any time;  Reject any and all proposals received;  Reject proposals that do not comply with the provisions of this RFP;  Select, for contracts or for discussion, a proposal other than that with the lowest cost;  Waive or modify any informalities, irregularities, or inconsistencies in the proposals received;  Discuss any aspect of the proposal with any Proposer and negotiate with more than one Proposer;  Award a contract if only one responsive proposal is received if it is in the best interest of Members; and  Award a contract to one or more Proposers if it is in the best interest of Members. E. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell determines that negotiations are complete upon execution of the resulting contract. If the Proposer submits information in response to this RFP that it believes to be trade secret materials, as defined by the Minnesota Government Data Practices Act, Minnesota Statutes Section 13.37, the Proposer must:  Clearly mark all trade secret materials in its proposal at the time the proposal is submitted;  Include a statement with its proposal justifying the trade secret designation for each item; and  Defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless Sourcewell, its agents and employees, from any judgments or damages awarded against Sourcewell in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives Sourcewell’s award of a contract. In submitting a proposal to this RFP, the Proposer agrees that this indemnification survives as long as the trade secret materials are in possession of Sourcewell. Sourcewell RFP #080819 Flooring Materials, with Related Supplies and Services Page 12 Sourcewell will not consider the prices submitted by the Proposer to be proprietary or trade secret materials. Financial information provided by a Proposer is not considered trade secret under the statutory definition. 7/2/2019 Addendum No. 1 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: The RFP on Page 3 item 2 & 3, mentions that this solicitation should not include Indoor/outdoor athletic recreational or sport surfaces. Our company provides flooring for multiple applications within the Education segment, Classrooms, corridors, labs, cafeterias, common spaces etc., but also gymnasiums, weight rooms, indoor & outdoor tracks etc. Would we still able to submit all of our products for consideration on this specific RFP? Answer 1: Each proposer, in its discretion, will propose the equipment, products, and services that it deems to fall within Sourcewell’s requested equipment, products, and services as described in RFP Section III. B (Requested Equipment, Products and Services). However, only those products within the scope of the RFP will be included in any contract awarded by Sourcewell as a result of this solicitation. 7/9/2019 Addendum No. 2 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: To show the supplier has a license to do business in each state, will an Assistant Secretary’s Certificate signed by legal counsel suffice? Answer 1: It is left to the discretion of each proposer to determine the documentation necessary to best demonstrate their ability to serve Sourcewell members. Question 2: No. 28: Does Customer Service refer to account administration, flooring installation, claims (problems with installation), or to all of these? Answer 2: It is left to the discretion of each proposer to determine and articulate their approach to customer service as it relates to the requested equipment, products, and services. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/9/2019, is required at the time of proposal submittal. 7/15/2019 Addendum No. 3 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Will Sourcewell accept the submission of hyperlinks within the answers included in the response? Answer 1: Proposer’s complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule (RFP Section V. D.), and all relevant information should be included in the proposal (RFP Section II., G.) It is left to the discretion of each proposer to determine the method it deems best suited to submit its relevant information in a timely fashion through the Sourcewell Procurement Portal. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/15/2019, is required at the time of proposal submittal. 7/16/2019 Addendum No. [#4] Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Section II, B 1a outlines that Sourcewell is looking for tile, hardwood, linoleum etc. We specialize in floor mats only. Is it okay to submit a bid with floor mats only, or do we have to bid on all items in the list? Answer 1: Sourcewell relies on each prospective vendor to determine whether or not the requested equipment, products, or services as described in the RFP aligns with your business offerings. The Pre-Proposal Conference scheduled for July 19, 2019, may also be helpful to you in determining whether or not this opportunity is a fit for your organization. Question 2: When submitting Documents, the Marketing plan / Samples means we would have to include our product brochures? Answer 2: It is left to the discretion of each proposer to determine the documentation necessary to best demonstrate their ability to serve Sourcewell members. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/16/2019, is required at the time of proposal submittal. 7/16/2019 Addendum No. 5 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Would we be allowed to add additional products even after the contract has been awarded? Answer 1: Refer to Section 4, within the template Contract, for guidance related to the statement of product changes during the term of an awarded contract. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/16/2019, is required at the time of proposal submittal. 7/22/2019 Addendum No. 6 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: What is required if a proposer elects to propose a product that deviates from industry standard? Answer 1: Refer to RFP Section II. C. 2., for directions applicable to a proposer that proposes a product (or products) deviating from industry standard. Question 2: At what point would Sourcewell need to verify information or request clarification concerning equipment, products, or to produce samples? Would this take place before the due date? Answer 2: Any request for clarification, or request to provide samples, will occur after the RFP due date and before notification of award/non-award decisions. Question 3: Where products or services don’t have a Manufacturer’s Suggested Retail Price (MSRP). Are you asking that we provide the cost as well as the mark-up price we determine? Or, are you asking that we indicate what the retail price or list price we determine for all customers along with the contract price we would give you based on the volume of work? Answer 3: Refer to RFP Section III. A. - Requirements, for directions applicable to the pricing alternatives. It is left to the discretion of each proposer to determine and propose the pricing approach that aligns with their business methods. Proposals are evaluated based on the criteria stated in the RFP. Question 4: Estimating the total cost and acquisition of proposed equipment, products, and services delivered and operational to its intended member's location? Are you asking us to provide a general price point/example of what we would charge for the shipping, handling, and securing of products, equipment, and services to a location? Answer 4: It is left to the discretion of each proposer to determine and propose the pricing approach, including identification of costs that are not included in proposed product or service pricing, aligned with their business methods. Proposals are evaluated based on the criteria stated in the RFP. Question 5: Is this contract inclusive of supplying to Canada, or is it optional? Answer 5: Each proposer is expected to complete the tables in Step 1, entitled “Ability to Sell and Service Nationwide” and “Value-Added Attributes”, describing their ability to serve Sourcewell members in the United States and Canada. Question 6: Please provide us with an estimate of what a 1% or 2% Administrative Fee looks like; and must this fee accompany the contract upon acceptance of the award? Answer 6: Refer to RFP Section III. B. – Administrative Fees, for directions on proposing an administrative fee. It is left to the discretion of each proposer to determine and propose an administrative fee that is consistent with its business and its industry. No administrative fee is due at the time of contract award. Question 7: Can we request a modification to the Contract terms, conditions, or specifications to determine whether or not it is relevant to our proposal? Answer 7: A request for modification to the Sourcewell contract template may only be submitted with a proposal. To request a modification to the template Contract terms, conditions, or specifications, a Proposer may complete and submit the Exceptions to Terms, Conditions, or Specifications Form, which is found as the final Table of Step 1 in the proposal submission process. The contract template will be completed and sent to each awarded vendor, with inclusion of any exceptions stated in the proposer’s Exceptions to Terms, Conditions, or Specifications Form that are acceptable to Sourcewell, with the award notification. Question 8: How we can check the boxes to indicate we have received Addendums 1-5 so that we are taken out of a withdrawn state. Answer 8: Each proposer will acknowledge review of each Addendum when completing Step 3 of the proposal submission process. If the response has been withdrawn due to the issuance of an addendum, the proposer must again complete Steps 1-5 to submit the proposal. Question 9: Our supply rates are exclusively for projects and clients in Canada, would this qualification be accepted? Answer 9: Each proposer is expected to complete the tables in Step 1, entitled “Ability to Sell and Service Nationwide” and “Value-Added Attributes”, describing their ability serve Sourcewell members in the United States and Canada. Proposals are evaluated based on the criteria stated in the RFP. Question 10: Would we lose points or risk potentially being rejected should we also offer another range of flooring products that falls in the athletic surfaces category but also offer a multipurpose use? For example, a gymnasium floor that can also be installed in multipurpose rooms or corridors. Answer 10: Each proposer, in its discretion, will propose the equipment, products, and services that it deems to fall within Sourcewell’s requested equipment, products, and services as described in RFP Section II. B (Requested Equipment, Products and Services). However, only those products within the scope of the RFP will be included in any contract awarded by Sourcewell as a result of this solicitation. Proposals are evaluated based on the criteria stated in the RFP. Question 11: Is there a suggested outline to categorize, or do we produce our own from which a sub-category may derive? Answer 11: Each proposer may determine whether a sub-category descriptor (or descriptors) applies to the products, equipment and services offered in the proposal and include those details (if any) in the response to question 17. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/22/2019, is required at the time of proposal submittal. 7/26/2019 Addendum No. 7 Solicitation Number: RFP#080819 Solicitation Name: Flooring Materials with Related Supplies and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Is Sourcewell looking for pricing to be submitted in both US and Canadian Dollars? Or will you accept a price list in US dollars with the understanding it will be converted to Canadian upon request at current exchange rates? Answer 1: Refer to RFP Section III. A. 3. – Pricing Requirements, for directions applicable to pricing for Proposers intending to sell in Canada. End of Addendum Acknowledgement of this Addendum to RFP#080819 distributed via email and posted to the Sourcewell Procurement Portal on 7/26/2019, is required at the time of proposal submittal. CONTRACT EXTENSION Contract Number: #080819-SII Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Shaw Industries, Inc., 616 E. Walnut Avenue, Dalton, GA 30721 (Vendor) have entered into Contract #080819-SII for the procurement of Flooring Materials, with Related Supplies and Services. The Contract has an expiration date of October 11, 2023, but the parties may extend the Contract by mutual consent. Sourcewell and Vendor acknowledge that extending the Contract benefits the Vendor, Sourcewell and Sourcewell’s Members. Vendor and Sourcewell agree to extend the Contract listed above for an additional period, with a new Contract expiration date of October 11, 2024. All other terms and conditions of the Contract remain in full force and effect. Sourcewell Shaw Industries, Inc. By: ______________________ By: ____________________ Jeremy Schwartz James L Kirkpatrick Title: Chief Procurement Officer Title: Date: Date: DocuSign Envelope ID: 6F0321A7-AC59-4478-A8CF-5ECBDE126741 6/15/2023 | 7:15 AM CDT 6/21/2023 | 3:45 AM PDT Treasurer / CFO 1 Rev. 4/2019 080819-SII Solicitation Number: 080819 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Shaw Industries, Inc., 616 E. Walnut Avenue, Dalton, GA 30721 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to its members. Participation is open to all levels of governmental entity, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and its Members (Members). For clarification and avoidance of doubt, this Contract entirely supersedes and replaces the prior Contract version, signed on October 8, 2019. 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires October 11, 2023, unless it is cancelled sooner pursuant to Article 24. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 16 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor’s product and pricing list. Unless agreed to by the Member in advance, Equipment or Products must be delivered as operational to the Member’s site. DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 2 Rev. 4/2019 080819-SII This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. LAWS AND REGULATIONS. All Equipment, Products, or Services must comply fully with applicable federal laws and regulations, and with the laws of the state or province in which the Equipment, Products, or Services are sold. C. WARRANTY. Vendor warrants that all Equipment, Products, and, subject to the applicable generally-published manufacturer's limited product warranty, Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. Vendor’s dealers and distributors must agree to assist the Member in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that is effective past the expiration of the Vendor’s warranty will be passed on to the Member. EXCEPT AS EXPRESSLY SET FORTH HEREIN AND TO THE MAXIMUM EXTENT PERMITTED BY LAW, VENDOR MAKES NO OTHER WARRANTIES FOR ANY EQUIPMENT, PRODUCTS, SERVICES, OR MATERIALS PROVIDED UNDER THIS AGREEMENT AND HEREBY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE OR USE. D. DEALERS AND DISTRIBUTORS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor’s authorized Distributors/Dealers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time-to-time and is incorporated into this Contract by reference. It is the Vendor’s responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor’s Proposal. Regardless of the payment method chosen by the Member, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Member at the time of purchase. When providing pricing quotes to Members, all pricing quoted must reflect a Member’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Member’s requested delivery location. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Members. Members reserve the right to inspect the Equipment and Products at a reasonable time after delivery where DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 3 Rev. 4/2019 080819-SII circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Member will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Member. B. SALES TAX. Each Member is responsible for supplying the Vendor with valid tax-exemption certification(s). When ordering, Members must indicate if it is a tax-exempt entity. Unless exempt, Members shall be responsible for all applicable taxes arising from the provision of Products, Equipment, or Services under this Contract. C. HOT LIST PRICING. At any time during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Members. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, Service, or price changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. Sourcewell's approval of such requests shall not be unreasonably withheld. Notwithstanding anything herein to the contrary, Sourcewell will approve all Equipment, Product, and/or Service price increases without limitation if attributable to a material change to applicable duties, taxes, tariffs, similar charges, or other government action, and Sourcewell will use commercially reasonable efforts to expedite the effective implementation of such price increase. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: Ƒ Identify the applicable Sourcewell contract number Ƒ Clearly specify the requested change Ƒ Provide sufficient detail to justify the requested change Ƒ Individually list all Equipment, Products, or Services affected by the requested DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 4 Rev. 4/2019 080819-SII change, along with the requested change (e.g., addition, deletion, price change) Ƒ Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will be become an amendment to this Contract and be incorporated by reference. 5. MEMBERSHIP, CONTRACT ACCESS, AND MEMBER REQUIREMENTS A. MEMBERSHIP. Membership in Sourcewell is open to public and nonprofit entities across the United States and Canada; such as municipal, state/province, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Members that can legally access the Equipment, Products, or Services under this Contract. A Member’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Member’s use of this Contract is at the Member’s sole convenience and Members reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell membership requirements and documentation and, where appropriate, will use commercially reasonable efforts to encourage potential members to join Sourcewell, unless such potential member is already a member of another group purchasing organization or similar organization. Sourcewell reserves the right to add and remove Members to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor’s employees may be required to perform work at government- owned facilities, including schools. Vendor’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Member policies and procedures, and all applicable laws. 6. MEMBER ORDERING AND PURCHASE ORDERS A. PURCHASE ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, Member must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically a Member will issue a purchase order directly to Vendor. Members may use their own forms for purchase orders, but it should clearly note the applicable Sourcewell contract number. Members and/or their authorized purchasing agent, contractor, or similar designee shall be solely responsible for noting the applicable Sourcewell contract number on all purchase orders. Members will be solely responsible for payment and Sourcewell will have no liability for DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 5 Rev. 4/2019 080819-SII any unpaid invoice of any Member. B. ADDITIONAL TERMS AND CONDITIONS. Additional terms and conditions to a purchase order may be negotiated between a Member and Vendor, such as job or industry-specific requirements, legal requirements (such as affirmative action or immigration status requirements), or specific local policy requirements. Any negotiated additional terms and conditions must never be less favorable to the Member than what is contained in Vendor’s Proposal. C. PERFORMANCE BOND. If reasonably requested by a Member, Vendor may provide a performance bond that meets the requirements set forth in the Member’s purchase order. D. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Member requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Member and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. E. TERMINATION OF PURCHASE ORDERS. Members may terminate a purchase order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Member fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal or state laws or regulations prohibit the purchase or change the Member’s requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Member. F. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Member’s purchase order will be determined by the Member making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: Ƒ Maintenance and management of this Contract; Ƒ Timely response to all Sourcewell and Member inquiries; and Ƒ Business reviews to Sourcewell and Members, if applicable. B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to members, pricing and DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6 Rev. 4/2019 080819-SII contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). Except to the extent applicable law deems the Report and its underlying information public or requires its disclosure, the foregoing will be limited by Vendor’s applicable confidentiality obligations, including without limitation any contractual obligations to Members. The Report must contain the following fields: Ƒ Customer Name (e.g., City of Staples Highway Department); Ƒ Customer Physical Street Address; Ƒ Customer City; Ƒ Customer State; Ƒ Customer Zip Code; Ƒ Customer Contact Name; Ƒ Customer Contact Email Address; Ƒ Customer Contact Telephone Number; Ƒ Sourcewell Assigned Entity/Member Number; Ƒ Item Purchased Description; Ƒ Item Purchased Price; Ƒ Sourcewell Administrative Fee Applied; and Ƒ Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Members under this Contract. The Vendor will submit a check payable to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total net sales of all Equipment, Products, and Services purchased by Members under this Contract during each calendar quarter, less any applicable taxes, freight, fees, and discounts and less amounts attributable to any Services, freight, delivery installation, unpaid invoices, returned Products or materials, or credits issued. Orders under this Contract will only be eligible for the administrative fee if the Member notes the applicable Sourcewell contract number on the purchase order when submitting such purchase order. Payments should note the Sourcewell- assigned contract number in the memo and must be mailed to the address above “Attn: Accounts Receivable.” Payments must be received no later than forty-five (45) calendar days after the end of each calendar quarter. Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 7 Rev. 4/2019 080819-SII ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than thirty (30) days from the cancellation date. Sourcewell is solely responsible for notifying any Member or other entity participating hereunder of its Administrative Fee and for complying with all laws and regulations related or applicable to such Administrative Fee. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor’s Authorized Representative is the person named in the Vendor’s Proposal. If Vendor’s Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. B. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. C. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. D. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. E. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, master- servant, principal-agent, or any other relationship. 11. LIABILITY DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 8 Rev. 4/2019 080819-SII Vendor must indemnify, save, and hold Sourcewell and its Members, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees brought against Sourcewell or its Member by a third party to the extent, arising out of the performance of this Contract by the Vendor or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. 12. AUDITS A. Sourcewell reserves the right to review the books, records, documents, and accounting procedures and practices of the Vendor pursuant to this Contract solely to the extent necessary to verify Vendor's compliance with its obligations hereunder for a minimum of six (6) years from the end of this Contract. This clause extends to Members as it relates to business conducted by that Member under this Contract. 13. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. 14. INTELLECTUAL PROPERTY As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Members against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Members by any person on account of the authorized use of any Equipment or Products by Sourcewell or its Members in accordance with their applicable specifications supplied by Vendor under this Contract in violation of applicable patent or copyright laws. 15. PUBLICITY, MARKETING, AND ENDORSEMENT A. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 9 Rev. 4/2019 080819-SII B. MARKETING. Any direct advertising, marketing, or offers with Members must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. C. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services. 16. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. 17. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 18. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 19. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have not less than sixty (60) calendar days, unless otherwise approved in writing, to cure an outstanding issue or, in the event such issue cannot be cured within sixty (60) calendar days, to take material steps to cure such issue, provided that Vendor must continue to diligently pursue such cure until complete. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 10 Rev. 4/2019 080819-SII without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Members as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Member order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract. Written notice of default and a reasonable opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: Ƒ Exercise any remedy provided by law or equity, or Ƒ Terminate the Contract or any portion thereof, including any orders issued against the Contract. 20. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Vendor will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition). At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 11 Rev. 4/2019 080819-SII $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer). Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella coverage over Workers’ Compensation, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Vendor will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Vendor’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. All policies must include there will be no cancellation, suspension, non-renewal, or reduction of coverage without thirty (30) days’ prior written notice to the Vendor. Upon request, Vendor must provide to Sourcewell copies of applicable policies and endorsements, within ten (10) days of a request. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 12 Rev. 4/2019 080819-SII C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to name Sourcewell and its Members, including their officers, agents, and employees, as an additional insured under the Vendor’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Vendor, and products and completed operations of Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Vendor or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies). F. SELF-INSURED RETENTIONS. Any self-insured retention in excess of $10,000 is subject to Sourcewell’s approval. 21. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid status on all required federal, state, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Members. 22. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 13 Rev. 4/2019 080819-SII operated by the State of Minnesota, the United States federal government, or any Member. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 23. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Members that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Members may also require additional requirements based on specific funding specifications. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Member accesses Vendor’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 14 Rev. 4/2019 080819-SII employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Vendor must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. § 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 15 Rev. 4/2019 080819-SII the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Vendors must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of three (3) years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 16 Rev. 4/2019 080819-SII a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 24.CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon sixty (60)days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor’s Proposal. Termination of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to termination. [ Sourcewell By: __________________________ Jeremy Schwartz Title: Director of Operations & Procurement/CPO Date: ________________________ Shaw Industries, Inc. By: __________________________ ĂƌƌŝĞŶDƵŶƌŽĞ Title: ŽŶƚƌĂĐƚ^ƉĞĐŝĂůŝƐƚ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________ DocuSign Envelope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ocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6SHFLILFDWLRQV 3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ DQGௐDSSOLFDEOHௐ GEDௐLIௐDQ\  6KDZௐ,QGXVWULHVௐ,QF  3URSRVHUௐ$GGUHVV ௐ(ௐ:DOQXWௐ$YH 'DOWRQௐ*$ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVZZZVKDZLQFFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐ SKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐPXVWௐ KDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ $VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐ RIௐWKHௐ3URSRVHU  5REHUWௐ0ௐ&KDQGOHUௐ([HFXWLYHௐ9LFHௐ3UHVLGHQWௐ&RPPHUFLDOௐ'LYLVLRQ EREFKDQGOHU#VKDZLQFFRP  ௐ(ௐ:DOQXWௐ$YH 'DOWRQௐ*$ௐ   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐ SURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐ DGGUHVVௐ ௐSKRQH  5DQGDௐ7KD\HUௐ936$ௐ*RYHUQPHQW UDQGDWKD\HU#VKDZLQFFRP  ௐ(ௐ:DOQXWௐ$YH 'DOWRQௐ*$ௐ   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐ SURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐDGGUHVVௐ HPDLOௐDGGUHVVௐ ௐSKRQH  .DUHQௐ.UDPHUௐ936$ௐ*RYHUQPHQW NDUHQNUDPHU#VKDZLQFFRP  ௐ(ௐ:DOQXWௐ$YH 'DOWRQௐ*$ௐ DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA &RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ \RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐ DQGௐLQGXVWU\ௐORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐ HTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV 6KDZௐVWDUWHGௐLQௐௐDVௐ6WDUௐ'\Hௐ&RPSDQ\ௐDQGௐWUDQVLWLRQHGௐWRௐFDUSHWௐPDQXIDFWXULQJௐLQௐ ௐ6KDZௐHPHUJHGௐDVௐDௐSXEOLFௐFRPSDQ\ௐLQௐௐ7KURXJKRXWௐWKHௐQH[WௐGHFDGHௐRXUௐ VWUDWHJ\ௐZDVௐWRௐEXLOGௐDௐYHUWLFDOௐVXSSO\ௐFKDLQௐVRௐZHௐFRXOGௐFRQWUROௐRXUௐTXDOLW\ௐIURPௐVWDUWௐWRௐ ILQLVKௐ%\ௐௐZHௐZHUHௐWKHௐODUJHVWௐFDUSHWௐPDQXIDFWXUHUௐLQௐWKHௐZRUOGௐ%HFDXVHௐRIௐRXUௐ GRPLQDQWௐPDUNHWௐVKDUHௐVWURQJௐPDQDJHPHQWௐWHDPௐLQQRYDWLYHௐWKLQNLQJௐDQGௐTXDOLW\ௐ SHUIRUPDQFHௐ%HUNVKLUHௐ+DWKDZD\ௐDFTXLUHGௐXVௐLQௐௐ7RGD\ௐZHௐDUHௐDௐIXOOVHUYLFHௐIORRULQJௐ FRPSDQ\ௐZLWKௐௐHPSOR\HHVௐDURXQGௐWKHௐJOREHௐDQGௐSURGXFWVௐIRUௐHYHU\ௐIORRULQJௐFDWHJRU\ௐ LQFOXGLQJௐEURDGORRPௐFDUSHWௐWLOHௐUHVLOLHQWௐKDUGZRRGௐODPLQDWHௐDQGௐWLOHௐDQGௐVWRQHௐIORRULQJௐ SURGXFWVௐDQGௐV\QWKHWLFௐWXUIௐ2XUௐNH\ௐYDOXHVௐDUHௐKRQHVW\ௐLQWHJULW\ௐDQGௐSDVVLRQ   3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐSURGXFWVௐ DQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐ SURSRVDO :HௐDUHௐSURYLGLQJௐSURGXFWVௐDQGௐLQVWDOODWLRQௐVHUYLFHVௐIRUௐWKRVHௐSURGXFWVௐ$GGLWLRQDOO\ௐZHௐZLOOௐEHௐ RIIHULQJௐPDLQWHQDQFHௐVHUYLFHVௐWKURXJKௐ62,/'ௐ2XUௐSURGXFWVௐLQFOXGHௐEURDGORRPௐFDUSHWௐWLOHௐ UHVLOLHQWௐHQJLQHHUHGௐZRRGௐDQGௐKDUGZRRG   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ HYHQWௐRIௐDQௐDZDUG" :HௐZRXOGௐPHHWௐZLWKௐ\RXUௐVWDIIௐWRௐILQDOL]HௐWKHௐPDUNHWLQJௐSODQௐDQGௐUHSRUWLQJௐ:HௐZDQWௐ\RXௐWRௐ EHௐFRPIRUWDEOHௐZLWKௐRXUௐVWDIIௐDQGௐSODQௐJRLQJௐIRUZDUG  'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐ ZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐ LWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ6(&ௐILOLQJVௐFUHGLWௐ DQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐ UHIHUHQFHௐOHWWHUVௐ8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ \RXUௐUHVSRQVH :HௐDUHௐDௐVXEVLGLDU\ௐRIௐ%HUNVKLUHௐ+DWKDZD\ௐ$WWDFKHGௐLVௐ%HUNVKLUH VௐDQQXDOௐUHSRUWௐ,QௐDGGLWLRQௐ ZHௐDUHௐKDSS\ௐWRௐSURYLGHௐRXUௐ6KDZௐVSHFLILFௐILQDQFLDOVௐXSRQௐUHFHLSWௐRIௐDௐQRQGLVFORVXUHௐ DJUHHPHQWௐIURPௐ\RXௐ$Qௐ1'$ௐLVௐDWWDFKHGௐIRUௐ\RXUௐVLJQDWXUH   :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐ WKDWௐ\RXௐDUHௐSURSRVLQJ" 5HTXHVWHG ௐ2XUௐ86ௐPDUNHWௐVKDUHௐIRUௐFRPPHUFLDOௐSURGXFWVௐLVௐ %URDGORRP &DUSHWௐ7LOH 5HVLOLHQW :RRG   :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐLIௐDQ\" 5HTXHVWHG ௐ2XUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐFRPPHUFLDOௐSURGXFWVௐLVௐ %URDGORRP &DUSHWௐ7LOH 5HVLOLHQW :RRG   +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐ SURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1R   +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐ PDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐ VHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐDSSOLHVௐWRௐ\RXUௐ RUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐ SURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐ WKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐ LVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐ RZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ PDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐ UHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐIRUFHௐDQGௐ ZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐ SURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐ WKHVHௐLQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐ HPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" 6KDZௐLVௐSULPDULO\ௐDௐPDQXIDFWXUHUௐRIௐIORRUFRYHULQJௐSURGXFWVௐ:HௐDOVRௐSURYLGHௐLQVWDOODWLRQௐ VHUYLFHVௐIRUௐWKRVHௐSURGXFWVௐௐ:HௐKDYHௐௐHPSOR\HHVௐJOREDOO\ௐLQYROYHGௐLQௐDOOௐDVSHFWVௐRIௐ SURGXFWLRQௐDQGௐVDOHVௐ:HௐKDYHௐௐVDOHVௐUHSUHVHQWDWLYHVௐLQௐWKHௐ86ௐDQGௐ&DQDGDௐZKRௐDUHௐ HPSOR\HHVௐ:HௐDOVRௐKDYHௐDQௐLQKRXVHௐVHUYLFHௐWHDPௐ7KHௐRQO\ௐVHUYLFHVௐZHௐRXWVRXUFHௐDUHௐ LQVWDOODWLRQௐDQGௐPDLQWHQDQFHௐDOWKRXJKௐZHௐPDQDJHௐWKHLUௐZRUNௐWKURXJKௐRXUௐ6KDZௐ,QWHJUDWHGௐ 6ROXWLRQVௐGLYLVLRQ   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐ ERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐKHOGௐE\ௐ \RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐ VXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐSXUVXLWௐRIௐWKHௐ EXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 6KDZௐKDVௐEXVLQHVVௐOLFHQVHVௐLQௐHDFKௐRIௐRXUௐORFDWLRQVௐ:KHQௐZHௐKLUHௐDQௐLQVWDOODWLRQௐFRPSDQ\ௐ ZHௐYHWௐWKHLUௐOLFHQVHV   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'LVEDUPHQW´ௐ LQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐ GXULQJௐWKHௐSDVWௐWHQௐ\HDUV 7KHUHௐDUHௐQRQH   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐ VXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐ WKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHV 7KHUHௐDUHௐQRQH  ,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐ WKHௐSDVWௐILYHௐ\HDUV 3DWFUDIW ௐ ௐ%HVWௐRIௐ1HRFRQௐ*ROGௐௐ'HFRQVWUXFWHGௐ)HOWௐௐ&DUSHWௐ0RGXODUௐ ௐ%HVWௐRIௐ1HRFRQௐ*ROGௐௐ+DQGORRPௐௐ5HVLOLHQWௐௐ ௐ0HWURSROLVௐ/LNHVௐIRUௐ+DQGORRPௐ ௐ%XLOGLQJV ௐ3URGXFWௐ,QQRYDWLRQௐIRUௐ'HFRQVWUXFWHGௐ)HOWௐௐ ௐ,QWHULRUௐௐ6RXUFHVௐ+L3ௐDZDUGௐIRUௐ6XEWOHௐ,PSUHVVLRQVௐ ௐ&RYHUDJHௐLQௐ&RQWUDFWௐ0HWURSROLVௐ6SHFLI\ௐ,QWHULRUௐ'HVLJQௐ,QWHULRUVௐௐ6RXUFHVௐ $UFKLSURGXFWVௐௐ)ORRUௐ&RYHULQJௐ1HZVௐ)ORRUௐ&RYHULQJௐ:HHNO\ௐ)ORRUௐ7UHQGVௐ0DJD]LQHௐ)ORRUௐ )RFXVௐ*UHHQௐௐ2SHUDWLRQVௐ0F0RUURZௐ5HSRUWVௐDQGௐ2IILFHௐ,QVLJKW  ௐ$GH[ௐ3ODWLQXPௐௐ'HFRQVWUXFWHGௐ0HWDOௐ ௐ$GH[ௐ3ODWLQXPௐௐ0DWHULDOௐ3DUDGR[ௐ ௐ$GH[ௐ3ODWLQXPௐௐ6XEWUDFWLYHௐ/D\HUVௐ ௐ$GH[ௐ*ROGௐௐ$G0L[ௐ ௐ$GH[ௐ*ROGௐௐ,VOHௐRIௐ6N\Hௐ ௐ0HWURSROLV/LNHVௐௐ$UWHIDFWௐ ௐ%HVWௐRIௐ1HR&RQௐ6LOYHUௐௐ'LFKURLFௐௐ&DUSHWௐ0RGXODUௐௐ ௐௐ6FKRROௐ3ODQQLQJௐ ௐ0DQDJHPHQWௐDQGௐ&ROOHJHௐ3ODQQLQJௐDQGௐ0DQDJHPHQWௐ1HZௐ3URGXFWௐRIௐ WKHௐ<HDUௐௐ7DQJLEOHௐ+XHௐௐௐ,QWHULRUௐ'HVLJQௐ%HVWௐRIௐ<HDUௐ$ZDUGVௐ+RQRUHHௐௐ'LFKURLFௐ ௐ+L3ௐ+RQRUHHௐ0DQXIDFWXUHUௐ6HOOHUௐௐ0HJJKDQௐ+R\Wௐௐ ௐ+L3ௐ+RQRUHHௐ:RUNSODFHௐ)ORRULQJௐ+DUGௐ6XUIDFHௐௐ:RRGWRQHௐ ௐ3URGXFWௐ,QQRYDWLRQVௐ0HULWௐ$ZDUGௐ QGௐ3ODFH ௐௐ$UWHIDFWௐ ௐ'DYH\ௐ$ZDUGௐ 6LOYHU ௐ:HEVLWHV&RQVWUXFWLRQௐIRUௐ:HEVLWHVௐௐ6KDZௐ6RXQGௐ$GYLVRUௐௐ ௐ ௐ%HVWௐRIௐ1HRFRQௐ6LOYHUௐௐ+DUGVXUIDFHௐௐ6XEWUDFWLYHௐ/D\HUVௐ ௐ%XLOGLQJVௐ3URGXFWௐ,QQRYDWLRQௐ*UDQGௐ$ZDUGௐ VWௐSODFH ௐௐ6XEWUDFWLYHௐ/D\HUVௐௐ ௐ+L3ௐ3URGXFWௐ'HVLJQHUௐ³5LVLQJௐ6WDU´ௐௐ.HOO\ௐ6WHZDUWௐ ௐ ௐ%HVWௐRIௐ1HRFRQௐ6LOYHUௐ±ௐ+HDOWKFDUHௐ±ௐ$G0L[ௐ ௐ)ORRUௐ&RYHULQJௐ:HHNO\¶Vௐ*UHHQ6WHSௐ$ZDUGVௐ+RQRUHHௐ±ௐ'HFRQVWUXFWHGௐ%ODFNௐ ௐ1LJKWLQJDOHௐ6LOYHUௐௐ+DUGௐ6XUIDFHௐௐ$G0L[ௐ ௐ1LJKWLQJDOHௐ6LOYHUௐௐ5HVLOLHQWௐௐ9LQLQJVௐௐ 6KDZௐ&RQWUDFWௐ  ௐௐ,,'$+'ௐ3URGXFWௐ'HVLJQௐ&RPSHWLWLRQௐ±ௐ%HVWௐ&DUSHW5XJVௐ±ௐ&RPPXQLW\ௐ ௐ&RQWUDFW¶Vௐ%HVWௐRIௐ1HR&RQௐ$ZDUGௐ±ௐ6LOYHUௐ0RGXODUௐ)ORRULQJௐ±ௐ6XLWHGௐ ௐௐ0L[RORJ\ௐ$ZDUGௐ±ௐ3URGXFWௐRIௐWKHௐ<HDUௐ)ORRULQJௐ±ௐ,QVLGHௐ6KDSHV ௐௐ,,'$ௐ*OREDO6KRSௐ3URGXFWௐ'HVLJQௐ&RPSHWLWLRQௐ±ௐ%HVWௐ)ORRULQJௐ±ௐ1DWXUDOௐ&KRUHRJUDSK\  ௐௐ0HWURSROLVௐ/LNHVௐ±ௐ+DYHQ ௐௐ&RQWUDFW¶Vௐ%HVWௐRIௐ1HR&RQௐ$ZDUGௐ±ௐ*ROGௐ0RGXODUௐ)ORRULQJௐ±ௐ+DYHQ ௐௐ+HDOWKFDUHௐ'HVLJQ¶Vௐ1LJKWLQJDOHௐ$ZDUGௐ±ௐ*ROGௐ0RGXODUௐ)ORRULQJௐ±ௐ+DYHQ ௐௐ,QWHULRUௐ'HVLJQௐ0DJD]LQHௐ+L3ௐ$ZDUGௐ±ௐ%HVWௐ:RUNSODFHௐ)ORRULQJௐ±ௐ,QVLGHௐ6KDSHV ௐௐ,QWHULRUௐ'HVLJQௐ0DJD]LQH¶Vௐ%HVWௐRIௐWKHௐ<HDUௐ$ZDUGௐ±ௐ&DUSHWௐ±ௐ,QVLGHௐ6KDSHV ௐௐ'H]HHQ¶Vௐ3URGXFWௐ$ZDUGௐ/RQJOLVWௐ±ௐ,QVLGHௐ6KDSHV ௐௐ,,'$+'ௐ3URGXFWௐ'HVLJQௐ&RPSHWLWLRQௐ±ௐ%HVWௐ5HVLOLHQWௐ)ORRULQJௐ±ௐ1DWXUDOௐ&KRUHRJUDSK\ ௐௐ&RQWUDFW¶Vௐ%HVWௐRIௐ1HR&RQௐ$ZDUGௐ±ௐ6LOYHUௐ+DUGௐ6XUIDFHௐ±ௐ1DWXUDOௐ&KRUHRJUDSK\ ௐௐ+HDOWKFDUHௐ'HVLJQ¶Vௐ1LJKWLQJDOHௐ$ZDUGௐ±ௐ6LOYHUௐ+DUGௐ6XUIDFHௐ±ௐ1DWXUDOௐ&KRUHRJUDSK\ ௐௐ*OREDO6KRS¶Vௐ%HVWௐ)ORRULQJௐDQGௐ%HVWௐRIௐ&RPSHWLWLRQௐ±ௐ&DQYDV  ௐௐ,,'$+'ௐ3URGXFWௐ'HVLJQௐ&RPSHWLWLRQௐ:LQQHUௐ±ௐ%HVWௐLQௐ)ORRULQJௐ±ௐ&DUSHWௐ±ௐ2IIௐWKHௐ*ULG  ௐௐ%HVWௐRIௐ1HR&RQௐ6LOYHUௐ$ZDUGௐ±ௐ&DUSHWௐ%URDGORRPௐ±ௐ0RGHUQௐ(GLW ௐௐ1HR&RQௐ(GLWRU¶Vௐ&KRLFHௐ$ZDUGௐ±ௐ/97ௐ±ௐ0RGHUQௐ(GLWௐ ௐௐ%HVWௐRIௐ1HR&RQௐ*ROGௐ±ௐ&RPSRVHௐ'HVLJQௐ7RRO ௐௐ$UFKLW]HUௐ$ZDUGௐ±ௐ7KHௐ6WXGLR3DLQWLQJ ௐௐ7KHௐ6OHHSௐ(YHQWௐ%&)$ௐ±ௐ3URGXFWௐRIௐWKHௐ<HDUௐ$ZDUGௐ±ௐ1REOHௐ0DWHULDOV ௐௐ*OREDO6KRSௐ%HVWௐRIௐ)ORRULQJௐ±ௐ1REOHௐ0DWHULDOV ,Qௐௐ6KDZௐ,QGXVWULHVௐDVௐDௐZKROHௐZDVௐUDQNHGௐௐRQௐ)RUEHVௐOLVWௐIRUௐWKHௐ ௐ%HVWௐ(PSOR\HUVௐLQௐWKHௐVWDWHௐRIௐ*HRUJLDௐ:HௐDOVRௐPDGHௐWKHௐ2IILFLDOௐ6KLSSHUௐRIௐWKHௐ&KRLFHௐ OLVWௐLQௐௐ &RUSRUDWHௐDZDUGVௐLQௐௐDUHௐ ௐௐ*(ௐ(FRPDJLQDWLRQௐ/HDGHUVKLSௐ$ZDUG&OHDUௐ3DWKௐ5HF\FOLQJ ௐௐ*(ௐ5HWXUQௐRQௐ(QYLURQPHQWௐ$ZDUG&OHDUௐ3DWKௐ5HF\FOLQJ ௐௐ6XVWDLQDEOHௐ3XUFKDVLQJௐ/HDGHUVKLSௐ&RXQFLOௐ 63/& ௐௐ3XUFKDVLQJ /HDGHUVKLSௐ$ZDUGV  DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA ²ௐ0DUNHWௐ7UDQVIRUPDWLRQௐ/HDGHUVKLSௐ$ZDUG ²ௐ6XSSOLHUௐ/HDGHUVKLSௐ$ZDUG ௐௐௐ)ORRUௐ&RYHULQJௐ1HZVௐ$ZDUGVௐRIௐ([FHOOHQFHௐௐ(QYLURQPHQWDO /HDGHUVKLSௐ$ZDUG ௐௐௐ86*%&ௐ/(('ௐ*ROGௐ6KDZௐ&RQWUDFWௐௐ1HZௐ<RUNௐ6KRZURRP ௐௐௐ86*%&ௐ/(('ௐ6LOYHUௐ6KDZௐ&RQWUDFWௐௐ$WODQWDௐ6KRZURRP ௐௐ6HOOLQJௐ3RZHUௐPDJD]LQHௐௐௐ%HVWௐ&RPSDQLHVௐWRௐ6HOOௐ)RU ௐௐH/HDUQLQJௐPDJD]LQHௐௐ/HDUQLQJௐ ௐௐ7UDLQLQJௐPDJD]LQHௐௐௐ7UDLQLQJௐ7RSௐ  :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV ௐ ௐ ௐ   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV ௐௐ ௐௐ ௐ   /LVWௐDQ\ௐVWDWHௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐ FRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐDQQXDOௐ VDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" :HௐDUHௐFXUUHQWO\ௐRQௐFRQWUDFWௐZLWKௐ6RXUFHZHOOௐDVௐZHOOௐDVௐௐௐRWKHUௐFRRSHUDWLYHVௐ .&'$ .H\VWRQHௐ3XUFKDVLQJௐ1HWZRUNௐௐ.31 0DVVDFKXVHWWVௐ+LJKHUௐ(GXFDWLRQௐ&RQVRUWLXPௐௐ0+(& 3DQKDQGOHௐ$UHDௐ(GXFDWLRQDOௐ&RQVRUWLXPௐௐ3$(& 3XUFKDVLQJௐ$VVRFLDWLRQௐRIௐ&RRSHUDWLYHௐ(QWLWLHVௐௐ3$&( 3XUFKDVLQJௐ&RRSHUDWLYHௐRIௐ$PHULFDௐௐ3&$ :HௐKDYHௐWKHௐIROORZLQJௐVWDWHௐFRQWUDFWVௐZKLFKௐDUHௐ .HQWXFN\ௐ0DVVDFKXVHWWVௐ3HQQV\OYDQLDௐ9LUJLQLDௐ$ODVNDௐ$UL]RQDௐௐ&DOLIRUQLDௐ&RORUDGRௐ &RQQHFWLFXWௐ'HODZDUHௐ)ORULGDௐ,RZDௐ.DQVDVௐ/RXLVLDQDௐ0LFKLJDQௐ0LQQHVRWDௐ0LVVLVVLSSLௐ 0LVVRXULௐ1HYDGDௐ1HZௐ-HUVH\ௐௐ1HZௐ<RUNௐ1RUWKௐ&DUROLQDௐ2KLRௐ2UHJRQௐ6RXWKௐ'DNRWDௐ 7HQQHVVHHௐ8WDKௐ9HUPRQWௐ:DVKLQJWRQௐDQGௐ:HVWௐ9LUJLQLD 2XUௐFOLHQWௐLQIRUPDWLRQௐLVௐFRQILGHQWLDOௐ:HௐGRௐQRWௐVKDUHௐWKHLUௐVDOHVௐQXPEHUVௐ,QௐWXUQௐZHௐZRXOGௐ QRWௐVKDUHௐ6RXUFHZHOO VௐQXPEHUV   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐ FRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" :HௐKDYHௐWKHௐIROORZLQJௐ*RYHUQPHQWௐ3XUFKDVLQJௐ&RQWUDFWௐ *6$ 2XUௐFOLHQWௐLQIRUPDWLRQௐLVௐFRQILGHQWLDOௐ:HௐGRௐQRWௐVKDUHௐWKHLUௐVDOHVௐQXPEHUVௐ,QௐWXUQௐZHௐZRXOGௐ QRWௐVKDUHௐ6RXUFHZHOO VௐQXPEHUV  5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 'HSDUWPHQWௐRIௐ0DQDJHPHQWௐ6HUYLFHVௐ)ORULGD 9LFWRULDௐ0LWFKHOO YLFWRULDPLWFKHOO#GPVP\IORULGDFRP  &DEDUUXVௐ&RXQW\ 0RQW\ௐ(XG\ PGHXG\#FDEDUUXVFRXQW\XV  &LW\ௐRIௐ3RUWௐ6Wௐ/XFLH :HQG\ௐ5LWDFFR ZULWDFFR#FLW\RISVOFRP  7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\W\SHWKH VWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH 3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV 6RXUFHZHOO *RYHUQPHQW 0LQQHVRWD01 )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO  *6$ *RYHUQPHQW 'LVWULFWRI &ROXPELD'& )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO  6WDWHௐRIௐ2UHJRQ *RYHUQPHQW 2UHJRQ25 )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO  6WDWHௐRIௐ2KLR *RYHUQPHQW 2KLR2+ )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO  1$632 1RQ3URILW .HQWXFN\.< )ORRULQJௐ0DWHULDOௐDQGௐ)XOOௐ7XUQNH\ௐ PDWHULDOௐDQGௐLQVWDOODWLRQௐVHUYLFHV &RQILGHQWLDO &RQILGHQWLDO  DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA $ELOLW\WR6HOODQG'HOLYHU6HUYLFH1DWLRQZLGH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOO0HPEHUVDFURVVWKH86DQG&DQDGDLIDSSOLFDEOH<RXUUHVSRQVHVKRXOGDGGUHVVLQ GHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFK VHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUGSDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH :HௐKDYHௐPRUHௐWKDQௐௐKLJKO\ௐWUDLQHGௐVDOHVௐSURIHVVLRQDOVௐWKURXJKRXWௐWKHௐ86ௐDQGௐ&DQDGDௐ 2XUௐTXDOLILHGௐSURIHVVLRQDOVௐDUHௐVWUDWHJLFDOO\ௐORFDWHGௐWRௐEHVWௐVXSSRUWௐRXUௐFXVWRPHUVௐ7KH\ௐDUHௐ HTXLSSHGௐWRௐSURYLGHௐRXUௐFXVWRPHUVௐZLWKௐEHVWLQFODVVௐGHVLJQௐSURGXFWௐDQGௐRYHUDOOௐFXVWRPHUௐ VXSSRUW   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV <RXUௐPHPEHUVௐZLOOௐKDYHௐHDV\ௐDFFHVVௐWRௐSURGXFWVௐ:HௐVHOOௐGLUHFWO\ௐWRௐFXVWRPHUVௐRUௐWKURXJKௐ GHDOHUVௐ:HௐFXUUHQWO\ௐGRௐEXVLQHVVௐZLWKௐWKRXVDQGVௐRIௐGHDOHUVௐLQௐWKHௐ86ௐDQGௐ&DQDGD  6HUYLFHௐIRUFH 6XUYH\VௐLQௐ)ORRUௐ)RFXVௐUDQNௐ6KDZௐDVௐQXPEHUௐRQHௐLQௐVHUYLFHௐ6HUYLFHௐLVௐJHQHUDOO\ௐSURYLGHGௐE\ௐ RXUௐVDOHVௐWHDPௐKRZHYHUௐZHௐKDYHௐDௐWHFKQLFDOௐVHUYLFHVௐWHDPௐRIௐௐHPSOR\HHVௐௐRIௐZKLFKௐFDQௐ SURYLGHௐRQVLWHௐVXSSRUWௐ7KHVHௐWHFKQLFDOௐH[SHUWVௐSURYLGHௐWHVWLQJௐLQVWDOODWLRQௐVXSSRUWௐDQGௐ PDLQWHQDQFHௐVXSSRUW   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐ RIௐ\RXUௐFXVWRPHUௐVHUYLFHௐSURJUDPௐLIௐ DSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐ FDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐ LQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐ VWDWHGௐVHUYLFHௐJRDOVௐRUௐSURPLVHV 2XUௐVDOHVௐDQGௐWHFKQLFDOௐVHUYLFHௐWHDPVௐW\SLFDOO\ௐUHVSRQGௐZLWKLQௐௐKRXUVௐ:HௐKDYHௐJHQHUDOௐ PDQXIDFWXULQJௐWLPHVௐRIௐFDUSHWௐLQௐௐZHHNVௐFDUSHWௐWLOHௐLQௐௐZHHNVௐDQGௐUHVLOLHQWௐZLWKௐQRௐOHDGௐWLPHௐ SURGXFWVௐDUHௐLQௐVWRFN ௐ6WDQGDUGௐGHOLYHU\ௐLVௐW\SLFDOO\ௐZLWKLQௐௐGD\Vௐ:KHQௐDQௐRUGHUௐLVௐSODFHGௐ RXUௐFXVWRPHUௐVHUYLFHௐUHSUHVHQWDWLYHVௐSURYLGHௐVSHFLILFௐGHOLYHU\ௐGDWHVௐ$VௐDௐYHUWLFDOO\ௐLQWHJUDWHGௐ FRPSDQ\ௐZHௐRZQௐDQGௐRSHUDWHௐWKHௐODUJHVWௐSULYDWHௐWUXFNLQJௐIOHHWௐLQௐWKHௐIORRULQJௐLQGXVWU\ௐ $GGLWLRQDOO\ௐZHௐKDYHௐKXQGUHGVௐRIௐVHUYLFHVௐSURYLGHUVௐWKURXJKRXWௐWKHௐ86ௐ7KHVHௐYLWDOௐUHVRXUFHVௐ KHOSௐXVௐWRௐPHHWௐRXUௐVHUYLFHௐJRDOV   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ WKURXJKௐWKHௐSURSRVHGௐFRQWUDFW :HௐVHUYLFHௐDOOௐDUHDV   ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐ0HPEHUௐVHFWRUVௐ LHௐ JRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILW ௐWKDWௐ\RXௐ ZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐ FRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ \RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐ RUௐGRௐRWKHUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐ OLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" :HௐZLOOௐVHUYHௐDOOௐVHFWRUV   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐ0HPEHUVௐLQௐ +DZDLLௐDQGௐ$ODVNDௐDQGௐLQௐ86ௐ7HUULWRULHV :HௐGRௐQRWௐSURYLGHௐLQVWDOODWLRQௐRUௐPDLQWHQDQFHௐVHUYLFHVௐLQௐ86ௐWHUULWRULHV  0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ 8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐ PDUNHWLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 6HWWLQJௐWKHௐFRUUHFWௐSULFHௐLVௐDௐNH\ௐSDUWௐRIௐRXUௐVWUDWHJ\ௐWRRௐORZௐDQGௐRXUௐVDOHVௐWHDPௐLVௐQRWௐPRWLYDWHGௐ WRௐVHOOௐWRRௐKLJKௐDQGௐRXUௐFXVWRPHUVௐDUHௐQRWௐSURSHUO\ௐVHUYHGௐ6RௐZHௐWKLQNௐYHU\ௐFDUHIXOO\ௐDERXWௐRXUௐ SULFLQJௐ%HFDXVHௐZHௐDUHௐWKHௐODUJHVWௐFDUSHWௐPDQXIDFWXUHUௐDQGௐRQHௐRIௐWKHௐODUJHVWௐIORRULQJௐ PDQXIDFWXUHUVௐZHௐPDQDJHௐPDQ\ௐFRQWUDFWVௐDQGௐXQGHUVWDQGௐZKDWௐZRUNVௐ:HௐKDYHௐWKUHHௐEUDQGVௐRQௐ \RXUௐFRQWUDFWௐDQGௐHDFKௐKDVௐDௐPDUNHWLQJௐPDQDJHUௐ.LHUHQௐ&RUFRUDQௐZLWKௐ3DWFUDIWௐ0LFKHOOHௐ&DUSHQWHUௐ ZLWKௐ6KDZௐ&RQWUDFWௐDQGௐ4XHQWLQௐ4XDWKDPHUௐZLWKௐ3KLODGHOSKLDௐ&RPPHUFLDOௐZLOOௐGHYHORSௐDQGௐLPSOHPHQWௐ WKHௐPDUNHWLQJௐSODQௐIRUௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ)LUVWௐRSHUDWLRQDOO\ௐ\RXUௐFRQWUDFWௐZLOOௐEHௐDYDLODEOHௐRQௐ RXUௐLQWHUQDOௐVLWHௐௐIRUௐRXUௐVDOHVௐUHSUHVHQWDWLYHVௐWRௐXVHௐDQGௐXSGDWHGௐLQௐDOOௐRIௐRXUௐGDWDௐV\VWHPVௐ 7KHQௐRXUௐPDLQௐPDUNHWLQJௐDYHQXHVௐDUHௐZHEௐFDOOVௐHPDLOௐEODVWVௐ)DFHERRNௐ7ZLWWHUௐ3LQWHUHVWௐ ,QVWDJUDPௐ<RX7XEHௐIO\HUVௐDQGௐWUDGHௐVKRZVௐ$WWDFKHGௐDUHௐVRPHௐPDUNHWLQJௐPDWHULDOVௐZHௐKDYHௐXVHGௐ LQௐWKHௐSDVW   'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐPHWDGDWDௐ XVDJH ௐWRௐHQKDQFHௐPDUNHWLQJௐ HIIHFWLYHQHVV :HௐZLOOௐFRQVLGHUௐDOOௐRIௐRXUௐVRFLDOௐPHGLDௐFKDQQHOVௐIRUௐ\RXUௐPDUNHWLQJௐSODQௐHPDLOௐEODVWVௐ)DFHERRNௐ 7ZLWWHUௐ3LQWHUHVWௐ,QVWDJUDPௐDQGௐ<RX7XEHௐ:HௐWUDFNௐPHWDGDWDௐIRUௐRXUௐPHGLDௐPDUNHWLQJௐRXWOHWVௐWRௐ GHWHUPLQHௐRXUௐPRVWௐHIIHFWLYHௐPHVVDJLQJௐFRQWHQW  ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐ SURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐWKLVௐ 5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOO DZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" :HௐKDYHௐEHHQௐYHU\ௐSOHDVHGௐZLWKௐRXUௐUHODWLRQVKLSௐ:HௐDSSUHFLDWHௐ\RXUௐIOH[LELOLW\ௐDQGௐUHVSRQVLYHQHVVௐ 7KLVௐLVௐWKHௐPRVWௐLPSRUWDQWௐWKLQJௐ\RXௐEULQJௐWRௐWKHௐVDOHVௐSURFHVVௐ$Vௐ\RXௐNQRZௐZHௐPDQDJHௐPDQ\ௐ FRQWUDFWVௐ<RXௐDUHௐRQHௐRIௐRXUௐROGHVWௐDQGௐODUJHVWௐEX\LQJௐFRRSHUDWLYHVௐDQGௐRXUௐVDOHVௐUHSUHVHQWDWLYHVௐ DUHௐDOUHDG\ௐIDPLOLDUௐZLWKௐ\RXUௐFRQWUDFWௐ<RXUௐFRQWUDFWௐDQGௐPDUNHWLQJௐPDWHULDOௐZLOOௐEHௐDYDLODEOHௐRQOLQHௐ IRUௐRXUௐVDOHVௐWHDPVௐ:HௐZLOOௐKRVWௐDௐZHEௐFDOOௐZLWKௐRXUௐUHSUHVHQWDWLYHVௐRXWOLQLQJௐWKHௐFRQWUDFWௐ SUHVHQWLQJௐWKHௐPDUNHWLQJௐPDWHULDOVௐDQGௐDQVZHULQJௐTXHVWLRQVௐ6KDZ VௐWKUHHௐPDUNHWLQJௐPDQDJHUVௐZLOOௐ DOHUWௐVDOHVௐUHSUHVHQWDWLYHVௐZKHQௐZHௐDWWHQGௐWUDGHௐVKRZVௐVRௐWKH\ௐFDQௐSDUWLFLSDWHௐ7KHௐPDUNHWLQJௐ PDQDJHUVௐZLOOௐEHௐDYDLODEOHௐWRௐDVVLVWௐUHSUHVHQWDWLYHVௐZLWKௐDQ\ௐTXHVWLRQVௐDORQJௐWKHௐZD\   $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐ WKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐ SURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐH SURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐ KDYHௐXVHGௐLW <HVௐ\RXUௐPHPEHUVௐFDQௐRUGHUௐWKURXJKௐ(',  DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐ 0HPEHUVௐ,QFOXGHௐGHWDLOVௐVXFKௐDVௐ ZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐ RSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐ DQ\ௐFRVWVௐWKDWௐDSSO\ :HௐKDYHௐWKHௐPRVWௐUREXVWௐVHUYLFHௐWHDPௐLQௐWKHௐLQGXVWU\ௐ:HௐSURYLGHௐIUHHௐLQVWDOODWLRQௐDQGௐPDLQWHQDQFHௐ WUDLQLQJௐWRௐ6RXUFHZHOOௐ0HPEHUVௐ)LUVWௐZHௐSURYLGHௐZULWWHQௐLQVWUXFWLRQௐ6HFRQGௐZHௐSURYLGHௐYLGHRௐ LQVWUXFWLRQௐ7KLVௐLVௐSDUWLFXODUO\ௐKHOSIXOௐZKHQௐEULQJLQJௐRQௐQHZௐVWDIIௐ)LQDOO\ௐZHௐFDQௐDUUDQJHௐIRUௐRQVLWHௐ WUDLQLQJ  'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐ WKDWௐ\RXUௐSURSRVHGௐSURGXFWVௐRUௐ VHUYLFHVௐRIIHU 2XUௐ(FR:RU[ௐFDUSHWௐWLOHௐLVௐ39&ௐIUHHௐZKLFKௐLVௐLPSRUWDQWௐWRௐWKRVHௐPHPEHUVௐUHGXFLQJௐWKHLUௐGHSHQGHQFHௐ RQௐ39&ௐ2XUௐ/RN'RWVௐGU\ௐDGKHVLYHௐWDEVௐPDNHௐLQVWDOODWLRQௐTXLFNHUௐDQGௐWKHUHௐLVௐOHVVௐZDVWHௐWKDQௐZLWKௐ ZHWௐDGKHVLYHௐ/RN:RU[ௐGU\ௐDGKHVLYHௐWDEVௐDOORZௐPHPEHUVௐWRௐEXLOGௐWKHLUௐRZQௐUXJVௐZLWKௐFDUSHWௐWLOHௐDௐ SRSXODUௐRSWLRQௐIRUௐWKRVHௐLQVWDOOLQJௐKDUGௐVXUIDFHௐIORRULQJௐWRௐUHGXFHௐWKHௐQRLVHௐ:HௐRIIHUௐDௐQHZௐZHWௐ DGKHVLYHௐWKDWௐPHPEHUVௐFDQௐXVHௐIRUௐFDUSHWௐRUௐUHVLOLHQWௐIORRULQJௐDQGௐWKHௐSDLOௐLVௐUHVHDODEOHௐ,WௐFDQௐEHௐ UHXVHGௐXSௐWRௐௐWLPHVௐ7KLVௐVDYHVௐVWRUDJHௐVSDFHௐDQGௐVLPSOLILHVௐWKHௐLQVWDOODWLRQௐSURFHVVௐ2XUௐQHZௐ OLJKWZHLJKWௐ6WUDWD:RU[ௐFDUSHWௐWLOHVௐDUHௐZHOOௐVXLWHGௐZKHQௐ\RXUௐPHPEHUVௐQHHGௐDௐFDUSHWௐWLOHௐDWௐDௐ EURDGORRPௐSULFH   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐ UHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐ SURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐ OLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK 2XUௐFRPSDQ\ௐJUHHQௐLQLWLDWLYHVௐDUH ௐௐ3URGXFWVௐGHVLJQHGௐWRௐEHௐUHF\FODEOHௐDQGௐWRௐXVHௐOHVVௐPDWHULDO ௐௐ0DQXIDFWXULQJௐSURFHVVHVௐWKDWௐFRQWLQXDOO\ௐUHGXFHௐRXUௐLPSDFWௐRQௐWKHௐHQYLURQPHQWௐௐOHVVௐZDWHUௐOHVVௐ HQHUJ\ௐDQGௐOHVVௐZDVWHௐ ௐௐ6LPSOHௐUHF\FOLQJௐVHUYLFHVௐIRUௐRXUௐFXVWRPHUV 2XUௐSURJUHVVௐLVௐUHSRUWHGௐDQQXDOO\ௐLQௐRXUௐVXVWDLQDELOLW\ௐUHSRUWௐDWௐ KWWSVVKDZLQFFRP1HZVURRP6XVWDLQDELOLW\5HSRUWVௐ 2XUௐFDUSHWௐWLOHௐPDQXIDFWXULQJௐIDFLOLWLHVௐDUHௐ,62ௐௐFHUWLILHGௐ HQYLURQPHQWDO ௐDQGௐ,62ௐௐFHUWLILHGௐ TXDOLW\ ௐE\ௐ%61ௐ HQYLURQPHQWDOௐDQGௐTXDOLW\ௐUHVSHFWLYHO\ ௐௐ2XUௐFRPPHUFLDOௐPDQXIDFWXULQJௐIDFLOLWLHVௐDUHௐ FDUERQௐQHXWUDOௐ 7RௐKHOSௐRXUௐFXVWRPHUVௐDVVHVVௐRXUௐSURGXFWVௐZHௐSURYLGH +HDOWKௐ3URGXFWௐ'HFODUDWLRQVௐ KHDOWKௐLPSDFW (QYLURQPHQWDOௐ3URGXFWௐ'HFODUDWLRQVௐ HQYLURQPHQWDOௐLPSDFW 'HFODUHௐ/DEHOVௐ VKRZLQJௐRXUௐLQJUHGLHQWV   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐ HTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ \RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐ HIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐ GHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV 2XUௐSURGXFWௐFHUWLILFDWLRQVௐLQFOXGH &UDGOHௐWRௐ&UDGOHௐ&HUWLILFDWLRQௐE\ௐWKHௐ,QQRYDWLRQௐ,QVWLWXWHௐ FDUSHW 16)ௐௐFHUWLILFDWLRQௐIURPௐ$16,ௐ FDUSHW *UHHQௐ/DEHOௐ3OXVௐ DLUௐTXDOLW\ ௐIURPௐ7KHௐ&DUSHWௐDQGௐ5XJௐ,QVWLWXWH )ORRU6FRUHௐFHUWLILFDWLRQௐIURPௐ6&6ௐ*OREDOௐ6HUYLFHVௐ IRUௐUHVLOLHQW ௐ 6PDUW:D\ௐFHUWLILFDWLRQௐIRUௐWKHௐHIILFLHQWௐXVHௐRIௐIXHO   'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ %XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ %XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐ RZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐKDYHௐ REWDLQHGௐ8SORDGௐGRFXPHQWDWLRQௐRIௐ FHUWLILFDWLRQௐ DVௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH $VௐDௐSULYDWHௐFRPSDQ\ௐRZQHGௐE\ௐDௐFRUSRUDWLRQௐ%HUNVKLUHௐ+DWKDZD\ௐZHௐGRௐQRWௐTXDOLI\ௐDVௐDௐPLQRULW\ௐ HQWHUSULVH   :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐ 0HPEHUV"ௐ:KDWௐPDNHVௐ\RXUௐ SURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐ LQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ6RXUFHZHOOௐ PHPEHUV" 'HDOHUVௐGHVLJQHUVௐDQGௐIDFLOLW\ௐPDQDJHUVௐFRQVLVWHQWO\ௐUDQNௐ6KDZ VௐVHUYLFHௐDQGௐTXDOLW\ௐDVௐWKHௐEHVWௐLQௐ WKHௐLQGXVWU\ௐ2XUௐSURGXFWVௐDUHௐRQௐWKHௐFXWWLQJௐHGJHௐRIௐLQQRYDWLRQௐDQGௐWKHௐௐSHRSOHௐLQௐRXUௐVHUYLFHௐ GLYLVLRQௐDUHௐDYDLODEOHௐWRௐDQVZHUௐTXHVWLRQVௐSURYLGHௐWHVWLQJௐRUௐDUUDQJHௐWUDLQLQJ   ,GHQWLI\ௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐ WRௐ6RXUFHZHOOௐPHPEHUௐDJHQFLHVௐLQௐ &DQDGD :HௐSURYLGHௐ6RXUFHZHOOௐDJHQFLHVௐLQௐ&DQDGDௐZLWKௐWKHௐVDPHௐOHYHOௐRIௐVHUYLFHௐDVௐWKHௐ86ௐZLWKௐWKHௐ H[FHSWLRQௐRIௐLQVWDOODWLRQௐVHUYLFHV DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA :DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOO VWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVH LQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" <HVௐZHௐRIIHUௐGHWDLOHGௐZDUUDQWLHVௐRQௐHDFKௐRIௐRXUௐSURGXFWVௐLQFOXGLQJௐOLIHWLPHௐ ZDUUDQWLHVௐRQௐRXUௐ(FR:RU[ௐWLOHௐSURGXFWVௐ:HௐDOVRௐSURYLGHௐDௐZRUNPDQVKLSௐZDUUDQW\ௐ IRUௐRXUௐLQVWDOODWLRQௐVHUYLFHV   'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐ OLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" <HVௐ\RXௐPXVWௐLQVWDOOௐWKHௐSURGXFWௐDFFRUGLQJௐWRௐLQVWUXFWLRQVௐDQGௐ\RXௐPXVWௐPDLQWDLQௐWKHௐ SURGXFWVௐDFFRUGLQJௐWRௐPDLQWHQDQFHௐLQVWUXFWLRQVௐ7KHVHௐLQVWUXFWLRQVௐDUHௐDYDLODEOHௐRQௐ WKHௐZHEVLWHௐWKURXJKௐWKHௐGHDOHUௐDQGௐWKURXJKௐRXUௐFXVWRPHUௐVHUYLFHௐGHSDUWPHQW   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐ WUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" <HV  $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐ DQGௐ&DQDGDௐLIௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐFDQQRWௐ SURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐ UHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐ0HPEHUVௐLQௐWKHVHௐUHJLRQVௐ EHௐSURYLGHGௐVHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" 1R   :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐ RWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐ DUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐ RULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" :HௐFRYHUௐWKHௐZDUUDQW\ௐVHUYLFHௐIRUௐDOOௐRIௐWKHௐSURGXFWVௐZHௐVHOO   :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐ DQGௐSROLFLHV" ,Iௐ\RXௐFDQFHOௐ\RXUௐUXQQLQJௐOLQHௐSURGXFWௐSULRUௐWRௐVKLSSLQJௐWKHUHௐLVௐQRௐUHVWRFNௐRUௐ FDQFHOODWLRQௐIHHௐ,Iௐ\RXUௐRUGHUௐKDVௐVKLSSHGௐ\RXௐZLOOௐLQFXUௐUHVWRFNLQJௐDQGௐIUHLJKWௐ IHHVௐௐ)RUௐEURDGORRPௐXQGHUௐௐIHHWௐWKHௐFKDUJHௐLVௐௐRIௐWKHௐLQYRLFHௐSOXVௐIUHLJKWௐ )RUௐEURDGORRPௐRYHUௐௐIHHWௐWKHௐFKDUJHௐLVௐௐRIௐWKHௐLQYRLFHௐSOXVௐIUHLJKWௐ)RUௐ FDUSHWௐWLOHௐWKHௐFKDUJHௐLVௐௐSOXVௐIUHLJKWௐ,IௐZHௐVKLSௐSURGXFWVௐLQௐHUURUௐRUௐZLWKௐ GHIHFWLYHௐPDWHULDOௐ\RXUௐSURGXFWVௐZLOOௐEHௐUHWXUQHGௐDWௐQRௐFKDUJHௐ:HௐZLOOௐUHSODFHௐ\RXUௐ RUGHUௐDVௐVRRQௐDVௐSRVVLEOHௐ,IௐWKHUHௐDUHௐVSHFLDOௐFLUFXPVWDQFHVௐUHODWHGௐWRௐWKHௐ FDQFHOODWLRQௐZHௐZLOOௐZRUNௐZLWKௐ\RXௐWRௐPLQLPL]HௐFRVWV   'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐ LQFOXGHGௐLQௐ\RXUௐSURSRVDO :HௐDUHௐRQO\ௐRIIHULQJௐSURGXFWVௐLQௐWKLVௐSURSRVDO DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  :KDWௐDUHௐ\RXUௐSD\PHQWௐWHUPVௐ HJௐQHWௐௐQHWௐ " 1HWௐ  'Rௐ\RXௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐHVSHFLDOO\ௐWKRVHௐ RSWLRQVௐWKDWௐVFKRROVௐDQGௐJRYHUQPHQWDOௐHQWLWLHVௐPD\ௐQHHGௐWRௐXVHௐ LQௐRUGHUௐWRௐPDNHௐFHUWDLQௐDFTXLVLWLRQV" 1R   %ULHIO\ௐGHVFULEHௐ\RXUௐSURSRVHGௐRUGHUௐSURFHVVௐ,QFOXGHௐHQRXJKௐ GHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ 6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWHௐ)RUௐH[DPSOHௐ LQGLFDWHௐZKHWKHUௐ\RXUௐGHDOHUௐQHWZRUNௐLVௐLQFOXGHGௐLQௐ\RXUௐ UHVSRQVHௐDQGௐZKHWKHUௐHDFKௐGHDOHUௐ RUௐVRPHௐRWKHUௐHQWLW\ ௐZLOOௐ SURFHVVௐWKHௐ6RXUFHZHOOௐ0HPEHUV¶ௐSXUFKDVHௐRUGHUV :HௐKDYHௐDௐFRPSUHKHQVLYHௐRUGHULQJௐSURFHVVௐIRUௐHDFKௐW\SHௐRIௐIORRULQJௐ WUDQVDFWLRQௐ0DWHULDORQO\ௐRUGHUVௐ7XUQNH\ௐRUGHUVௐDQGௐ'HDOHUௐ0DWHULDORQO\ௐ RUGHUVௐ7KHௐSURFHVVௐIRUௐHDFKௐRIௐWKHVHௐLVௐDVௐIROORZV 0DWHULDOௐ21/<ௐRUGHUV &XVWRPHUௐHPDLOVௐ6,6ௐZLWKௐRUGHUௐUHTXHVWௐOLVWLQJௐ&XVWRPHUௐ,QIRUPDWLRQௐ%LOOௐWRௐ DGGUHVVௐ-REௐQDPHௐ6KDZௐ3URGXFWௐDQGௐ$GKHVLYHௐௐௐௐ 6,6ௐௐFUHDWHVௐDௐSURSRVDOௐDQGௐVHQGVௐLWௐWRௐWKHௐFXVWRPHUௐௐHQGXVHUௐIRUௐUHYLHZ ,IௐWKHௐFXVWRPHUௐDFFHSWVௐWKHௐSURSRVDOௐWKHௐFXVWRPHUௐZLOOௐQHHGௐWRௐLVVXHௐDௐ IRUPDOௐSXUFKDVHௐRUGHUௐEDFNௐWRௐ6,6ௐ 6,6ௐௐSURFHVVHVௐWKHௐRUGHUௐDQGௐHPDLOVௐFXVWRPHUௐZLWKௐVWRFNEDFNRUGHUௐ LQIRUPDWLRQௐDORQJௐZLWKௐDQௐRUGHUௐFRQILUPDWLRQௐDQGௐOLYHௐRUGHUௐWUDFNLQJௐOLQN 0DWHULDOௐLVௐVKLSSHGௐWRௐWKHௐFXVWRPHU 6,6ௐௐ&XVWRPHUௐLVௐLQYRLFHGௐDQGௐSD\Vௐ6,6ௐSHUௐWKHௐLQYRLFH 7XUQNH\ௐRUGHUV &XVWRPHUௐHPDLOVௐ6,6ௐZLWKௐRUGHUௐUHTXHVWௐOLVWLQJௐ&XVWRPHUௐ,QIRUPDWLRQௐ%LOOௐWRௐ DGGUHVVௐ-REௐQDPHௐ6KDZௐ3URGXFWௐ$GKHVLYHௐ 7KHௐ,QVWDOODWLRQௐYHQGRUௐFDQௐ VHQGௐWKLVௐDVௐZHOOௐLIௐWKH\ௐDUHௐZRUNLQJௐGLUHFWO\ௐZLWKௐWKHௐFXVWRPHU ௐௐௐௐ ,QVWDOODWLRQௐ9HQGRUௐSURYLGHVௐODERUௐTXRWH 6,6ௐௐFUHDWHVௐDௐWXUQNH\ௐSURSRVDOௐDQGௐVHQWௐWRௐWKHௐ&XVWRPHUௐௐ(QGXVHU ,IௐWKHௐFXVWRPHUௐDFFHSWVௐWKHௐSURSRVDOௐWKHௐFXVWRPHUௐZLOOௐQHHGௐWRௐLVVXHௐDௐ IRUPDOௐSXUFKDVHௐRUGHUௐEDFNௐWRௐ6,6ௐௐ 6,6ௐௐSURFHVVHVௐWKHௐRUGHUௐDQGௐHPDLOVௐFXVWRPHUௐDQGௐLQVWDOOHUௐZLWKௐ VWRFNEDFNRUGHUௐLQIRUPDWLRQௐDORQJௐZLWKௐDQௐRUGHUௐFRQILUPDWLRQௐDQGௐOLYHௐRUGHUௐ WUDFNLQJௐOLQN 0DWHULDOௐLVௐVKLSSHGௐRXWௐWRௐWKHௐ,QVWDOODWLRQௐ9HQGRUௐRUௐFXVWRPHUௐ 'HSHQGVௐRQௐ VWRUDJHௐDWௐWKHௐMREௐVLWH ௐ 6,6ௐௐZRUNௐRUGHUௐDQGௐFXVWRPHUௐZRUNௐUHOHDVHௐIRUPVௐDUHௐVHQWௐWRௐLQVWDOODWLRQௐ YHQGRU :KHQௐWKHௐMREௐLVௐFRPSOHWHGௐWKHௐVLJQHGௐZRUNௐRUGHUௐDQGௐFXVWRPHUௐZRUNௐ UHOHDVHௐDUHௐVHQWௐWRௐ6,6 6,6ௐௐSD\VௐWKHௐLQVWDOODWLRQௐYHQGRU 6,6ௐௐVHQGௐWKHௐFXVWRPHUௐLVௐLQYRLFHGௐDQGௐSD\Vௐ6,6ௐSHUௐWKHௐLQYRLFHௐௐ 'HDOHUௐ0DWHULDOௐ21/< 7KHௐGHDOHUௐVHQGVௐWKHௐFXVWRPHUௐSURSRVDOௐIRUௐPDWHULDOௐDQGௐODERUௐVHUYLFHVௐ LIௐ QHHGHG ௐௐ 7KHௐGHDOHUௐVHQGVௐ6,6ௐDௐ32ௐIRUௐPDWHULDOௐRQO\ௐ 7KLVௐLVௐIRUௐUHSRUWLQJௐWRௐ 6RXUFHZHOO ௐ 'HDOHUௐPXVWௐVLJQௐDௐGHDOHUௐSDUWLFLSDWLRQௐDJUHHPHQWௐLIௐRQHௐLVௐQRWௐRQௐILOHௐ 6,6ௐZLOOௐSURYLGH 'HDOHUௐ32ௐPXVWௐKDYHௐWKHௐIROORZLQJௐLQIRUPDWLRQ ௐௐௐௐௐௐௐௐௐௐௐௐௐௐ6RXUFHZHOOௐ0HPEHUௐQXPEHUௐDQGௐPHPEHUௐQDPH ௐௐௐௐௐௐௐௐௐௐௐௐௐௐ6KDZௐ,QGXVWULHVௐ&RQWUDFWௐௐௐ 6,6ௐSURFHVVHVௐWKHௐRUGHUௐDQGௐHPDLOVௐWKHௐGHDOHUௐZLWKௐVWRFNEDFNRUGHUௐ LQIRUPDWLRQௐDORQJௐZLWKௐDQௐRUGHUௐFRQILUPDWLRQௐDQGௐOLYHௐRUGHUௐWUDFNLQJௐOLQN 'HDOHUௐLVௐLQYRLFHGௐIRUௐ6KDZௐPDWHULDO :HௐKDYHௐIRXUௐ6,6ௐSRLQWVௐRIௐFRQWDFWVௐIRUௐGLIIHUHQWௐUHJLRQV ௐௐௐௐ0HODQLHௐ7D\ORUௐௐ6RXWKHDVWௐ6RXWKௐ&HQWUDOௐ:HVWௐ&RDVWௐ+,ௐ ௐ$. Rௐௐௐௐ(PDLOௐPHODQLHWD\ORU#VKDZLQFFRPௐௐ Rௐௐௐௐ3KRQHௐ ௐௐௐௐ5RVLRௐ+HUQDQGH]ௐௐ1RUWKௐ&HQWUDOௐ1RUWKHDVWௐDQGௐ1RUWKZHVW Rௐௐௐௐ(PDLOௐURVLRKHUQDQGH]#VKDZLQFFRP Rௐௐௐௐ3KRQHௐ ௐௐௐௐ&U\VWDOௐ=DFKHU\ௐௐ1HZௐ<RUNௐ ௐ)ORULGDௐ Rௐௐௐௐ(PDLOௐFU\VWDO]DFKHU\#VKDZLQFFRPௐௐ Rௐௐௐௐ3KRQHௐ ௐௐௐௐ)DUUDKௐ)LQOH\ௐௐ&DQDGD Rௐௐௐௐ(PDLOௐIDUUDKILQOH\#VKDZLQFFRP Rௐௐௐௐ3KRQHௐ   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐSURFHVV"ௐ,Iௐ VRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐ0HPEHUVௐIRUௐXVLQJௐ WKLVௐSURFHVV" <HVௐZHௐGRௐDFFHSWௐDௐ3FDUGௐ7KHUHௐLVௐDௐIHHௐRIௐ  DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKH WHUPRIDQDZDUGHG&RQWUDFWDVGHVULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFW FDWHJRU\ௐGLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐ VWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFH ௐRQௐ DOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ \RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ \RXUௐSURSRVDOௐ8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐDUHௐSURYLGLQJௐOLQHLWHPௐGLVFRXQWVௐ2QௐRXUௐVXEPLWWDOௐZHௐVKRZௐWKHௐOLVWௐ SULFHௐWKHௐGLVFRXQWௐDQGௐWKHௐDJHQF\ௐSULFHௐ:HௐGRௐVKRZௐWKHௐSURGXFWௐQDPHௐ DQGௐQXPEHUௐEXWௐQRWௐDௐVSHFLILFௐ6.8ௐ$Qௐ6.8ௐZRXOGௐEHௐVSHFLILFௐWRௐWKHௐFRORUௐ OHYHO  4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐ LQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐ UHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐ SHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH 2XUௐGLVFRXQWௐLVௐSHUௐLWHPௐDQGௐRQௐRXUௐSULFLQJௐVKHHWௐZHௐVKRZௐWKDWௐGLVFRXQWௐ SHUFHQWDJH  'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐ WKDWௐ\RXௐRIIHU :HௐDUHௐQRWௐRIIHULQJௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRQௐWKLVௐFRQWUDFWௐ KRZHYHUௐLWௐLVௐDௐQRWWRH[FHHGௐSULFHௐ2QௐDௐFDVHௐE\ௐFDVHௐEDVLVௐZHௐZRXOGௐ H[WHQGௐDௐYROXPHௐGLVFRXQWௐ7KDWௐQXPEHUௐYDULHVௐEDVHGௐRQௐWKHௐVSHFLILFௐ SURGXFWௐORFDWLRQௐDQGௐGHOLYHU\ௐUHTXLUHPHQWV   3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐ VHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐ RUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐ LWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐ DௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW ,IௐZHௐVRXUFHௐLWHPVௐIRUௐ\RXUௐPHPEHUVௐWKHUHௐLVௐQRௐFKDUJHௐ,IௐZHௐVRXUFHௐ VHUYLFHVௐZKLFKௐDUHௐPRUHௐLQYROYHGௐZHௐFKDUJHௐRXUௐFXVWRPHUௐFRVWௐSOXVௐ   ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐ LQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ7KLVௐLQFOXGHVௐ DOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐ GLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐ FRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐ PDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐ LPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU 7KLVௐSULFHௐLVௐGLUHFWௐWRௐ\RXUௐPHPEHUௐ,WௐGRHVௐQRWௐLQFOXGHௐGHDOHUௐKDQGOLQJௐ FRVWௐIUHLJKWௐRUௐWD[HV   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐ0HPEHUௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐIUHLJKWௐ VKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP )UHLJKWௐFRVWVௐDUHௐQRWௐLQFOXGHGௐLQௐWKHௐPHPEHUSULFHDQGௐZLOOௐEHௐOLVWHGௐ VHSDUDWHO\ௐRQௐSXUFKDVHௐRUGHUVௐDQGௐLQYRLFHVௐ)UHLJKWௐFRVWVௐZLOOௐEHௐIXOO\ௐ GLVFORVHGௐWRௐ\RXUௐPHPEHUௐSULRUௐWRௐRUGHUௐSODFHPHQWௐDQGௐZLOOௐEHௐSUHSDLGௐE\ௐ WKHௐ&RQWUDFWRU   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐ SURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐ GHOLYHU\ 6KDZௐXVHVௐSDUWQHUௐFDUULHUVௐWRௐGHOLYHUௐWRௐ+DZDLLௐ$ODVNDௐDQGௐ&DQDGDௐ)RUௐ +DZDLLௐFXVWRPHUVௐRXUௐ/RVௐ$QJHOHVௐGLVWULEXWLRQௐFHQWHUௐGHOLYHUVௐWKHௐSURGXFWௐ WRௐRXUௐSDUWQHU VௐGRFNௐDQGௐLVௐVKLSSHGௐWZLFHௐDௐZHHNௐ)RUௐ$ODVNDௐFXVWRPHUVௐ RXUௐ6HDWWOHௐGLVWULEXWLRQௐFHQWHUௐGHOLYHUVௐWKHௐSURGXFWௐWRௐRXUௐSDUWQHU VௐGRFNௐ DQGௐVKLSVௐWZLFHௐZHHNO\ௐWRௐ$ODVNDௐ6KDZௐVKLSVௐWRௐ&DQDGDௐGDLO\ௐIURPௐRXUௐ 1RUWKௐ*HRUJLDௐKXEௐGLVWULEXWLRQௐFHQWHUVௐXVLQJௐRXUௐFRUHௐSDUWQHUௐFDUULHUௐZKLFKௐ KDVௐWHUPLQDOVௐLQௐDOOௐPDMRUௐFLWLHVௐLQௐ&DQDGD   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO )RUௐFXVWRPHUVௐRQௐWKHௐZHVWௐFRDVWௐZHௐFDQௐRIIHUௐUDLOௐGHOLYHU\ௐZKLFKௐLVௐOLNHO\ௐ OHVVௐH[SHQVLYHௐEXWௐPD\ௐQRWௐEHௐDVௐWLPHO\ 3ULFLQJ2IIHUHG /LQH ,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  EWKHVDPHDVWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ GHSDUWPHQWV  $XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐ HPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ 7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐ0HPEHUVௐREWDLQௐWKHௐSURSHUௐ SULFLQJௐWKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐ DQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOO 'DUULHQௐ0XQURHௐLVௐ\RXUௐFRQWUDFWௐDGPLQLVWUDWRUௐDQGௐKHௐYHULILHVௐWKDWௐ WKHௐLQIRUPDWLRQௐVXEPLWWHGௐE\ௐRXUௐ6KDZௐ,QWHJUDWHGௐ6ROXWLRQVௐ7HDPௐLVௐ FRUUHFW  ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐ IDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐ WKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐ SHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐ LVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐ DQGௐWHPSODWHௐ&RQWUDFWௐIRUௐDGGLWLRQDOௐGHWDLOV   DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA ,QGXVWU\6SHFLILF4XHVWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐKRZௐ\RXUௐSURGXFWVௐFRQWULEXWHௐWRௐRUௐ SURPRWHௐWKHௐKHDOWKௐTXDOLW\ௐRIௐOLIHௐDQGௐZHOO EHLQJௐRIௐRXUௐPHPEHUVௐDQGௐRWKHUV :HௐVKRZௐ\RXUௐPHPEHUVௐKRZௐRXUௐSURGXFWVௐFRQWULEXWHௐWRௐKHDOWKௐTXDOLW\ௐRIௐOLIHௐDQGௐZHOOEHLQJௐE\ௐ FHUWLI\LQJௐRXUௐSURGXFWVௐWRௐWKHௐKLJKHVWௐOHYHOVௐLQFOXGLQJ &UDGOHௐWRௐ&UDGOHௐ&HUWLILFDWLRQௐ OLIHௐF\FOHௐFHUWLILFDWLRQௐIRUௐFDUSHW 16)ௐௐFHUWLILFDWLRQௐ OLIHௐF\FOHௐFHUWLILFDWLRQௐIRUௐFDUSHW *UHHQௐ/DEHOௐ3OXVௐFHUWLILFDWLRQௐ ORZௐHPLVVLRQVௐIRUௐFDUSHW )ORRU6FRUHௐFHUWLILFDWLRQௐ OLIHௐF\FOHௐDQGௐORZௐHPLVVLRQVௐIRUௐKDUGௐVXUIDFH )RUௐWUDQVSDUHQF\ௐZHௐDOVRௐSURYLGHௐ+HDOWKௐ3URGXFWௐ'HFODUDWLRQVௐ(QYLURQPHQWDOௐ3URGXFWௐ 'HFODUDWLRQVௐDQGௐ'HFODUHௐODEHOVௐIRUௐRXUௐSURGXFWVௐ7KHVHௐFHUWLILFDWLRQVௐDUHௐOLVWHGௐRQௐRXUௐ VSHFLILFDWLRQV   'HVFULEHௐ\RXUௐFDSDELOLW\ௐWRௐWUDFNௐDQGௐUHSRUWௐ VDOHVௐWRௐ6RXUFHZHOOௐPHPEHUVௐE\ௐ\RXUௐGHDOHUௐ QHWZRUN 2XUௐVDOHVௐWHDPௐZLOOௐZRUNௐZLWKௐ\RXUௐPHPEHUVௐWRௐHQVXUHௐWKDWௐDOOௐRIௐWKHLUௐRUGHUVௐJRௐWKURXJKௐ 6KDZௐ,QWHJUDWHGௐ6ROXWLRQVௐ 6,6 ௐ7KLVௐWHDPௐRIௐௐSHRSOHௐHQVXUHVௐWKDWௐWKHௐRUGHUௐLVௐFRGHGௐWRௐ 6RXUFHZHOOௐ$IWHUௐWKLVௐLQIRUPDWLRQௐLVௐFDSWXUHGௐ6,6ௐURXWHVௐWKHௐRUGHUௐWR ௐௐWKHௐGHDOHUௐDVௐDQௐRUGHUௐWRௐWKHௐGHDOHUௐWRௐUHFHLYHௐDQGௐGHOLYHU ௐௐ6KDZௐDVௐDௐGLUHFWௐRUGHUௐGHOLYHUHGௐWRௐWKHௐPHPEHU ௐௐ6KDZௐDVௐDௐWXUQNH\ௐSURMHFWௐPDQDJHGௐE\ௐ6,6ௐZKHUHௐWKHௐ6KDZௐHQWLW\ௐVXSSOLHVௐPDWHULDOௐDQGௐ LQVWDOODWLRQ   'HVFULEHௐKRZௐ\RXUௐRUJDQL]DWLRQௐLQFRUSRUDWHVௐ VXVWDLQDELOLW\ௐLQWRௐWKHௐPDQXIDFWXUHௐLQVWDOODWLRQௐ DQGௐUHF\FOLQJௐRIௐ\RXUௐSURGXFWV" 6KDZௐEHJLQVௐZLWKௐWKHௐHQGௐLQௐPLQGௐ:HௐGHVLJQௐRXUௐSURGXFWVௐRQௐWKHௐIURQWௐHQGௐWRௐXVHௐOHVVௐ PDWHULDOௐDQGௐWRௐEHௐHDVLHUௐWRௐUHF\FOHௐ2XUௐPDQXIDFWXULQJௐSURFHVVHVௐDUHௐFRQWLQXDOO\ௐUHILQHGௐWRௐ XVHௐOHVVௐZDWHUௐOHVVௐHQHUJ\ௐDQGௐWRௐSURGXFHௐOHVVௐZDVWHௐ:HௐUHSRUWௐWKLVௐSURJUHVVௐDQQXDOO\ௐLQௐ RXUௐVXVWDLQDELOLW\ௐUHSRUWௐZKLFKௐLVௐDYDLODEOHௐDWௐKWWSVVKDZLQFFRP1HZVURRP6XVWDLQDELOLW\5HSRUWV   'HVFULEHௐ\RXUௐFDSDELOLW\ௐWRௐUHSRUWௐ6RXUFHZHOOௐ PHPEHUௐSXUFKDVHVௐRIௐSURGXFWVௐZLWKௐ HQYLURQPHQWDOO\ௐSUHIHUUHGௐDWWULEXWHVௐ HJௐHFRௐ ODEHOHGௐUDWHGௐRUௐFHUWLILHG  5HSRUWLQJௐLVௐPDQDJHGௐE\ௐ'DUULHQௐ0XQURHௐ'DUULHQௐSXOOVௐWKHௐGDWDௐDQGௐIRUPDWVௐLWௐIRUௐ\RXUௐ UHSRUWVௐ:HௐFDQௐUHSRUWௐSXUFKDVHVௐRIௐHQYLURQPHQWDOO\ௐSUHIHUUHGௐSURGXFWVௐKRZHYHUௐWKDWௐ LQFOXGHVௐPRVWௐRIௐRXUௐSURGXFWV  'HVFULEHௐWKHௐH[WHQWௐWRௐZKLFKௐ\RXUௐSURGXFWVௐ FRQWDLQௐUHF\FOHGௐFRQWHQWௐRUௐDUHௐUHF\FODEOH $OOௐRIௐRXUௐ(FR:RU[ௐSURGXFWVௐDUHௐUHF\FODEOHௐ7KH\ௐFRQWDLQௐௐUHF\FOHGௐFRQWHQWௐ2XUௐRWKHUௐ EURDGORRPௐFDUSHWௐSURGXFWVௐFRQWDLQௐXSௐWRௐௐUHF\FOHGௐFRQWHQWௐ7KHௐH[DFWௐQXPEHUVௐDUHௐ UHIOHFWHGௐRQௐRXUௐVSHFLILFDWLRQVௐ/97ௐDQGௐYLQ\OௐVKHHWௐKDYHௐQRௐUHF\FOHGௐFRQWHQWௐDQGௐDUHௐQRWௐ UHF\FODEOHௐ:RRGௐSURGXFWVௐFRQWDLQௐXSௐWRௐௐUHF\FOHGௐFRQWHQWௐDQGௐFDQௐEHௐUHF\FOHGௐ7LOHௐDQGௐ VWRQHௐKDYHௐQRௐUHF\FOHGௐFRQWHQWௐDQGௐDUHௐQRWௐUHF\FODEOHௐKRZHYHUௐWKH\ௐDUHௐPDGHௐIURPௐDௐ SOHQWLIXOௐQDWXUDOௐUHVRXUFHௐ6XVWDLQDELOLW\ௐPHWULFVௐKDYHௐPRYHGௐDZD\ௐIURPௐUHF\FOHGௐFRQWHQWௐ EHFDXVHௐUHF\FOHGௐFRQWHQWௐFDQௐLQWURGXFHௐFRQWDPLQDQWVௐDQGௐWKHௐUHFODPDWLRQௐPDUNHWௐLVௐZHDNௐ 7KHௐHPSKDVLVௐWRGD\ௐLVௐRQௐKHDOWK\ௐ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ௐSDUDJUDSK 7KLVௐ&RQWUDFWௐLVௐEHWZHHQௐ6RXUFHZHOOௐௐWKௐ 6WUHHWௐ1RUWKHDVWௐ32ௐ%R[ௐௐ6WDSOHVௐ01ௐ ௐ 6RXUFHZHOO ௐDQGௐ>1DPHௐDQGௐ$GGUHVVௐRIௐ 9HQGRUௐWRௐEHௐ,QVHUWHGௐ8SRQௐ&RQWUDFWௐ$ZDUG@ௐ 9HQGRU  7KLVௐ&RQWUDFWௐLVௐEHWZHHQௐ6RXUFHZHOOௐௐWKௐ6WUHHWௐ1RUWKHDVWௐ32ௐ%R[ௐௐ 6WDSOHVௐ01ௐௐ 6RXUFHZHOO ௐDQGௐ6KDZௐ,QGXVWULHVௐ,QFௐௐ(:DOQXWௐ$YHQXHௐ 'DOWRQௐ*$ௐௐ 9HQGRU  6HFWLRQௐ& &ௐௐௐ:$55$17<ௐ9HQGRUௐZDUUDQWVௐWKDWௐDOOௐ (TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐIXUQLVKHGௐ DUHௐIUHHௐIURPௐOLHQVௐDQGௐHQFXPEUDQFHVௐDQGௐ DUHௐIUHHௐIURPௐGHIHFWVௐLQௐGHVLJQௐPDWHULDOVௐDQGௐ ZRUNPDQVKLSௐ,QௐDGGLWLRQௐ9HQGRUௐZDUUDQWVௐWKHௐ (TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐDUHௐVXLWDEOHௐ IRUௐDQGௐZLOOௐSHUIRUPௐLQௐDFFRUGDQFHௐZLWKௐWKHௐ RUGLQDU\ௐXVHௐIRUௐZKLFKௐWKH\ௐDUHௐLQWHQGHGௐ 9HQGRU¶VௐGHDOHUVௐDQGௐGLVWULEXWRUVௐPXVWௐDJUHHௐ WRௐDVVLVWௐWKHௐ0HPEHUௐLQௐUHDFKLQJௐDௐUHVROXWLRQௐ LQௐDQ\ௐGLVSXWHௐRYHUௐZDUUDQW\ௐWHUPVௐZLWKௐWKHௐ PDQXIDFWXUHUௐௐ$Q\ௐPDQXIDFWXUHU¶VௐZDUUDQW\ௐ WKDWௐLVௐHIIHFWLYHௐSDVWௐWKHௐH[SLUDWLRQௐRIௐWKHௐ 9HQGRU¶VௐZDUUDQW\ௐZLOOௐEHௐSDVVHGௐRQௐWRௐWKHௐ 0HPEHU &ௐௐௐ:$55$17<ௐ9HQGRUௐZDUUDQWVௐWKDWௐDOOௐ(TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐ IXUQLVKHGௐDUHௐIUHHௐIURPௐOLHQVௐDQGௐHQFXPEUDQFHVௐDQGௐVXEMHFWௐWRௐWKHௐDSSOLFDEOHௐ JHQHUDOO\SXEOLVKHGௐPDQXIDFWXUHU VௐOLPLWHGௐSURGXFWௐZDUUDQW\ௐDUHௐIUHHௐIURPௐGHIHFWVௐ LQௐGHVLJQௐPDWHULDOVௐDQGௐZRUNPDQVKLSௐ9HQGRU¶VௐGHDOHUVௐDQGௐGLVWULEXWRUVௐPXVWௐ DJUHHௐWRௐDVVLVWௐWKHௐ0HPEHUௐLQௐUHDFKLQJௐDௐUHVROXWLRQௐLQௐDQ\ௐGLVSXWHௐRYHUௐZDUUDQW\ௐ WHUPVௐZLWKௐWKHௐPDQXIDFWXUHUௐௐ$Q\ௐPDQXIDFWXUHU¶VௐZDUUDQW\ௐWKDWௐLVௐHIIHFWLYHௐSDVWௐ WKHௐH[SLUDWLRQௐRIௐWKHௐ9HQGRU¶VௐZDUUDQW\ௐZLOOௐEHௐSDVVHGௐRQௐWRௐWKHௐ0HPEHUௐ(;&(37ௐ $6ௐ(;35(66/<ௐ6(7ௐ)257+ௐ+(5(,1ௐ$1'ௐ72ௐ7+(ௐ0$;,080ௐ(;7(17ௐ 3(50,77('ௐ%<ௐ/$:ௐ9(1'25ௐ0$.(6ௐ12ௐ27+(5ௐ:$55$17,(6ௐ)25ௐ$1<ௐ (48,30(17ௐ352'8&76ௐ6(59,&(6ௐ25ௐ0$7(5,$/6ௐ3529,'('ௐ81'(5ௐ7+,6ௐ $*5((0(17ௐ$1'ௐ+(5(%<ௐ',6&/$,06ௐ$//ௐ27+(5ௐ:$55$17,(6ௐ(;35(66ௐ25ௐ ,03/,('ௐ,1&/8',1*ௐ7+(ௐ:$55$17<ௐ2)ௐ),71(66ௐ)25ௐ$ௐ3$57,&8/$5ௐ 385326(ௐ25ௐ86( 6HFWLRQௐ % %ௐௐௐ6$/(6ௐ7$;ௐ(DFKௐ0HPEHUௐLVௐUHVSRQVLEOHௐ IRUௐVXSSO\LQJௐWKHௐ9HQGRUௐZLWKௐYDOLGௐWD[ H[HPSWLRQௐFHUWLILFDWLRQ V ௐ:KHQௐRUGHULQJௐ 0HPEHUVௐPXVWௐLQGLFDWHௐLIௐLWௐLVௐDௐWD[H[HPSWௐ HQWLW\ %ௐௐௐ6$/(6ௐ7$;ௐ(DFKௐ0HPEHUௐLVௐUHVSRQVLEOHௐIRUௐVXSSO\LQJௐWKHௐ9HQGRUௐZLWKௐYDOLGௐ WD[H[HPSWLRQௐFHUWLILFDWLRQ V ௐ:KHQௐRUGHULQJௐ0HPEHUVௐPXVWௐLQGLFDWHௐLIௐLWௐLVௐDௐWD[ H[HPSWௐHQWLW\ௐ8QOHVVௐH[HPSWௐ0HPEHUVௐVKDOOௐEHௐUHVSRQVLEOHௐIRUௐDOOௐDSSOLFDEOHௐWD[HVௐ DULVLQJௐIURPௐWKHௐSURYLVLRQௐRIௐ3URGXFWVௐ(TXLSPHQWௐRUௐ6HUYLFHVௐXQGHUௐWKLVௐ $JUHHPHQW DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6HFWLRQௐ 9HQGRUௐPD\ௐUHTXHVWௐ(TXLSPHQWௐ3URGXFWௐRUௐ 6HUYLFHௐFKDQJHVௐDGGLWLRQVௐRUௐGHOHWLRQVௐDWௐDQ\ௐ WLPHௐ$OOௐUHTXHVWVௐPXVWௐEHௐPDGHௐLQௐZULWLQJௐE\ௐ VXEPLWWLQJௐDௐVLJQHGௐ6RXUFHZHOOௐ3ULFHௐDQGௐ 3URGXFWௐ&KDQJHௐ5HTXHVWௐ)RUPௐWRௐWKHௐ DVVLJQHGௐ6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐ 7KLVௐIRUPௐLVௐDYDLODEOHௐIURPௐWKHௐDVVLJQHGௐ 6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐ$WௐDௐ PLQLPXPௐWKHௐUHTXHVWௐPXVW 9HQGRUௐPD\ௐUHTXHVWௐ(TXLSPHQWௐ3URGXFWௐௐ6HUYLFHௐRUௐSULFHௐFKDQJHVௐDGGLWLRQVௐRUௐ GHOHWLRQVௐDWௐDQ\ௐWLPHௐ$OOௐUHTXHVWVௐPXVWௐEHௐPDGHௐLQௐZULWLQJௐE\ௐVXEPLWWLQJௐDௐVLJQHGௐ 6RXUFHZHOOௐ3ULFHௐDQGௐ3URGXFWௐ&KDQJHௐ5HTXHVWௐ)RUPௐWRௐWKHௐDVVLJQHGௐ6RXUFHZHOOௐ &RQWUDFWௐ$GPLQLVWUDWRUௐ6RXUFHZHOO VௐDSSURYDOௐRIௐVXFKௐUHTXHVWVௐVKDOOௐQRWௐEHௐ XQUHDVRQDEO\ௐZLWKKHOGௐ1RWZLWKVWDQGLQJௐDQ\WKLQJௐKHUHLQௐWRௐWKHௐFRQWUDU\ௐDOOௐ (TXLSPHQWௐ3URGXFWௐDQGRUௐ6HUYLFHௐSULFHVௐDUHௐVXEMHFWௐWRௐLPPHGLDWHௐLQFUHDVHௐ ZLWKRXWௐOLPLWDWLRQௐLQௐWKHௐHYHQWௐRIௐDௐPDWHULDOௐFKDQJHௐWRௐDSSOLFDEOHௐGXWLHVௐWD[HVௐ WDULIIVௐVLPLODUௐFKDUJHVௐRUௐRWKHUௐJRYHUQPHQWௐDFWLRQௐ7KLVௐIRUPௐLVௐDYDLODEOHௐIURPௐWKHௐ DVVLJQHGௐ6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐ$WௐDௐPLQLPXPௐWKHௐUHTXHVWௐPXVW 6HFWLRQௐ $ 9HQGRUௐLVௐUHVSRQVLEOHௐIRUௐIDPLOLDUL]LQJௐLWVௐVDOHVௐ DQGௐVHUYLFHௐIRUFHVௐZLWKௐ6RXUFHZHOOௐPHPEHUVKLSௐ UHTXLUHPHQWVௐDQGௐGRFXPHQWDWLRQௐDQGௐZLOOௐ HQFRXUDJHௐSRWHQWLDOௐPHPEHUVௐWRௐMRLQௐ 6RXUFHZHOOௐ6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐ DGGௐDQGௐUHPRYHௐ0HPEHUVௐWRௐLWVௐURVWHUௐGXULQJௐ WKHௐWHUPௐRIௐWKLVௐ&RQWUDFW 9HQGRUௐLVௐUHVSRQVLEOHௐIRUௐIDPLOLDUL]LQJௐLWVௐVDOHVௐDQGௐVHUYLFHௐIRUFHVௐZLWKௐ6RXUFHZHOOௐ PHPEHUVKLSௐUHTXLUHPHQWVௐDQGௐGRFXPHQWDWLRQௐ6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐDGGௐ DQGௐUHPRYHௐ0HPEHUVௐWRௐLWVௐURVWHUௐGXULQJௐWKHௐWHUPௐRIௐWKLVௐ&RQWUDFW 6HFWLRQௐ $ $ௐௐௐ385&+$6(ௐ25'(56ௐ$1'ௐ3$<0(17ௐ7Rௐ DFFHVVௐWKHௐFRQWUDFWHGௐ(TXLSPHQWௐ3URGXFWVௐRUௐ 6HUYLFHVௐXQGHUௐWKLVௐ&RQWUDFWௐ0HPEHUௐPXVWௐ FOHDUO\ௐLQGLFDWHௐWRௐ9HQGRUௐWKDWௐLWௐLQWHQGVௐWRௐ DFFHVVௐWKLVௐ&RQWUDFWௐKRZHYHUௐRUGHUௐIORZௐDQGௐ SURFHGXUHௐZLOOௐEHௐGHYHORSHGௐMRLQWO\ௐEHWZHHQௐ 6RXUFHZHOOௐDQGௐ9HQGRUௐ7\SLFDOO\ௐDௐ0HPEHUௐ ZLOOௐLVVXHௐDௐSXUFKDVHௐRUGHUௐGLUHFWO\ௐWRௐ9HQGRUௐ 0HPEHUVௐPD\ௐXVHௐWKHLUௐRZQௐIRUPVௐIRUௐ SXUFKDVHௐRUGHUVௐEXWௐLWௐVKRXOGௐFOHDUO\ௐQRWHௐWKHௐ DSSOLFDEOHௐ6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐ 0HPEHUVௐZLOOௐEHௐVROHO\ௐUHVSRQVLEOHௐIRUௐSD\PHQWௐ DQGௐ6RXUFHZHOOௐZLOOௐKDYHௐQRௐOLDELOLW\ௐIRUௐDQ\ௐ XQSDLGௐLQYRLFHௐRIௐDQ\ௐ0HPEHU $ௐௐௐ385&+$6(ௐ25'(56ௐ$1'ௐ3$<0(17ௐ7RௐDFFHVVௐWKHௐFRQWUDFWHGௐ(TXLSPHQWௐ 3URGXFWVௐRUௐ6HUYLFHVௐXQGHUௐWKLVௐ&RQWUDFWௐ0HPEHUௐPXVWௐFOHDUO\ௐLQGLFDWHௐWRௐ9HQGRUௐ WKDWௐLWௐLQWHQGVௐWRௐDFFHVVௐWKLVௐ&RQWUDFWௐKRZHYHUௐRUGHUௐIORZௐDQGௐSURFHGXUHௐZLOOௐEHௐ GHYHORSHGௐMRLQWO\ௐEHWZHHQௐ6RXUFHZHOOௐDQGௐ9HQGRUௐ7\SLFDOO\ௐDௐ0HPEHUௐZLOOௐLVVXHௐDௐ SXUFKDVHௐRUGHUௐGLUHFWO\ௐWRௐ9HQGRUௐ0HPEHUVௐPD\ௐXVHௐWKHLUௐRZQௐIRUPVௐIRUௐSXUFKDVHௐ RUGHUVௐEXWௐLWௐVKRXOGௐFOHDUO\ௐQRWHௐWKHௐDSSOLFDEOHௐ6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐ 0HPEHUVௐVKDOOௐEHௐVROHO\ௐUHVSRQVLEOHௐIRUௐQRWLQJௐWKHௐDSSOLFDEOHௐ6RXUFHZHOOௐFRQWUDFWௐ QXPEHUௐRQௐDOOௐSXUFKDVHௐRUGHUVௐ0HPEHUVௐZLOOௐEHௐVROHO\ௐUHVSRQVLEOHௐIRUௐSD\PHQWௐ DQGௐ6RXUFHZHOOௐZLOOௐKDYHௐQRௐOLDELOLW\ௐIRUௐDQ\ௐXQSDLGௐLQYRLFHௐRIௐDQ\ௐ0HPEHU 6HFWLRQௐ % %ௐௐௐ$'',7,21$/ௐ7(506ௐ$1'ௐ&21',7,216ௐௐ $GGLWLRQDOௐWHUPVௐDQGௐFRQGLWLRQVௐWRௐDௐSXUFKDVHௐ RUGHUௐPD\ௐEHௐQHJRWLDWHGௐEHWZHHQௐDௐ0HPEHUௐ DQGௐ9HQGRUௐVXFKௐDVௐMREௐRUௐLQGXVWU\VSHFLILFௐ UHTXLUHPHQWVௐOHJDOௐUHTXLUHPHQWVௐ VXFKௐDVௐ DIILUPDWLYHௐDFWLRQௐRUௐLPPLJUDWLRQௐVWDWXVௐ UHTXLUHPHQWV ௐRUௐVSHFLILFௐORFDOௐSROLF\ௐ UHTXLUHPHQWVௐ$Q\ௐQHJRWLDWHGௐDGGLWLRQDOௐWHUPVௐ DQGௐFRQGLWLRQVௐPXVWௐQHYHUௐEHௐOHVVௐIDYRUDEOHௐ WRௐWKHௐ0HPEHUௐWKDQௐZKDWௐLVௐFRQWDLQHGௐLQௐ 9HQGRU¶Vௐ3URSRVDO %ௐௐௐ$'',7,21$/ௐ7(506ௐ$1'ௐ&21',7,216ௐௐ$GGLWLRQDOௐWHUPVௐDQGௐFRQGLWLRQVௐWRௐDௐ SXUFKDVHௐRUGHUௐPD\ௐEHௐQHJRWLDWHGௐEHWZHHQௐDௐ0HPEHUௐDQGௐ9HQGRUௐVXFKௐDVௐMREௐ RUௐLQGXVWU\VSHFLILFௐUHTXLUHPHQWVௐOHJDOௐUHTXLUHPHQWVௐ VXFKௐDVௐDIILUPDWLYHௐDFWLRQௐRUௐ LPPLJUDWLRQௐVWDWXVௐUHTXLUHPHQWV ௐRUௐVSHFLILFௐORFDOௐSROLF\ௐUHTXLUHPHQWV 6HFWLRQௐ & &ௐௐௐ3(5)250$1&(ௐ%21'ௐ,IௐUHTXHVWHGௐE\ௐDௐ 0HPEHUௐ9HQGRUௐZLOOௐSURYLGHௐDௐSHUIRUPDQFHௐ ERQGௐWKDWௐPHHWVௐWKHௐUHTXLUHPHQWVௐVHWௐIRUWKௐLQௐ WKHௐ0HPEHU¶VௐSXUFKDVHௐRUGHU &ௐௐௐ3(5)250$1&(ௐ%21'ௐ,IௐUHDVRQDEO\ௐUHTXHVWHGௐE\ௐDௐ0HPEHUௐ9HQGRUௐPD\ௐ SURYLGHௐDௐSHUIRUPDQFHௐERQGௐWKDWௐPHHWVௐWKHௐUHTXLUHPHQWVௐVHWௐIRUWKௐLQௐWKHௐ 0HPEHU¶VௐSXUFKDVHௐRUGHU 6HFWLRQௐ $ $ௐௐௐ&2175$&7ௐ6$/(6ௐ$&7,9,7<ௐ5(3257ௐ (DFKௐFDOHQGDUௐTXDUWHUௐ9HQGRUௐPXVWௐSURYLGHௐDௐ FRQWUDFWௐVDOHVௐDFWLYLW\ௐUHSRUWௐ 5HSRUW ௐWRௐWKHௐ 6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐDVVLJQHGௐWRௐ WKLV &RQWUDFWௐ$ௐ5HSRUWௐPXVWௐEHௐSURYLGHGௐ UHJDUGOHVVௐRIௐWKHௐQXPEHUௐRUௐDPRXQWௐRIௐVDOHVௐ GXULQJௐWKDWௐTXDUWHUௐ LHௐLIௐWKHUHௐDUHௐQRௐVDOHVௐ 9HQGRUௐPXVWௐVXEPLWௐDௐUHSRUWௐLQGLFDWLQJௐQRௐ VDOHVௐZHUHௐPDGH  $ௐௐௐ&2175$&7ௐ6$/(6ௐ$&7,9,7<ௐ5(3257ௐ6XEMHFWௐWRௐDQ\ௐDSSOLFDEOHௐ FRQILGHQWLDOLW\ௐREOLJDWLRQVௐLQFOXGLQJௐZLWKRXWௐOLPLWDWLRQௐDQ\ௐFRQWUDFWௐREOLJDWLRQVௐWRௐ 0HPEHUVௐHDFKௐFDOHQGDUௐTXDUWHUௐ9HQGRUௐPXVWௐSURYLGHௐDௐFRQWUDFWௐVDOHVௐDFWLYLW\ௐ UHSRUWௐ 5HSRUW ௐWRௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐ$GPLQLVWUDWRUௐDVVLJQHGௐWRௐWKLVௐ&RQWUDFWௐ $ௐ5HSRUWௐPXVWௐEHௐSURYLGHGௐUHJDUGOHVVௐRIௐWKHௐQXPEHUௐRUௐDPRXQWௐRIௐVDOHVௐGXULQJௐ WKDWௐTXDUWHUௐ LHௐLIௐWKHUHௐDUHௐQRௐVDOHVௐ9HQGRUௐPXVWௐVXEPLWௐDௐUHSRUWௐLQGLFDWLQJௐQRௐ VDOHVௐZHUHௐPDGH  DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6HFWLRQௐ % %ௐ$'0,1,675$7,9(ௐ)((ௐ,QௐFRQVLGHUDWLRQௐIRUௐ WKHௐVXSSRUWௐDQGௐVHUYLFHVௐSURYLGHGௐE\ௐ 6RXUFHZHOOௐWKHௐ9HQGRUௐZLOOௐSD\ௐDQௐ DGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐRQௐDOOௐ (TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐSURYLGHGௐWRௐ 0HPEHUVௐ7KHௐ9HQGRUௐZLOOௐVXEPLWௐDௐFKHFNௐ SD\DEOHௐWRௐ6RXUFHZHOOௐIRUௐWKHௐSHUFHQWDJHௐRIௐ DGPLQLVWUDWLYHௐIHHௐVWDWHGௐLQௐWKHௐ3URSRVDOௐ PXOWLSOLHGௐE\ௐWKHௐWRWDOௐVDOHVௐRIௐDOOௐ(TXLSPHQWௐ 3URGXFWVௐDQGௐ6HUYLFHVௐSXUFKDVHGௐE\ௐ0HPEHUVௐ XQGHUௐWKLVௐ&RQWUDFWௐGXULQJௐHDFK FDOHQGDUௐTXDUWHUௐ3D\PHQWVௐVKRXOGௐQRWHௐWKHௐ 6RXUFHZHOODVVLJQHGௐFRQWUDFWௐQXPEHUௐLQௐWKHௐ PHPRௐDQGௐPXVWௐEHௐPDLOHGௐWRௐWKHௐDGGUHVVௐ DERYHௐ³$WWQௐ$FFRXQWVௐ5HFHLYDEOH´ௐ3D\PHQWVௐ PXVWௐEHௐUHFHLYHGௐQRௐODWHUௐWKDQௐIRUW\ILYHௐ  ௐ FDOHQGDUௐGD\VௐDIWHUௐWKHௐHQGௐRIௐHDFKௐFDOHQGDUௐ TXDUWHU 9HQGRUௐDJUHHVௐWRௐFRRSHUDWHௐZLWKௐ6RXUFHZHOOௐLQௐ DXGLWLQJௐWUDQVDFWLRQVௐXQGHUௐWKLVௐ&RQWUDFWௐWRௐ HQVXUHௐWKDWௐWKHௐDGPLQLVWUDWLYHௐIHHௐLVௐSDLGௐRQௐ DOOௐLWHPVௐSXUFKDVHGௐXQGHUௐWKLVௐ&RQWUDFW ,QௐWKHௐHYHQWௐWKHௐ9HQGRUௐLVௐGHOLQTXHQWௐLQௐDQ\ௐ XQGLVSXWHGௐDGPLQLVWUDWLYHௐIHHVௐ6RXUFHZHOOௐ UHVHUYHVௐWKHௐULJKWௐWRௐFDQFHOௐWKLVௐ&RQWUDFWௐDQGௐ UHMHFWௐDQ\ௐSURSRVDOௐVXEPLWWHGௐE\ௐWKHௐ9HQGRUௐ LQௐDQ\ௐVXEVHTXHQWௐVROLFLWDWLRQௐ,QௐWKHௐHYHQWௐ WKLVௐ&RQWUDFWௐLVௐFDQFHOOHGௐE\ௐHLWKHUௐSDUW\ௐSULRUௐ WRௐWKHௐ&RQWUDFW¶VௐH[SLUDWLRQௐGDWHௐWKHௐ DGPLQLVWUDWLYHௐIHHௐSD\PHQWௐZLOOௐEHௐGXHௐQRௐ PRUHௐWKDQௐWKLUW\ௐ  ௐGD\VௐIURPௐWKHௐ FDQFHOODWLRQௐGDWH %ௐ$'0,1,675$7,9(ௐ)((ௐ,QௐFRQVLGHUDWLRQௐIRUௐWKHௐVXSSRUWௐDQGௐVHUYLFHVௐSURYLGHGௐ E\ௐ6RXUFHZHOOௐWKHௐ9HQGRUௐZLOOௐSD\ௐDQௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐRQௐDOOௐ (TXLSPHQWௐ3URGXFWVௐDQGௐ6HUYLFHVௐSURYLGHGௐWRௐ0HPEHUVௐXQGHUௐWKLVௐ&RQWUDFWௐௐ7KHௐ 9HQGRUௐZLOOௐVXEPLWௐDௐFKHFNௐSD\DEOHௐWRௐ6RXUFHZHOOௐIRUௐWKHௐSHUFHQWDJHௐRIௐ DGPLQLVWUDWLYHௐIHHௐVWDWHGௐLQௐWKHௐ3URSRVDOௐPXOWLSOLHGௐE\ௐWKHௐWRWDOௐQHWௐVDOHVௐRIௐDOOௐ (TXLSPHQWௐIORRULQJௐ3URGXFWVௐDQGௐ6HUYLFHVௐSXUFKDVHGௐE\ௐ0HPEHUVௐXQGHUௐWKLVௐ &RQWUDFWௐGXULQJௐHDFKௐFDOHQGDUௐTXDUWHUௐOHVVௐDQ\ௐDSSOLFDEOHௐWD[HVௐIUHLJKWௐIHHVௐDQGௐ GLVFRXQWVௐDQGௐOHVVௐDPRXQWVௐDWWULEXWDEOHௐWRௐDQ\ௐ6HUYLFHVௐIUHLJKWௐGHOLYHU\ௐ LQVWDOODWLRQௐXQSDLGௐLQYRLFHVௐUHWXUQHGௐ3URGXFWVௐRUௐPDWHULDOVௐRUௐFUHGLWVௐLVVXHGௐ 2UGHUVௐXQGHUௐWKLVௐ&RQWUDFWௐZLOOௐRQO\ௐEHௐHOLJLEOHௐIRUௐWKHௐDGPLQLVWUDWLYHௐIHHௐLIௐWKHௐ 0HPEHUௐQRWHVௐWKHௐDSSOLFDEOHௐ6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐRQௐWKHௐSXUFKDVHௐRUGHUௐ ZKHQௐVXEPLWWLQJௐVXFKௐSXUFKDVHௐRUGHUௐ3D\PHQWVௐVKRXOGௐQRWHௐWKHௐ6RXUFHZHOO DVVLJQHGௐFRQWUDFWௐQXPEHUௐLQௐWKHௐPHPRௐDQGௐPXVWௐEHௐPDLOHGௐWRௐWKHௐDGGUHVVௐ DERYHௐ³$WWQௐ$FFRXQWVௐ5HFHLYDEOH´ௐ3D\PHQWVௐPXVWௐEHௐUHFHLYHGௐQRௐODWHUௐWKDQௐIRUW\ ILYHௐ  ௐFDOHQGDUௐGD\VௐDIWHUௐWKHௐHQGௐRIௐHDFKௐFDOHQGDUௐTXDUWHU 9HQGRUௐDJUHHVௐWRௐUHDVRQDEO\ௐFRRSHUDWHௐZLWKௐ6RXUFHZHOOௐLQௐDXGLWLQJௐWUDQVDFWLRQVௐ XQGHUௐWKLVௐ&RQWUDFWௐWRௐVROHO\ௐWRௐWKHௐH[WHQWௐQHFHVVDU\ௐWRௐYHULI\ௐWKDWௐWKHௐ DGPLQLVWUDWLYHௐIHHௐLVௐSDLGௐRQௐDOOௐHOLJLEOHௐLWHPVௐSXUFKDVHGௐXQGHUௐWKLVௐ&RQWUDFWௐLQௐ DFFRUGDQFHௐZLWKௐWKHௐWHUPVௐRIௐWKLVௐ&RQWUDFW ,QௐWKHௐHYHQWௐWKHௐ9HQGRUௐLVௐGHOLQTXHQWௐLQௐDQ\ௐXQGLVSXWHGௐDGPLQLVWUDWLYHௐIHHVௐ 6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐFDQFHOௐWKLVௐ&RQWUDFWௐDQGௐUHMHFWௐDQ\ௐSURSRVDOௐ VXEPLWWHGௐE\ௐWKHௐ9HQGRUௐLQௐDQ\ௐVXEVHTXHQWௐVROLFLWDWLRQௐ,QௐWKHௐHYHQWௐWKLVௐ&RQWUDFWௐ LVௐFDQFHOOHGௐE\ௐHLWKHUௐSDUW\ௐSULRUௐWRௐWKHௐ&RQWUDFW¶VௐH[SLUDWLRQௐGDWHௐWKHௐ DGPLQLVWUDWLYHௐIHHௐSD\PHQWௐZLOOௐEHௐGXHௐQRௐPRUHௐWKDQௐWKLUW\ௐ  ௐGD\VௐIURPௐWKHௐ FDQFHOODWLRQௐGDWH $Q\ௐ3URGXFWVௐ(TXLSPHQWௐRUௐ6HUYLFHVௐVROGௐXQGHUௐWKLVௐ&RQWUDFWௐZLOOௐQRWௐEHௐHOLJLEOHௐ IRUௐWKHௐ$GPLQLVWUDWLYHௐ)HHௐLIௐVXEMHFWௐWRௐDQ\ௐRWKHUௐUHEDWHௐRUௐJURXSௐSXUFKDVLQJௐ RUJDQL]DWLRQௐDGPLQLVWUDWLYHௐIHHௐ6RXUFHZHOOௐVௐLVௐVROHO\ௐUHVSRQVLEOHௐIRUௐQRWLI\LQJௐDQ\ௐ 0HPEHUௐRUௐRWKHUௐHQWLW\ௐSDUWLFLSDWLQJௐKHUHXQGHUௐRIௐLWVௐ$GPLQLVWUDWLYHௐ)HHௐDQGௐIRUௐ FRPSO\LQJௐZLWKௐDOOௐODZVௐDQGௐUHJXODWLRQVௐUHODWHGௐRUௐDSSOLFDEOHௐWRௐVXFKௐ$GPLQLVWUDWLYHௐ )HHௐ 6HFWLRQௐ 9HQGRUௐPXVWௐLQGHPQLI\ௐVDYHௐDQGௐKROGௐ 6RXUFHZHOOௐDQGௐLWVௐ0HPEHUVௐLQFOXGLQJௐWKHLUௐ DJHQWVௐDQGௐHPSOR\HHVௐKDUPOHVVௐIURPௐDQ\ௐ FODLPVௐRUௐFDXVHVௐRIௐDFWLRQௐLQFOXGLQJௐDWWRUQH\V¶ௐ IHHVௐDULVLQJௐRXWௐRIௐWKHௐSHUIRUPDQFHௐRIௐWKLVௐ &RQWUDFWௐE\ௐWKHௐ9HQGRUௐRUௐLWVௐDJHQWVௐRUௐ HPSOR\HHVௐWKLVௐLQGHPQLILFDWLRQௐLQFOXGHVௐLQMXU\ௐ RUௐGHDWKௐWRௐSHUVRQ V ௐRUௐSURSHUW\ௐDOOHJHGௐWRௐ KDYHௐEHHQௐFDXVHGௐE\ௐVRPHௐGHIHFWௐLQௐWKHௐ (TXLSPHQWௐ3URGXFWVௐRUௐ6HUYLFHVௐXQGHUௐWKLVௐ &RQWUDFWௐWRௐWKHௐH[WHQWௐWKHௐ(TXLSPHQWௐ3URGXFWௐ RUௐ6HUYLFHௐKDVௐEHHQௐXVHGௐDFFRUGLQJௐWRௐLWVௐ VSHFLILFDWLRQV 9HQGRUௐPXVWௐLQGHPQLI\ௐVDYHௐDQGௐKROGௐ6RXUFHZHOOௐDQGௐLWVௐ0HPEHUVௐLQFOXGLQJௐWKHLUௐ DJHQWVௐDQGௐHPSOR\HHVௐKDUPOHVVௐIURPௐDQ\ௐFODLPVௐRUௐFDXVHVௐRIௐDFWLRQௐLQFOXGLQJௐ DWWRUQH\V¶ௐIHHVௐEURXJKWௐDJDLQVWௐ6RXUFHZHOOௐRUௐLWVௐ0HPEHUௐE\ௐDௐWKLUGௐSDUW\ௐWRௐWKHௐ H[WHQWௐDULVLQJௐRXWௐRIௐWKHௐQHJOLJHQWௐSHUIRUPDQFHௐRIௐWKLVௐ&RQWUDFWௐE\ௐWKHௐ9HQGRUௐRUௐ LWVௐDJHQWVௐRUௐHPSOR\HHVௐWKLVௐLQGHPQLILFDWLRQௐLQFOXGHVௐLQMXU\ௐRUௐGHDWKௐWRௐSHUVRQ V ௐ RUௐSURSHUW\ௐDOOHJHGௐWRௐKDYHௐEHHQௐFDXVHGௐE\ௐVRPHௐGHIHFWௐLQௐWKHௐ(TXLSPHQWௐ 3URGXFWVௐRUௐ6HUYLFHVௐXQGHUௐWKLVௐ&RQWUDFWௐWRௐWKHௐH[WHQWௐWKHௐ(TXLSPHQWௐ3URGXFWௐRUௐ 6HUYLFHௐKDVௐEHHQௐXVHGௐDFFRUGLQJௐWRௐLWVௐVSHFLILFDWLRQV 6HFWLRQௐ 6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐUHYLHZௐWKHௐ ERRNVௐUHFRUGVௐGRFXPHQWVௐDQGௐDFFRXQWLQJௐ SURFHGXUHVௐDQGௐSUDFWLFHVௐRIௐWKHௐ9HQGRUௐ UHOHYDQWௐWRௐWKLVௐ&RQWUDFWௐIRUௐDௐPLQLPXPௐRIௐVL[ௐ  ௐ\HDUVௐIURPௐWKHௐHQGௐRIௐWKLVௐ&RQWUDFWௐ7KLVௐ FODXVHௐH[WHQGVௐWRௐ0HPEHUVௐDVௐLWௐUHODWHVௐWRௐ EXVLQHVVௐFRQGXFWHGௐE\ௐWKDWௐ0HPEHUௐXQGHUௐWKLVௐ &RQWUDFW 6RXUFHZHOOௐUHVHUYHVௐWKHௐULJKWௐWRௐUHYLHZௐWKHௐERRNVௐUHFRUGVௐGRFXPHQWVௐDQGௐ DFFRXQWLQJௐSURFHGXUHVௐDQGௐSUDFWLFHVௐRIௐWKHௐ9HQGRUௐSXUVXDQWௐWRௐWKLVௐ&RQWUDFWௐ VROHO\ௐWRௐWKHௐH[WHQWௐQHFHVVDU\ௐWRௐYHULI\ௐ9HQGRU VௐFRPSOLDQFHௐZLWKௐLWVௐREOLJDWLRQVௐ KHUHXQGHUௐIRUௐDௐPLQLPXPௐRIௐVL[ௐ  ௐ\HDUVௐIURPௐWKHௐHQGௐRIௐWKLVௐ&RQWUDFWௐ7KLVௐ FODXVHௐH[WHQGVௐWRௐ0HPEHUVௐDVௐLWௐUHODWHVௐWRௐEXVLQHVVௐFRQGXFWHGௐE\ௐWKDWௐ0HPEHUௐ XQGHUௐWKLVௐ&RQWUDFW 6RXUFHZHOOௐDQGௐLWVௐ0HPEHUVௐDJUHHௐWRௐUHFHLYHௐDQGௐKROGௐ&RQILGHQWLDOௐ,QIRUPDWLRQௐRIௐ 9HQGRUௐLQௐWUXVWௐDQGௐLQௐVWULFWHVWௐFRQILGHQFHௐDQGௐVKDOOௐQRWௐXVHௐUHSURGXFHௐGLVWULEXWHௐ GLVFORVHௐRUௐRWKHUZLVHௐGLVVHPLQDWHௐDQ\ௐ&RQILGHQWLDOௐ,QIRUPDWLRQௐH[FHSWௐ ௐDVௐ QHFHVVDU\ௐWRௐSHUIRUPௐLWVௐREOLJDWLRQVௐKHUHXQGHUௐRUௐ ௐDVௐUHTXLUHGௐE\ௐDSSOLFDEOHௐODZௐ 'LVFORVXUHVௐRIௐWKHௐ&RQILGHQWLDOௐ,QIRUPDWLRQௐPD\ௐEHௐPDGHௐRQO\ௐWRௐ6RXUFHZHOOௐRUௐLWVௐ 0HPEHU¶VௐHPSOR\HHVௐDQGௐDJHQWVௐZKRௐKDYHௐDௐVSHFLILFௐQHHGௐWRௐNQRZௐVXFKௐ &RQILGHQWLDOௐ,QIRUPDWLRQௐDQGௐDUHௐVXEMHFWௐWRௐFRQILGHQWLDOLW\ௐUHVWULFWLRQVௐDWௐOHDVWௐDVௐ UHVWULFWLYHௐDVௐWKRVHௐFRQWDLQHGௐKHUHLQௐ³&RQILGHQWLDOௐ,QIRUPDWLRQ´ௐPHDQVௐDOOௐ GLVFORVXUHVௐXQGHUௐWKLVௐ6HFWLRQௐௐRUௐ6HFWLRQௐௐDVௐZHOOௐDVௐDQ\ௐQRQSXEOLFௐ FRQILGHQWLDOௐRUௐSURSULHWDU\ௐLQIRUPDWLRQௐRIௐ9HQGRUௐGLVFORVHGௐWRௐ6RXUFHZHOOௐRUௐLWVௐ 0HPEHUௐWKURXJKௐDQ\ௐPHWKRGௐRUௐPHGLXPௐZKHWKHUௐRUௐQRWௐPDUNHGௐGHVLJQDWHGௐRUௐ RWKHUZLVHௐLGHQWLILHGௐDVௐFRQILGHQWLDOௐLQௐFRQQHFWLRQௐZLWKௐWKLVௐ&RQWUDFWௐ8SRQௐ 9HQGRU VௐUHTXHVWௐ6RXUFHZHOOௐRUௐLWVௐ0HPEHUௐVKDOOௐSURPSWO\ௐUHWXUQௐRUௐGHVWUR\ௐDOOௐ GRFXPHQWVௐDQGௐRWKHUௐPDWHULDOVௐFRQWDLQLQJௐ&RQILGHQWLDOௐ,QIRUPDWLRQௐ7KHௐREOLJDWLRQVௐ DQGௐUHVWULFWLRQVௐRIௐWKLVௐ6HFWLRQௐVKDOOௐVXUYLYHௐWKHௐH[SLUDWLRQௐRUௐHDUOLHUௐWHUPLQDWLRQௐRIௐ WKHௐ$JUHHPHQW DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 6HFWLRQௐ $VௐDSSOLFDEOHௐ9HQGRUௐDJUHHVௐWRௐLQGHPQLI\ௐDQGௐ KROGௐKDUPOHVVௐ6RXUFHZHOOௐDQGௐLWVௐ0HPEHUVௐ DJDLQVWௐDQ\ௐDQGௐDOOௐVXLWVௐFODLPVௐMXGJPHQWVௐ DQGௐFRVWVௐLQVWLWXWHGௐRUௐUHFRYHUHGௐDJDLQVWௐ 6RXUFHZHOOௐRUௐ0HPEHUVௐE\ௐDQ\ௐSHUVRQௐRQௐ DFFRXQWௐRIௐWKHௐXVHௐRIௐDQ\ௐ(TXLSPHQWௐRUௐ 3URGXFWVௐE\ௐ6RXUFHZHOOௐRUௐLWVௐ0HPEHUVௐ VXSSOLHGௐE\ௐ9HQGRUௐLQௐYLRODWLRQௐRIௐDSSOLFDEOHௐ SDWHQWௐRUௐFRS\ULJKWௐODZV $VௐDSSOLFDEOHௐ9HQGRUௐDJUHHVௐWRௐLQGHPQLI\ௐDQGௐKROGௐKDUPOHVVௐ6RXUFHZHOOௐDQGௐLWVௐ 0HPEHUVௐDJDLQVWௐDQ\ௐDQGௐDOOௐVXLWVௐFODLPVௐMXGJPHQWVௐDQGௐFRVWVௐLQVWLWXWHGௐRUௐ UHFRYHUHGௐDJDLQVWௐ6RXUFHZHOOௐRUௐ0HPEHUVௐE\ௐDQ\ௐSHUVRQௐRQௐDFFRXQWௐRIௐWKHௐ DXWKRUL]HGௐXVHௐRIௐDQ\ௐ(TXLSPHQWௐRUௐ3URGXFWVௐE\ௐ6RXUFHZHOOௐRUௐLWVௐ0HPEHUVௐLQௐ DFFRUGDQFHௐZLWKௐWKHLUௐDSSOLFDEOHௐVSHFLILFDWLRQVௐVXSSOLHGௐE\ௐ9HQGRUௐXQGHUௐWKLVௐ &RQWUDFWௐLQௐYLRODWLRQௐRIௐDSSOLFDEOHௐSDWHQWௐRUௐFRS\ULJKWௐODZV 6HFWLRQௐ $  ௐௐௐௐௐௐௐௐ(VFDODWLRQௐ,IௐSDUWLHVௐDUHௐXQDEOHௐWRௐ UHVROYHௐWKHௐLVVXHௐLQௐDௐWLPHO\ௐPDQQHUௐDVௐ VSHFLILHGௐDERYHௐHLWKHUௐ6RXUFHZHOOௐRUௐ9HQGRUௐ PD\ௐHVFDODWHௐWKHௐUHVROXWLRQௐRIௐWKHௐLVVXHௐWRௐDௐ KLJKHUௐOHYHOௐRIௐPDQDJHPHQWௐ7KHௐ9HQGRUௐZLOOௐ KDYHௐWKLUW\ௐ  ௐFDOHQGDUௐGD\VௐWRௐFXUHௐDQௐ RXWVWDQGLQJௐLVVXH ௐௐௐௐௐௐௐௐ(VFDODWLRQௐ,IௐSDUWLHVௐDUHௐXQDEOHௐWRௐUHVROYHௐWKHௐLVVXHௐLQௐDௐWLPHO\ௐPDQQHUௐ DVௐVSHFLILHGௐDERYHௐHLWKHUௐ6RXUFHZHOOௐRUௐ9HQGRUௐPD\ௐHVFDODWHௐWKHௐUHVROXWLRQௐRIௐWKHௐ LVVXHௐWRௐDௐKLJKHUௐOHYHOௐRIௐPDQDJHPHQWௐ7KHௐ9HQGRUௐZLOOௐKDYHௐQRWௐOHVVௐWKDQௐQLQHW\ௐ  ௐFDOHQGDUௐGD\VௐWRௐFXUHௐDQௐRXWVWDQGLQJௐLVVXHௐRUௐGHIDXOWௐLGHQWLILHGௐXQGHUௐ6HFWLRQௐ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³0DUNHWLQJ3ODQ´ )LQDQFLDO6WUHQJWKDQG6WDELOLW\%HUNVKLUH+DWKDZD\,QFSGI)ULGD\$XJXVW 0DUNHWLQJ3ODQ6DPSOHV0DUNHWLQJ3ODQSGI:HGQHVGD\$XJXVW :0%(0%(6%(RU5HODWHG&HUWLILFDWHV RSWLRQDO :DUUDQW\,QIRUPDWLRQ6&3&3&&:DUUDQWLHVSGI:HGQHVGD\$XJXVW 3ULFLQJ6KDZ6RXFHZHOO3ULFLQJ[OV[7KXUVGD\$XJXVW $GGLWLRQDO'RFXPHQW6RXUFHZHOO([FHSWLRQ0RGLILFDWLRQ 6KDZ [OV[7KXUVGD\$XJXVW DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA 3URSRVHUV$VVXUDQFHRI&RPS   352326(5$6685$1&(2)&203/,$1&( 352326(5¶6$)),'$9,7  7KHXQGHUVLJQHGDXWKRUL]HGUHSUHVHQWDWLYHRIWKHHQWLW\VXEPLWWLQJWKHIRUHJRLQJSURSRVDO WKH³3URSRVHU´ VZHDUVWKDWWKHIROORZLQJVWDWHPHQWVDUHWUXHWR WKHEHVWRIKLVRUKHUNQRZOHGJH  7KH3URSRVHULVVXEPLWWLQJLWVSURSRVDOXQGHULWVWUXHDQGFRUUHFWQDPHWKH3URSRVHUKDVEHHQSURSHUO\RULJLQDWHGDQGOHJDOO\H[LVWVLQJRRG VWDQGLQJLQLWVVWDWHRIUHVLGHQFHWKH3URSRVHUSRVVHVVHVRUZLOOSRVVHVVEHIRUHGHOLYHULQJDQ\SURGXFWVDQGUHODWHGVHUYLFHVDOODSSOLFDEOHOLFHQVHV QHFHVVDU\IRUVXFKGHOLYHU\WR6RXUFHZHOOPHPEHUDJHQFLHV7KHXQGHUVLJQHGDIILUPVWKDWKHRUVKHLVDXWKRUL]HGWRDFWRQEHKDOIRIDQGWROHJDOO\ ELQGWKH3URSRVHUWRWKHWHUPVLQWKLV&RQWUDFW  7KH3URSRVHURUDQ\SHUVRQUHSUHVHQWLQJWKH3URSRVHUKDVQRWGLUHFWO\RULQGLUHFWO\HQWHUHGLQWRDQ\DJUHHPHQWRUDUUDQJHPHQWZLWKDQ\RWKHUYHQGRU RUVXSSOLHUDQ\RIILFLDORUHPSOR\HHRI6RXUFHZHOORUDQ\SHUVRQILUPRUFRUSRUDWLRQXQGHUFRQWUDFWZLWK6RXUFHZHOOLQDQHIIRUWWRLQIOXHQFHWKH SULFLQJWHUPVRUFRQGLWLRQVUHODWLQJWRWKLV5)3LQDQ\ZD\WKDWDGYHUVHO\DIIHFWVWKHIUHHDQGRSHQFRPSHWLWLRQIRUD&RQWUDFWDZDUGXQGHUWKLV5)3  7KHFRQWHQWVRIWKH3URSRVHU VSURSRVDOKDYHQRWEHHQFRPPXQLFDWHGE\WKH3URSRVHURULWVHPSOR\HHVRUDJHQWVWRDQ\SHUVRQQRWDQHPSOR\HHRU DJHQWRIWKH3URSRVHUDQGZLOOQRWEHFRPPXQLFDWHGWRDQ\VXFKSHUVRQVSULRUWRWKHRIILFLDORSHQLQJRIWKHSURSRVDOV  7KH3URSRVHUKDVH[DPLQHGDQGXQGHUVWDQGVWKHWHUPVFRQGLWLRQVVFRSHFRQWUDFWRSSRUWXQLW\VSHFLILFDWLRQVUHTXHVWDQGRWKHUGRFXPHQWVLQWKLV VROLFLWDWLRQDQGDIILUPVWKDWDQ\DQGDOOH[FHSWLRQVKDYHEHHQQRWHGDQGLQFOXGHGZLWKWKH3URSRVHU¶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³FRQILGHQWLDO´ RU³QRQSXEOLF´HWF HLWKHUVXEVWDQWLDOO\RULQWKHLU HQWLUHW\8QGHU0LQQHVRWD6WDWXWH†6XEGDOOSURSRVDOVDUHFRQVLGHUHGQRQSXEOLFGDWDXQWLOWKHHYDOXDWLRQLVFRPSOHWHDQGD&RQWUDFWLV DZDUGHG$WWKDWSRLQWSURSRVDOVJHQHUDOO\EHFRPHSXEOLFGDWD0LQQHVRWD6WDWXWH†SHUPLWVRQO\FHUWDLQQDUURZO\GHILQHGGDWDWREH FRQVLGHUHGD³WUDGHVHFUHW´DQGWKXVQRQSXEOLFGDWDXQGHU0LQQHVRWD¶V'DWD3UDFWLFHV$FW 7KH3URSRVHUXQGHUVWDQGVWKDWLWLVWKH3URSRVHU¶VGXW\WRSURWHFWLQIRUPDWLRQWKDWLWFRQVLGHUVQRQSXEOLFDQGLWDJUHHVWRGHIHQGDQGLQGHPQLI\6RXUFHZHOO IRUUHDVRQDEOHPHDVXUHVWKDW6RXUFHZHOOWDNHVWRXSKROGVXFKDGDWDGHVLJQDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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ocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA )LOH1DPH ,KDYHUHYLHZHGWKH EHORZDGGHQGXPDQG DWWDFKPHQWV LI DSSOLFDEOH 3DJHV $GGHQGXPBB5)3B)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHV )UL-XO\30  $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5(DOWHG6XSSOLHVDQG6(UYLFHVB5)3 0RQ-XO\30  $GGHQGXPBB)/RRULQJ0DWHULDOVZLWK5(ODWHG6XSSOLHVDQG6HUYLFHVB5)3 7XH-XO\30  $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHVB5)3B 7XH-XO\$0  $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHVB5)3B 0RQ-XO\30  $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHVB5)3B :HG-XO\30  $GGHQGXPBB)ORRULQJ0DWHULDOVZLWK5HODWHG6XSSOLHVDQG6HUYLFHVB5)3B 7XH-XO\30  DocuSign Envelope ID: 1E69E0EB-E7A7-4B77-BF1B-BC862BFB96FA COMMENT AND REVIEW to the REQUEST FOR PROPOSAL (RFP) #080819 Entitled Flooring Materials, with Related Supplies and Services The following advertisement was placed June 13, 2019 in Utah’s The Salt Lake Tribune, in USA Today, in South Carolina’s The State, and on the Sourcewell website www.sourcewell-mn.gov, Sourcewell Procurement Portal https://proportal.sourcewell-mn.gov, Biddingo, Merx, The New York State Contract Reporter www.nyscr.ny.gov, PublicPurchase.com, and June 14, 2019 in Oregon’s Daily Journal of Commerce: Sourcewell, a State of Minnesota local government agency and service cooperative, is requesting proposals for Flooring Materials, with Related Supplies and Services to result in a national contracting solution for use by its members. Sourcewell members include thousands of governmental, higher education, K-12 education, not-for-profit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than August 8, 2019, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal. The following parties expressed interest in the solicitation by registering for this opportunity within the portal: 2M Corporation Mannington Mills, Inc. Action Floor Systems, LLC Mathusek Incorporated Altro USA, Inc. Milliken & Company Armstrong Flooring, Inc. Mohawk Carpet Distribution, Inc. AWC Builders Mondo USA, Inc. Bachman d/b/a Floor to Ceiling Carpet One Moon and Pasutti Tile, LLC Bentley Mills, Inc. NYS Office of General Services - Procurement Services Boxley's Services, Inc. Roppe Holding Company Builders Floor Centre SaniGLAZE International, LLC Canada Mat, Inc. Saskatoon Construction Association Carpet Guys USA, LLC Shaw Industries, Inc. Construction Industry Center SOLID Surface Care Continental Flooring Company Specialty Contracting Services Eco Interiors, Inc. State of North Dakota Engineered Floors, LLC Tarkett USA, Inc. Flooring Solutions, Inc. TDG Operations, LLC. dba Atlas | Masland Contract Forbo Flooring, Inc. Total Quality Logistics Gerflor USA UPOFLOOR Americas, Inc. Interface Americas, Inc. William M. Bird & Co., Inc. Karndean International, LLC DocuSign Envelope ID: 1976CF9D-DA64-4271-9B51-DC84AB62B9B5 Sourcewell Page 2 of 4 Proposals were opened on August 8, 2019, on the Sourcewell Procurement Portal from the following: Altro USA, Inc. Armstrong Flooring Inc. Bentley Mills, Inc. Canada Mat, Inc. Carpet Guys USA, LLC Eco Interiors, Inc. Engineered Floors, LLC Gerflor USA Interface Americas, Inc. Karndean International, LLC Mannington Mills, Inc. Milliken & Company Mohawk Carpet Distribution, Inc. Mondo USA, Inc. Roppe Holding Company SaniGLAZE International, LLC Shaw Industries, Inc. Tarkett USA, Inc. TDG Operations, LLC. dba Atlas | Masland Contract UPOFLOOR Americas, Inc. Proposals were reviewed by the Proposal Evaluation Committee: Greg Grunig, Sourcewell Procurement Lead Analyst Kim Austin, CPPB, Sourcewell Procurement Lead Analyst Michael Munoz, Sourcewell Procurement Analyst Stephanie Haataja, CPIM, Sourcewell Procurement Analyst The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee used the Sourcewell RFP evaluation criteria and determined (19) proposal responses met Level-One and Level-Two Responsiveness and were evaluated. The response of SaniGlaze International, LLC, was determined to be Level-Two Non- responsive and was not evaluated. Bentley Mills, Inc. offers broadloom, carpet tile, luxury vinyl tile (LVT), custom area rugs, installation and project management services. They have a large sales and dealer network to serve Sourcewell members throughout the United States and Canada. Bentley Mills, Inc. is dedicated to sustainability efforts and environmental goals while offering competitive pricing with shipping included. Mannington is a privately held, fourth generation, family owned company founded in 1915. They offer a range of hard and soft surface flooring products, which are almost entirely manufactured in the USA. Mannington’s product DocuSign Envelope ID: 1976CF9D-DA64-4271-9B51-DC84AB62B9B5 Sourcewell Page 3 of 4 grouping provides total flooring solutions for Sourcewell members including broadbloom carpet, modular carpet tiles, resilient sheet flooring, luxury vinyl tile, stair treads and wood flooring. These attributes along with aggressive pricing establish Mannington as a solution provider for member’s needs. Tarkett USA, INC. offers members a large selection of vinyl and vinyl tile along with carpet products with available installation. A well-established company with strong presence in the SLED market. Solid discounts paired with a strong network of service providers, will address Sourcewell member needs across the North American Market. Shaw Industries, Inc. brings a variety of carpet and wood flooring options and innovative adhesives for Sourcewell members. With a demonstrated depth of experience in the government and education markets, a broad network of dealers and distributors, aggressive discounts and a strong training program, Shaw is poised to serve the member community well. Mohawk Carpet Distribution has produced carpet for over 180 years and continues to innovate, most recently with high value polymer blends and new extrusion technology. Mohawk’s complete commercial portfolio includes broadloom carpet, carpet tiles, luxury vinyl tile, wood, laminate, sheet vinyl, rubber tile, and rubber sheet adhesives, along with installation services for a turn-key solution. Strong pricing along with the selection of products allows Mohawk to satisfy the needs of Sourcewell members. Interface Americas, Inc. provides Carbon Neutral and environmentally responsible modular flooring, Luxury Vinyl Tile and Resilient Rubber Tile. Interface Americas is dedicated to a sustainable environment; offering free recycling of old vinyl-backed carpet tile regardless of brand. Employing a sales and service force that covers the United States and Canada, offering a competitive discount with project management and turnkey installation through InterfaceSERVICES™, Interface Americas, Inc. will be able to fully support Sourcewell member’s needs. Karndean International, LLC has over 40 years’ experience manufacturing commercial vinyl flooring. They offer a catalog of Luxury Vinyl Tile and Planking to serve Sourcewell members across the US and Canada. Project Management and product installation will be provided through an expansive 170 locations. Karndean offers an aggressive discount for Sourcewell members. For these reasons, the Sourcewell Proposal Review Committee recommends award of Sourcewell Contract #080819 to: Bentley Mills, Inc. 080819-BPS Interface Americas, Inc. 080819-IFA Karndean International, LLC 080819-KAR Mannington Mills, Inc. 080819-MMI Mohawk Carpet Distribution, Inc. 080819-MCD Shaw Industries, Inc. 080819-SII Tarkett USA, Inc. 080819-TFU The preceding recommendations were approved on October 8, 2019. DocuSign Envelope ID: 1976CF9D-DA64-4271-9B51-DC84AB62B9B5 Sourcewell Page 4 of 4 ______________________________________________ Greg Grunig, Sourcewell Procurement Lead Analyst ______________________________________________ Kim Austin, CPPB, Sourcewell Procurement Lead Analyst ______________________________________________ Michael Munoz, Sourcewell Procurement Analyst ______________________________________________ Stephanie Haataja, CPIM, Sourcewell Procurement Analyst STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP #080819 for Flooring Materials, with Related Supplies and Services. The committee accepted, deemed responsive, evaluated, and recommended proposals for award. Under authority granted to the Chief Procurement Officer in Sourcewell’s bylaws, the recommendations set forth above are approved. I hereby certify: 1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21), and in conformity to Sourcewell’s Procurement Policy. Jeremy Schwartz, ASQ CSSBB Chief Procurement Officer DocuSign Envelope ID: 1976CF9D-DA64-4271-9B51-DC84AB62B9B5 P.O. Box 37209 – Jacksonville, FL 32236 800-874-5554 – Toll-Free 904-366-2690 – Fax www.saniglaze.com February 1, 2023 To Whom It May Concern SaniGLAZE Authorized Service Provider This letter is to advise you that Complete Floor Care Solutions is the exclusive SaniGLAZE provider for the Tampa and Greater Southwest Florida Area. There are no other SaniGLAZE providers who are permitted to perform SaniGLAZE work in this area. SaniGLAZE services are specialized processes that require proprietary products and technical training. Therefore these processes can only be provided by a SaniGLAZE franchised service professional. SaniGLAZE’s restorative bonding processes should not be confused with ordinary procedures like grout staining, acid and pressure washing, acrylic sealing or other types of cleaning and color enhancement techniques. SaniGLAZE’s restorative bonding processes are the only tile and grout restoration systems that utilize our specially formulated, proprietary SaniGLAZE coatings. These coatings can be applied to various hard surfaces such as ceramic tile, VCT or concrete. Our franchise agreements prohibit SaniGLAZE franchisees from performing SaniGLAZE processes in another SaniGLAZE franchisee’s territory. Therefore, Complete Floor Care Solutions is the only available source in your location for SaniGLAZE tile and hard surface restoration. Your interest in SaniGLAZE tile and grout restoration is greatly appreciated. Thank you! Sincerely, Michele L. Yonash COO 7703 Ann Ballard Rd. Tampa, FL 33634 US Company Address Complete Floor Care Solutions, Inc.Company Name *NO Future EG - One Time Work OnlyEG Program 73.75EG# james.behan@myclearwater.comEmail 727-224-7092Mobile (727) 562-4890 ;2815Phone Jim BehanJob Contact AllJob Location NAME City Of Clearwater Building MaintenanceAccount Name Manatee County, FLQuote Job Location County (813) 961-1075Fax (813) 961-1088Office paul@cfcs-floorcare.comEmail +1 8139576590Mobile Paul TimcakAccount Manager 1115 Manatee Ave West Bradenton, FL 34205 United States Bill To Property Management Department ManateeBill To Company P-9070 New Price list for Clearwater City all products 2023-08-22 Opportunity Name 8/22/2023Created Date Location Description Product SqFt Sales Cost QTY Total Price per line item per SQFT ELITE CRETE 1.00 $12.95 1 $12.95 per SQFT ENDURAGLAZE - FL - SaniMAX 1.00 $12.50 1 $12.50 per SQFT ENDURAGLAZE - FL - SaniTECH - NON UV Gloss 1.00 $11.95 1 $11.95 per SQFT ENDURAGLAZE - W - SaniTECH - NON UV Gloss 1.00 $11.95 1 $11.95 Price For EverGlaze maintenance per SQFT.EVERGLAZE - EverGLAZE 1.00 $3.50 1 $3.50 per SQFT GROUTGLAZE - FL - GroutGLAZE - No Shield 1.00 $6.25 1 $6.25 per SQFT GROUTGLAZE - FL - SaniMAX 1.00 $11.25 1 $11.25 per SQFT GROUTGLAZE - FL - SaniTECH - NON UV SemiGloss 1.00 $10.25 1 $10.25 per SQFT GROUTGLAZE - W - GroutGLAZE - No Shield 1.00 $7.25 1 $7.25 per SQFT SANIMAX-C - FL - SaniMAX-C + SaniMAX 1.00 $16.25 1 $16.25 per SQFT SANIMAX-C - W - SaniMAX-C SaniTECH 1.00 $16.25 1 $16.25 per SQFT SANIMAX-C - W - SaniMAX-C - No Clear Shield 1.00 $14.95 1 $14.95 per SQFT SaniMAX-C Primer - Gray 1.00 $1.50 1 $1.50 per SQFT SaniMAX-C Primer - White 1.00 $1.50 1 $1.50 per SQFT SANISEAL - FL - GroutGLAZE - No Shield 1.00 $6.45 1 $6.45 per SQFT SANISEAL - FL - SaniSEAL 1.00 $2.95 1 $2.95 per SQFT SANISEAL - W - GroutGLAZE - No Shield 1.00 $6.25 1 $6.25 per SQFT SANISEAL - W - SaniSEAL 1.00 $2.95 1 $2.95 per SQFT SCHONOX 1.00 $5.50 1 $5.50 per Hour SPECIAL SERVICES - Other:1.00 $50.00 1 $50.00 $19.75 to $28.00 per Hour SPECIAL SERVICES - Temporary Labor 1.00 $23.50 1 $23.50 per SQFT SPECIAL SERVICES - Terrazzo 1.00 $5.95 1 $5.95 7703 Ann Ballard Rd. Tampa, FL 33634 US Company Address Complete Floor Care Solutions, Inc.Company Name Date:___________________________________________ $286.30Grand Total after Tax $0.00Tax $286.30Grand Total Signature:_______________________________________ Approved By:_____________________________________ For more information visit our website at www.cfcs-floorcare.com. PRICING IS VALID FOR 30 DAYS FROM DATE OF PROPOSAL 28Total QTY 28.00Total Sqft per SQFT SURFACEGLAZE - FL - SaniMAX-SurfaceGLAZE 1.00 $8.95 1 $8.95 per SQFT SURFACEGLAZE - FL - SaniTECH-SurfaceGLAZE 1.00 $7.25 1 $7.25 per SQFT SURFACEGLAZE - W - SaniTECH-SurfaceGLAZE 1.00 $7.25 1 $7.25 per SQFT VARIGLAZE - FL - VariGLAZE + SaniMax 1.00 $17.50 1 $17.50 per SQFT XCELKLEEN - FL- XcelKLEEN 1.00 $1.75 1 $1.75 per SQFT XCELKLEEN - W - XcelKLEEN 1.00 $1.75 1 $1.75 4526 Lenox, Ave. Jacksonville, Florida 32205 800-874-5554 www.saniglaze.com Dear Customer, We often run into defending the subject of why others cannot do what SaniGLAZE can do. I believe that I can give you some good reasons for this that hopefully will suffice to get you beyond the hurdles of procurement in a competitive world. SaniGLAZE is an extremely unique combination of products and systems that we developed ourselves and represent a lot of trade secrets. Additionally, each phase of SaniGLAZE has been engineered and perfected to achieve the results that you have witnessed and grown to expect from SaniGLAZE. We know from seeing companies attempt to compete with us how this usually plays out. Most companies who attempt to compete with what we do find a coating of some sort (usually a solitary product) and attempt to apply it calling it "just like SaniGLAZE". These "one and dones" have no way to effectively compete because they don't have the expertise at each stage of the restoration process that we do combine into a symbiotic relationship with each other phase. To explain this, I will delve into the various areas that we have found imperative to create a successful restoration that will pass the test of time: Preparation: SaniGLAZE has engineered a series of prep chemicals that are each designed to perform a specific function. We have product designed to remove embedded dirt, products to remove existing coatings, products to deal with grease and oil, and even products designed to remove our own coating products. Without the proper prep, the SaniGLAZE like coating will not work correctly or last very long. Grout Replacement Products: Each grout replacement product used in the SaniGLAZE process has been engineered by SaniGLAZE for specific applications. We have grout replacements for deep grout, shallow group, irregular grout, flat grout, and modified grouts. Without the correct grout replacement produced for the particular application, you will not yield the result that you expect from SaniGLAZE. Additionally, SaniGLAZE grout coatings are not simply stains or paints, they are coatings designed to overlay, seal, shield, and protect grout and replicate the original grout, while totally eliminating the grout porosity. Colors: Each SaniGLAZE color was developed for our system. You will not find direct color matches for these colors from any competitor. Coatings: SaniGLAZE has developed a variety of coatings that we have engineered in house for a variety of applications. We have penetrating sealers, acrylics, epoxy like products, and urethane like products. We know of no competitor who has an arsenal of all these different type products, which are engineered to perform like SaniGLAZE. You will simply not find a competitor who does it the way we do, because they do not have access to our products, systems, and even our technical expertise. We developed these products for our own use, and the formulas are closely guarded, and no competitor has ever succeeded in reverse engineering our products. 4526 Lenox, Ave. Jacksonville, Florida 32205 800-874-5554 www.saniglaze.com Technicians: The technicians are the rock s of SaniGLAZE. Each tech completes a rigorous training program and is certified in all aspects of the SaniGLAZE process. Without this training, it is impossible to yield the results that SaniGLAZE delivers. In untrained hands, even SaniGLAZE products would essentially be useless to an untrained person. Local Presence: SaniGLAZE has a service provider in most major US markets. We do not move teams where the jobs are, we are available in the local markets to be there when the need arises. You can depend on a service provider when you need one. I hope that this gives you some idea of what we have accomplished at SaniGLAZE, and why it is unlikely that you will find a competitor who can deliver what SaniGLAZE can. Regards, Michele L. Yonash COO Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1226 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 9.5 SUBJECT/RECOMMENDATION: Award a Purchase order to Jet Age Fuel, Inc. of Clearwater, FL, for the purchase of unleaded and diesel fuel and Palmdale Oil Company LLC for the purchase of Ultra Low Sulfur Diesel, Red Dye in the cumulative annual amount of $3,200,000.00 for one year with three, one-year renewal options pursuant to Invitation to Bid (ITB) 50-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: Invitation to Bid (ITB) No. 50-23, Fuel - Gasoline and Diesel, was issued in July 2023 and the City received three responsive responses on September 1, 2023. The pricing structure was based on specific dates' rack rates, and the respective Fixed Fee Markup (+ or -) from the bidders. Fuel prices change daily based on the rack rate market index (OPIS), markups, and applicable taxes/fees. For general reference, on September 04, 2023, fuel prices per gallon were $3.36 for unleaded and $ 4.17 for diesel. This award is for the purchase of unleaded and un-dyed diesel fuel for delivery to the city's fuel facility located at 1701 N. Hercules Avenue and for the purchase of red dyed diesel for delivery to the City’s fixed and mobile generators at various locations within the city. The fuel purchased from this contract is utilized in the majority of city equipment, including police and fire. Jet Age and Palmdale Oil Company were the lowest bidders in accordance with the bid specifications for the Solid Waste and Recycling Facility. Port Consolidated could not meet the 24-hour delivery requirement needed for the Ultra-Low Sulfur Red Dye used in City’s generators and imposed a $250 fee for orders received inside 48 hours. Additionally, the bid required a written commitment from the supplier of their ability to be responsive to Clearwater in emergency situations. Both Jet Age and Palmdale Oil Company provided a written confirmation of their ability to supply fuel during a natural disaster. In 2023 to date, per the US Energy Information Administration, the average retail price for unleaded is $3.24 per gallon and the average retail price for diesel is $3.88 per gallon (projections of cost for the period of this award were averaged to estimate the price per gallon and includes taxes for which the City is reimbursed). The City does not pay Federal taxes, but does pay state taxes at time of payment and submits for reimbursement on a monthly basis. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY are available in cost code 5666611-550500 (Fuel) ·FY24 $3,2000,000 Page 1 City of Clearwater Printed on 10/10/2023 File Number: ID#23-1226 Future fiscal year budgets will include requests for funding: ·FY25 $3,200,000 ·FY26 $3,200,000 ·FY27 $3,200,000 Page 2 City of Clearwater Printed on 10/10/2023 v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #50-23 Fuel – Gasoline and Diesel July 25, 2023 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, August 29, 2023, to provide Fuel – Gasoline and Diesel. Brief Description: The City of Clearwater seeks qualified fuel distributors to provide gasoline and diesel fuel. Bids must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Bid packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Procurement Analyst: Kelly Rogers Procurement Analyst Kelly.Rogers@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS Fuel – Gasoline and Diesel 2 ITB #50-23 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 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their bid. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a bid. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If so designated above, attendance is mandatory as a condition of submitting a bid. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: August 29, 2023 Time: 10:00 A.M. (Local Time) The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, bids are available for inspection by contacting the Procurement Division. i.5 BID FIRM TIME: 90 days from Opening Bid shall remain firm and unaltered after opening for the number of days shown above. The City may accept the bid, subject to successful contract negotiations, at any time during this time. i.6 BID SECURITY: Yes No If so designated above, a bid security in the amount specified must be submitted with the bid. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such bid security shall be forfeited to the City of Clearwater should the bidder selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to INSTRUCTIONS Fuel – Gasoline and Diesel 3 ITB #50-23 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 BID SUBMITTAL TO: It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Bidders may mail or hand-deliver bids to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. i.8 LATE BIDS. The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. You must allow adequate time to accommodate all registration and security screenings at the delivery site. A valid photo I.D. may be required. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. i.10 COMMENCEMENT OF WORK. If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, INSTRUCTIONS Fuel – Gasoline and Diesel 4 ITB #50-23 as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. i.12 FORM AND CONTENT OF BIDS. Unless otherwise instructed or allowed, bids shall be submitted on the forms provided. An original and the designated number of copies of each bid are required. Bids, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the bid is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the bid be submitted. The bid must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the bid. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF BID. Written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating the suspension or debarment. i.16 RESERVATIONS. The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a bidder may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF BIDS. Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to INSTRUCTIONS Fuel – Gasoline and Diesel 5 ITB #50-23 copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the policy of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve the purpose of this Article, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater – Procurement Division 100 S Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Fuel – Gasoline and Diesel 6 ITB #50-23 i.22 EVALUATION PROCESS. Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.23 PRESENTATIONS/INTERVIEWS. The bidder must provide a formal presentation/interview upon request. i.24 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. a) Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the bidder is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review bidder’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Price. We will then evaluate the bids that have met the requirements above. i.25 COST JUSTIFICATION. In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. i.26 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. i.27 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: July 25, 2023 Advertise Tampa Bay Times: July 26, 2023 Bids due: August 29, 2023 Review bids: August 29 – September 5, 2023 Award recommendation: September 5, 2023 Council authorization: September 2023 Contract begins: October 2023 STANDARD TERMS AND CONDITIONS Fuel – Gasoline and Diesel 7 ITB #50-23 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 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 Fuel – Gasoline and Diesel 8 ITB #50-23 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. STANDARD TERMS AND CONDITIONS Fuel – Gasoline and Diesel 9 ITB #50-23 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. 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 STANDARD TERMS AND CONDITIONS Fuel – Gasoline and Diesel 10 ITB #50-23 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. 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 STANDARD TERMS AND CONDITIONS Fuel – Gasoline and Diesel 11 ITB #50-23 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. 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. STANDARD TERMS AND CONDITIONS Fuel – Gasoline and Diesel 12 ITB #50-23 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. 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. 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 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. STANDARD TERMS AND CONDITIONS Fuel – Gasoline and Diesel 13 ITB #50-23 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 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. STANDARD TERMS AND CONDITIONS Fuel – Gasoline and Diesel 14 ITB #50-23 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. DETAILED SPECIFICATIONS Fuel – Gasoline and Diesel 15 ITB #50-23 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 119,208 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. SCOPE OF WORK. The awarded vendor(s) will be required to supply and deliver fuel to the City of Clearwater (City) facilities on an as-needed basis. The types of fuel included in this bid are unleaded E10 gasoline, REC-90 Non-Ethanol gasoline, Ultra-Low Sulfur diesel, and Ultra-Low Sulfur red-dyed diesel. Fuel costs shall be based on the daily average rate for the Oil Price Information Service (OPIS) Tampa Terminal plus a firm fixed markup/discount fee per gallon. Deliveries to the Clearwater Beach Marina require the following additives:  ValvTect® Marine Diesel Additive with Bioguard™Fuel Biocide (VMDA)  ValvTect® Marine Gasoline Additive (VMGA) Alternative additives may be proposed. Bidders must provide complete documentation with specification sheets and manufacturer’s details of any alternative additives. 3. SPECIFICATIONS. A. Fuel Requirements: Vendor shall provide gasoline and diesel per the following specifications: Gasoline E10, Unleaded 87 Octane Conforming to Florida Administrative Code 5J-21.001, Florida Department of Agriculture and Consumer Services. Gasoline Non-Ethanol, Unleaded 90 Octane Conforming to Florida Administrative Code 5J-21.001, Florida Department of Agriculture and Consumer Services. Ultra-Low Sulfur Diesel Grade No. 2-D for use in on-road diesel engine, per A.S.T.M. specification D975, complying with Florida Department of Agriculture and Consumer Services standards 5J-21.001. Ultra-Low Sulfur Diesel, Red Dye Grade No. 2-D for use in off-road diesel engine, per A.S.T.M. specification D975, Grade No. 2-D, S15 complying with Florida Department of Agriculture and Consumer Services standards 5J-21.001. It shall have a minimum cetane number of 40 using ASTM D613. ValveTect VMDA and VMGA or alternative additives required in all Marina fuel deliveries. The fuel to be furnished under these contracts shall conform to all applicable A.S.T.M. and Society of Automotive Engineers (SAE) standards and must be of a quality equal to similar products furnished to the retail market. B. Emergency Conditions Priority The Vendor agrees to consider the City of Clearwater’s needs on a first and highest priority basis during any official emergency condition. This condition is set forth to ensure adequate functioning of the City’s Emergency Services including Clearwater Police, Clearwater Fire & Rescue, Solid Waste and Recycling, and Utilities. DETAILED SPECIFICATIONS Fuel – Gasoline and Diesel 16 ITB #50-23 Vendor shall include a policy statement with their bid regarding fuel deliveries preceding and immediately following an emergency (e.g. natural disaster), when rack facilities at Tampa may not be operational. In the event of emergency, use of generators for any and/or all buildings will be significantly increased, and additional deliveries may be required by the City until the emergency condition no longer exists. C. Location of Fuel Tanks and Generators A list of sites for the fuel tanks and generators with the approximate storage capacity are listed below. The generators are listed by size and zip code. The awarded Vendor will be provided with a detailed list of City addresses by location number. The City of Clearwater reserves the right to add or delete service locations or products throughout the term of the contract as conditions dictate. The Vendor agrees to include any new locations at the established contract rate. List of Fuel Tanks: Location Fuel Tank Location(s) Fuel Type Capacity (Gallons) PER TANK 1 Solid Waste and Recycling Facility 1701 N. Hercules Ave. Clearwater, FL 33765 Unleaded E10 Gasoline 12,000 Ultra-Low Sulfur, no. 2 Diesel 12,000 Ultra-Low Sulfur, Red Dye, no. 2 Diesel 12,000 2 Clearwater Beach Marina 25 Causeway Blvd. Clearwater, FL 33767 Non-Ethanol, Unleaded Gasoline 10,000 Ultra-Low Sulfur, Red Dye, no. 2 Diesel 10,000 10,000 *Please be advised that both the Solid Waste and Recycling fuel facility and the dock at the City of Clearwater Beach Marina are expected to undergo separate construction projects in and/or around 2024 which may affect the fuel operations during these times. The City will evaluate the best course of action as a result of these projects at a later date. DETAILED SPECIFICATIONS Fuel – Gasoline and Diesel 17 ITB #50-23 Diesel Generators / Ultra Low Sulfur No. 2 off-road, red-dyed diesel Zip Code Capacity Location Zip Code Capacity Location (Gallons) Number (Gallons) Number 33755 4,000 4 33759 2000 22 33755 6,000 4 33761 1900 22 33755 100 4 33761 500 22 33755 250 12 34695 250 2 33755 4,000 13 34695 6,000 5 33755 500 29 34695 2,000 5 33756 580 24 34695 2,000 5 33756 125 7 34695 2,000 5 33756 500 7 34695 2,000 5 33756 275 7 34695 1,000 5 33756 5,200 8 34695 3,000 5 33756 5,200 8 34695 2,000 15 33756 125 9 34695 250 25 33756 1,351 10 34695 2,000 1 33756 500 19 33765 2,000 11 33756 1,000 20 33765 2,000 11 33756 1,400 21 33765 12,000 14 33756 225 21 33765 325 30 33756 500 3 33765 1000 11 33756 3,215 9 33767 200 28 33756 200 9 33767 500 23 33759 500 22 33767 500 23 33759 4,000 6 33767 500 18 33759 500 22 33767 194 31 DETAILED SPECIFICATIONS Fuel – Gasoline and Diesel 18 ITB #50-23 Estimated Annual Quantities To assist bidders in the solicitation process, estimated annual historical information is provided. Location Fuel Type Estimated Annual Gallons 1 Unleaded E10 Gasoline 492,000 gallons Ultra-Low Sulfur, no. 2 Diesel 203,000 gallons Ultra-Low Sulfur, Red Dye, no. 2 Diesel 31,000 gallons 2 Non-Ethanol, Unleaded Gasoline 435,000 gallons Ultra-Low Sulfur, Red Dye, no. 2 Diesel 465,000 (both tanks) All quantities reflect HISTORICAL DATA ONLY from Fiscal Year 21/22. Quantities represent total usage and not ordered quantities. D. Additional Requirements OPIS Index Newsletter: The awarded Vendor shall provide to the City a copy of the Daily OPIS Index Newsletter showing the Daily OPIS Rack Average price for the Port of Tampa, Pad 1 Terminal, for the dates of fuel delivery as requested during the contract term. All fuel to be delivered on any order shall be free of foreign matter and impurities and shall be equal to or better in quality than the kind and grade certified in the originating bid. All grades of fuel must be homogenous at time of delivery and remain so in normal storage. The Vendor shall keep an adequate supply of gasoline and diesel fuel available to fill requirements at all times. The City reserves the right to sample delivered fuel in any manner for quality control or testing purposes. All fuel that does not meet specifications will be rejected, and, when so ordered by the using City Department, the Vendor shall at his expense, remove all inferior product delivered, and replace with product meeting the specifications. Vendor may not, without specific authorization of the City, substitute a fuel of either a higher or lower grade than specified in the contract. Vendor must demonstrate certification as a ValveTect distributor or equivalent for alternative additives. Damages to property and spillage caused by the Vendor must be corrected immediately. In the event of spillage, the damage must be corrected at the time of the occurrence. Vendor shall immediately notify the designated department specified by the City of damage to property or spillage. It is the intent of the City that all specifications herein are in full and complete compliance with all Federal and State of Florida laws and regulations applicable to the type and class of Commodity being provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and State of Florida requirements that apply to the type and class of Commodity being provided. The Vendor must meet or exceed any such requirements of the laws and regulations. DETAILED SPECIFICATIONS Fuel – Gasoline and Diesel 19 ITB #50-23 E. Pricing Gasoline and diesel prices are calculated using the following information: 1. Base Fuel Price, set from the OPIS Daily Rack Average for the Tampa Terminal 2. Fixed Fee Markup/Discount (+/-) Per Gallon 3. All applicable fuel taxes and / or petroleum-associated fees as permitted 1. Base Fuel Price: The base fuel price will be set from the OPIS Daily Rack average of the motor fuel prices published in the OPIS Index Newsletter at the close of business each day for the Port of Tampa, Florida, Pad 1 Terminal. The daily OPIS Rack average price for each fuel type will be charged on the date the fuel is delivered. 2. Fixed Fee Markup/Discount Per Gallon, Plus (+) or Minus (-): Bidder must submit on the Bid Pricing Form a fixed fee markup (+) or fixed fee discount markup (-) to be applied to the daily base fuel price to arrive at the firm fixed price per gallon for each fuel type. With the exception of the allowable taxes, the fixed fee will include any and all charges F.O.B. destination. “Markup” shall mean the Vendor’s price to cover all costs associated with providing fuel to the City facilities. Markup will mean both positive and negative numbers. The fixed fee markup (+ / -) will remain firm for the period of the contract term. With the exception of the allowable taxes, the fixed fee will include each and every item of expense connected with the furnishing and delivery of fuel to the destinations. Bid prices shall be per gallon for the Markup (+ / -) and may be extended to four (4) decimal places. The Vendor shall assess no other fees associated with the delivery of fuel. 3. Taxes: All applicable taxes will be added after the Base Fuel Price and Fixed Fee Markup per gallon is established. The current taxes not included in the posted terminal price are to be listed on the Bid Pricing Form for bid submittal, including any special or unique taxes for the marine industry. Invoice fuel prices are not to include any State of Florida and/or Federal taxes from which the City of Clearwater is exempt. Fuel and pollutant taxes are administered in Chapter 206, Florida Statutes (F.S.), and Rule Chapter 12B-5 of the Florida Administrative Code. The City will not pay the Federal Excise Tax (FET) on fuel purchases. The successful bidder is responsible for applying directly for applicable FET reimbursements. F. Invoicing The Vendor will be responsible for keeping accurate records, delivery site verification/delivery tickets and proper billing. Invoices must include, as separate line items, the following minimum information: • Fuel tank location • Site location of delivery and Generator “G” number when applicable • The invoice price shall reflect the actual date of delivery (exception: delayed delivery) • The designated OPIS Daily Rack Average per gallon for the day the fuel is delivered plus (or minus) the fixed fee markup per gallon • Marina: ValveTect or alternative additive (quantity per tank delivery noted on invoice) • Amount of taxes itemized per delivery DETAILED SPECIFICATIONS Fuel – Gasoline and Diesel 20 ITB #50-23 • Type of fuel delivered and quantities (gallons) • Delivery ticket • Purchase Order number • Total amount due 4. DELIVERY REQUIREMENTS. Deliveries will be requested as needed, seven (7) days a week. The City of Clearwater will provide twenty-four (24) hours notification of a required delivery whenever possible. Delivery Location Hours of Delivery Solid Waste and Recycling Facility 1) 1701 N. Hercules Ave. Clearwater, FL 33765 Monday – Friday, 6:30 a.m. to 6:00 p.m. Clearwater Beach Marina 2) 25 Causeway Blvd. Clearwater, FL 33767 Monday – Sunday 5:30 a.m. to 6:30 a.m. The Vendor shall be required to make deliveries within twenty-four (24) hours from acceptance of telephone request, email, or receipt of written request or at a mutually agreed upon scheduled timeframe for service delivery of fuel as agreed upon by the Vendor and City. In the event that the fuel is not delivered on the date agreed upon on the purchase order/release order, price of the fuel charged will be the price that is most advantageous to the City, i.e. the date the fuel was originally scheduled to be delivered or the date fuel is actually delivered, whichever is less. Any delays in delivery shall be communicated to appropriate City designee by phone or email the day of the scheduled delivery. The tanks at locations 1 & 2 are all underground and can be gravity fed. The tanks at locations 1 & 2 can both be made by transport truck. Delivery Ticket: The Vendor shall be required to provide “proof of delivery” as described below for each delivery. • A delivery ticket and Bill of Lading must be presented with each load of fuel delivered • One (1) copy of the delivery ticket shall be forwarded by the Vendor with the invoice • Invoices for payment, for which there is not a delivery ticket, may not be authorized for payment 5. MINIMUM QUALIFICATIONS. The Vendor shall have a storage/distribution facility located within a 35-mile radius of Clearwater city limits, with the capacity to store a minimum of 50,000 gallons of fuel at that facility. The responding Vendor shall be the primary operator/manager of the storage/distribution facility. If the Vendor leases the facility, they shall be the sole lease holder/operator of the facility. Contract and/or private carriers are the preferred means of transportation/delivery. Common carriers will not be accepted. The Vendor shall have the capability to perform a single product delivery of 4,000 gallons minimum. DETAILED SPECIFICATIONS Fuel – Gasoline and Diesel 21 ITB #50-23 The Vendor shall, without any additional cost to the City, be responsible for obtaining any necessary licenses and permits, and for complying with any and all Federal, State and Local Laws, Codes and Regulations in connection with the performance of the contract. Vendor shall provide a minimum of three (3) customer references with their bid submittal, see REFERENCES, page 34 of this solicitation. 6. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $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. Pollution Liability Insurance coverage, which covers any and all losses caused by pollution conditions (including sudden and non-sudden pollution conditions) arising from the servicing and operations of Vendor (and any subcontractors, representatives, or agents) involved in the work/transport, in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 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. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. DETAILED SPECIFICATIONS Fuel – Gasoline and Diesel 22 ITB #50-23 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, ITB #50-23 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 Fuel – Gasoline and Diesel 23 ITB #50-23 1. BEGINNING AND END DATE OF INITIAL TERM. October 2023 through September 2024. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 3. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided. The decision to renew a contract 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. Three (3), one (1) year renewals possible at the City’s option. 4. PRICES. All pricing shall be firm for the initial term of one (1) year, except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this bid. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for at least one year and may be adjusted thereafter as outlined in the previous paragraph. No fuel surcharges will be accepted. BID SUBMISSION Fuel – Gasoline and Diesel 24 ITB #50-23 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfp For bids mailed and/or hand-delivered, bidder must submit one (1) signed original bid and one (1) electronic format on a CD or Thumb Drive, in a sealed container using label provided at the end of this solicitation. 2. BIDDER RESPONSE CHECKLIST. This checklist is provided for your convenience. It is not necessary to return a copy of this solicitation’s Instructions, Terms and Conditions, or Detailed Specifications with your bid response. Only submit the requested forms and any other requested or descriptive literature. Original and proper number of copies with electronic format (if requested) Bid container properly labeled Bid pricing form(s) Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form References form Policy statement on Emergency Conditions (as stated in Specifications, Section 3, Item B) ValveTect or alternative product certified distributor certificate; alternative additives require complete documentation with specification sheets and manufacturer’s details. W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Fuel – Gasoline and Diesel 25 ITB #50-23 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish gasoline and diesel fuel to the City of Clearwater at the price(s) stated below. Enter the price for the Fixed Fee Markup to the OPIS Tampa Rack Base (average for the day) published price list on date of delivery. The figure shall remain in effect from the date of this bid for the duration of the contract. Item Type of Fuel Fixed Fee Markup (+/-) 1 Gasoline E10, Unleaded 87 Octane 2 Ultra-Low Sulfur Diesel 3 Ultra-Low Sulfur Diesel, Red Dye, Grade No. 2-D 4 Gasoline Non-Ethanol, Unleaded 90 Octane 5 Marina - fuel additive (include product name if not ValveTect VMDA and VMGA) $________________/________(unit) Product: ______________________ Application rate: ________________ ______________________________ DELIVERY REQUIREMENTS Freight Costs: Markup must include all freight and transportation charges • Confirm which OPIS Rack will be referenced for contract pricing: __________________________ • Attach policy statement on Emergency Conditions requirement. Indicate other agencies/companies that you service with guaranteed “priority” consideration in any type of emergency or natural disaster situation: • Delivery, as stated in Detailed Specifications # 4 can be met: _____ Yes _____ No • Minimum time required to fulfill a delivery request: _____________________________________ • Can you provide delivery in under 24-hours: _____Yes _____No • Any additional fee / requirement for delivery in under 24-hours: ___________________________ • Address/location of nearest storage/distribution facility, within a 35-mile radius of Clearwater city limits: ______________________________________________________________________ PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH) Vendor: _________________________________________ Date: _______________________________ BID PRICING Fuel – Gasoline and Diesel 26 ITB #50-23 Sample Worksheet for Pricing Calculation Complete the following three (3) samples to demonstrate the OPIS Average daily price, the fixed fee markup proposed and appropriate taxes to indicate price per gallon for each type of fuel. Include the itemized list of taxes that will be included on delivery invoices on page 27. Sample 1 Type of Fuel: Gasoline E10, Unleaded 87 Octane Date OPIS Daily Average (A) Fixed Fee Markup (+/-) (B) Taxes (C) * Total Price Per Gallon: (A+B+C) June 1, 2023 June 2, 2023 June 3, 2023 Sample 2 Type of Fuel: Ultra-Low Sulfur Diesel Date OPIS Daily Average (A) Fixed Fee Markup (+/-) (B) Taxes (C) * Total Price Per Gallon: (A+B+C) June 1, 2023 June 2, 2023 June 3, 2023 Sample 3 Type of Fuel: Ultra-Low Sulfur Diesel, Red-Dyed, Grade No. 2-D Date OPIS Daily Average (A) Fixed Fee Markup (+/-) (B) Taxes (C) * Total Price Per Gallon: (A+B+C) June 1, 2023 June 2, 2023 June 3, 2023 Vendor Name Date: BID PRICING Fuel – Gasoline and Diesel 27 ITB #50-23 Itemized Taxes for Pricing Calculation Complete the following itemized taxes for the three pricing (3) samples. Itemized list of taxes as of June 2023. Invoice Fuel prices are not to include any State of Florida and/or Federal taxes from which the City of Clearwater is exempt. Fuel and pollutant taxes are administered in Chapter 206, Florida Statutes (F.S.), and Rule Chapter 12B-5 of the Florida Administrative Code. Sample 1, Itemized Taxes Gasoline E10, Unleaded 87 Octane * Itemized Taxes (C) (complete appropriate fields) notes (if necessary) Florida SCETS Pollution Tax Inspection Fee 9th Cent Local Option LUST Tax Fed. Env. Recovery Fee Other (Identify) Sample 2, Itemized Taxes Ultra-Low Sulfur Diesel * Itemized Taxes (C) (complete appropriate fields) notes (if necessary) Florida SCETS Pollution Tax Inspection Fee 9th Cent Local Option LUST Tax Fed. Env. Recovery Fee Other (Identify) Sample 3, Itemized Taxes Ultra-Low Sulfur Diesel, Red-Dyed, Grade No. 2-D * Itemized Taxes (C) (complete appropriate fields) notes (if necessary) Florida SCETS Pollution Tax Inspection Fee 9th Cent Local Option LUST Tax Fed. Env. Recovery Fee Other (Identify) Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Fuel – Gasoline and Diesel 28 ITB #50-23 Bidders shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Note – Any material exceptions taken to the City’s Standard Terms and Conditions will render a Bid Non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City’s website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name ____ Date: ____ VENDOR INFORMATION Fuel – Gasoline and Diesel 29 ITB #50-23 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 bid: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. SCRUTINIZED COMPANIES FORM Fuel – Gasoline and Diesel 30 ITB #50-23 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by ______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE SCRUTINIZED COMPANIES FORM Fuel – Gasoline and Diesel 31 ITB #50-23 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ______________________________________ _ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE E-VERIFY ELIGIBILITY FORM Fuel – Gasoline and Diesel 32 ITB #50-23 VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. __________________________________________ Authorized Signature __________________________________________ Printed Name __________________________________________ Title __________________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization on, this _____ day of _________________, 20____, by _______________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ______________________________________(name of corporation/entity), personally known ______, or produced _________________________ (type of identification) as identification, and who did/did not take an oath. ____________________________________ Notary Public ____________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE OFFER CERTIFICATION By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors 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 commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: REFERENCES Fuel – Gasoline and Diesel 34 ITB #50-23 Instructions: Vendor shall provide with bid a minimum of three (3) customer references. Complete and return with bid submittal. Reference # 1 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 2 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Reference # 3 Name: Contract Value: Date Began: Date Completed: Address City / State / Zip Contact Person: Email: Phone: Fax: Notes: Vendor Name Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Fuel – Gasoline and Diesel 35 ITB #50-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #50-23, Fuel – Gasoline and Diesel Due Date: August 29, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #50-23, Fuel – Gasoline and Diesel Due Date: August 29, 2023, at 10:00 A.M. ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 1)Conner's Jet Age Fuel, Inc. d/b/a Jet Age Fuel, Inc 519 Pennsylvania Ave.Clearwater, Florida 33755 2)Palmdale Oil Company LLC 2701 East Louisiana Ave Tampa, Florida 33610813-236-5591 727-441-1706 3)Port Consolidated 3141 SE 14th Ave Fort Lauderdale, Florida 33316 954-522-1182 TAMPA BAY TIMES 7/26/2023 myclearwater.com 7/25/23 - 8/29/23 9/1/23 FOR THE CITY OF CLEARWATER Due/Opening: August 29, 2023; September 1, 2023; 10:00 a.m. Fuel - Gasoline and Diesel Solicitation Response Listing September 26, 2023 NOTICE OF INTENT TO AWARD The General Services Fleet Division and the Procurement Division recommend award of Invitation to Bid #50-23, Fuel – Gasoline and Diesel for Location 1, Solid Waste & Recycling Facility, in accordance with the bid specifications, to the following vendors for an estimated annual not-to- exceed amount $3.2 million for the term of one (1) year, with three (3), one (1) year renewal options. Jet Age Fuel, Inc: • Unleaded 87 Octane • Ultra Low Sulfur Diesel Palmdale Oil Company, LLC • Ultra Low Sulfur Diesel, Red Dye This Award recommendation will be considered by the City Council at the October 16, 2023, Work Session (1:30 p.m.) and voted on at the October 18, 2023, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Kelly.rogers@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Kelly Rogers Kelly Rogers Procurement Analyst CITY OF CLEARWATER ITB # 50-23, Fuel - Gasoline and Diesel DUE DATE: August 29, 2023; September 1, 2023; 10:00 AM BID TABULATION Vendor Gasoline E10, Unleaded 87 Octane Ultra Low Sulfur Diesel Ultra Low Sulfur Diesel, Red Dye, Grade No. 2-D Conner's Jet Age Fuel, Inc d/b/a Jet Age Fuel, Inc 519 Pennsylvania Ave Clearwater, FL 33755 -0.011 -0.0135 +0.125 Palmdale Oil Company LLC 2701 East Louisiana Ave Tampa, FL 33610 +.0149 +.0274 +.0475 Port Consolidated 3141 SE 14th Ave Fort Lauderdale, FL 33316 +.149 +.149 +.0408 Location 1: Solid Waste and Recycling Facility: Jet Age Fuel, Inc and Palmdale Oil Company, LLC Note: Port Consolidated minimum time required to fulfill a delivery request is 48hrs. An additional fee of $250.00 is required under 24hrs. Fixed Fee Markup (+/-) (Per Gallon) Requires 48 hours notice otherwise a $250.00 fee is added to the cost of fuel Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1250 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 9.6 SUBJECT/RECOMMENDATION: Approve an increase to Purchase Order with Maire Company (Maire) for services provided under the lease agreement as well as certain additional work outside of the lease in the amount of $181,240, for the second term beginning October 1, 2023 through September 30, 2024, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchases, and authorize the appropriate officials to execute same. (consent) SUMMARY: Since 1987, Maire has provided the city devices, instruments, appliances, cabinets, and wires/conduit throughout the city facilities with the addition of the maintenance and monitoring alarm services in accordance with Florida Fire Prevention Code 907, and NFPA 72 requirements. On October 6, 2022, Council approved a new lease agreement with Maire for continued services for a one-year term with four, one-year renewal options. This item will be a renewal of the agreement with three, one-year renewals remaining. Work covered as part of the lease agreement totals $126,240 of the $181,240. Work done by Maire outside of the lease agreement is also being requested and this additional work includes full cell service for elevators and generators, the patron counts at all libraries within the city, fire drills for childcare facilities required by Pinellas County Licensing Board, Fire Alarm resets, and inspections of all city-owned fire alarm systems among other items. This is estimated to be $55,000. Seeking the services Maire provides from another potential vendor would be impractical to bid as it would require the removal of all the equipment currently provided by Maire in numerous city facilities. The cost of contracting with a new fire alarm contractor to purchase and install new systems city wide would create significant budgetary increases as well. Furthermore, there would be separate additional costs ongoing for monthly fire alarm monitoring fees. APPROPRIATION CODE AND AMOUNT: Funds are available as part of the FY 2023-24 Operating Budget of the General Service Fund. The expenditure allocation is as follows: • 5656531-530300 Contractual Services Page 1 City of Clearwater Printed on 10/10/2023 Account Number Building / Property Monthly Cost Annual Cost Security Fire Other Devices/ Services 15000132 City of Clearwater 580 Office $85.00 $1,020.00 X X 15000136 City of Clearwater Infrastructure-A Supervisor Building $80.00 $960.00 X 15000137 City of Clearwater Infrastructure-G Equipment/Storage $90.00 $1,080.00 X 15000138 City of Clearwater Infrastructure-F Welding Shop $80.00 $960.00 X 15000139 City of Clearwater Infrastructure-D Storage $80.00 $960.00 X 15000209 City of Clearwater Marina Fuel Dock $80.00 $960.00 1 - Panic Button 15000240 City of Clearwater Radio Tower - South $85.00 $1,020.00 X Temperature Alarm 15000401 City of Clearwater Garden Avenue Parking Garage $90.00 $1,080.00 X 15000403 City of Clearwater Police Department - Beach $90.00 $1,080.00 X Elevator Monitor 15000404 City of Clearwater Rec West Area - Long Center $220.00 $2,640.00 X 15000406 City of Clearwater Fire Station #45 $365.00 $4,380.00 X 5 - CO2 Detectors Elevator Monitor 15000408 City of Clearwater Seminole Boat Ramp $105.00 $1,260.00 X Elevator Monitoring 15000409 City of Clearwater Union Street Station $85.00 $1,020.00 X 15000415 City of Clearwater N.E. Water Pollution Plant $85.00 $1,020.00 X Elevator Monitor 15000416 City of Clearwater Marshall Street Treatment Plant $85.00 $1,020.00 X Elevator Monitor 15000418 City of Clearwater Fire Station #48 Training Center & EOC $135.00 $1,620.00 X 15000420 City of Clearwater MSB - Fire $90.00 $1,080.00 X Leased Dialer 15000427 City of Clearwater Pierce Street Garage $90.00 $1,080.00 X 15000433 City of Clearwater Ross Norton Rec Center $85.00 $1,020.00 X Leased Dialer 15000434 City of Clearwater Fire Station #50 $215.00 $2,580.00 X 5 - CO2 Detectors 15000436 City of Clearwater Fire Station #46 Full System Added 7/28/2023 $325.00 $3,900.00 X 5 - CO2 Detectors 15000439 City of Clearwater Joe DiMaggio Complex $85.00 $1,020.00 X Elevator Monitor 15000446 City of Clearwater Police Department - Countryide Full System Added 10/1/2023 $395.00 $4,740.00 X X BDA System 15000451 City of Clearwater Police Department - Downtown $85.00 $1,020.00 X Leased Dialer City of Clearwater - Active Alarms Maire Company Security October 1, 2023 - September 30, 2024 15000465 City of Clearwater Countryside Recreation Center $85.00 $1,020.00 X 15000475 City of Clearwater Fire Station #48 $85.00 $1,020.00 X 6 - CO2 Detectors 15000476 City of Clearwater WPC Lab $140.00 $1,680.00 X 15000485 City of Clearwater North Greenwood Rec Center $85.00 $1,020.00 X Leased Dialer 15000486 City of Clearwater Fire Station #44 $235.00 $2,820.00 X 5 - CO2 Detectors Elevator Monitor 15000631 City of Clearwater Garden Avenue Parking Garage $85.00 $1,020.00 X 15005002 City of Clearwater Pier 60 Bait House $90.00 $1,080.00 X X 1 - Panic Button CRN Cell 15005003 City of Clearwater Armory/Special Events $230.00 $2,760.00 X X CRN cell 15005005 City of Clearwater R.O. #2 (U.S. 19) $325.00 $3,900.00 X X Elevator Monitor CRN Cell Knox Box Alarm15005006City of Clearwater N Greenwood Rec Center $100.00 $1,200.00 X CRN Cell 15005009 City of Clearwater Pier 60 Parking/Lifeguard $85.00 $1,020.00 X X CRN Cell 15005011 City of Clearwater Moccasin Lake Classrooms $170.00 $2,040.00 X CRN Cell 15005012 City of Clearwater Solid Waste Office Building A $100.00 $1,200.00 X CRN Cell 15005017 City of Clearwater Reservoir #3 (580)$85.00 $1,020.00 X CRN Cell 15005018 City of Clearwater Eddie C. Moore Field $150.00 $1,800.00 X X Elevator Monitor 15005042 City of Clearwater Coachman Marina $85.00 $1,020.00 X 1 - Panic Button CRN Cell 15005051 City of Clearwater WPC Lab $85.00 $1,020.00 X CRN Cell 15005054 City of Clearwater Police Impound Lot - Countryside $95.00 $1,140.00 X X CRN Cell 15005057 City of Clearwater Infrastructure-B Administration Office $85.00 $1,020.00 X CRN Cell 15005061 City of Clearwater Nursery $85.00 $1,020.00 X CRN Cell 15005062 City of Clearwater Solid Waste Maintenance Building B $85.00 $1,020.00 X CRN Cell 15005068 City of Clearwater Main Library - Security $190.00 $2,280.00 X 6 - Panic Buttons Patron Counter Digital Back-up Video Intercom Access 15005074 City of Clearwater Marina Office $90.00 $1,080.00 X X 1 - Panic Button CRN Cell 15005076 City of Clearwater N Greenwood Library $95.00 $1,140.00 X X Patron Counter 15005078 City of Clearwater McMullen Tennis Center $125.00 $1,500.00 X CRN Cell 15005079 City of Clearwater Infrastructure-C Meter Shop/Offices $105.00 $1,260.00 X CRN Cell 15005080 City of Clearwater Radio Tower - North $90.00 $1,080.00 X X Temperature Alarm Smoke Detector Digital Back-up 15005082 City of Clearwater FDOT Building $115.00 $1,380.00 X CRN Cell 15005083 City of Clearwater Morningside Rec Center $325.00 $3,900.00 X X CRN Cell 15005085 City of Clearwater Countryside Sports Complex $170.00 $2,040.00 X X CRN Cell 15005504 City of Clearwater Police Department - MLK 2 Panic Buttons added 3/13/2023 $95.00 $1,140.00 X X 2 - Panic Buttons Bosch & CRN Cell 15005507 City of Clearwater MSB - Security $125.00 $1,500.00 X 5 - Panic Buttons 15005510 City of Clearwater General Services $50.00 $600.00 X Bosch & CRN Cell 15005513 City of Clearwater Solid Waste - Scale Building $110.00 $1,320.00 X X Bosch & CRN Cell 15005514 City of Clearwater Solid Waste - Tipping Building $295.00 $3,540.00 X X Bosch & CRN Cell 15005516 City of Clearwater Sid Lickton Field $140.00 $1,680.00 X X Elevator Monitor Bosch & CRN Cell 15005520 City of Clearwater R.O. #1 - N Building (Saturn)$80.00 $960.00 X Bosch & CRN Cell 15005521 City of Clearwater Reservoir #1 (Saturn)$80.00 $960.00 X Bosch & CRN Cell 15005525 City of Clearwater North Ward $80.00 $960.00 X Full Data Cell 15005540 City of Clearwater Infrastructure-E Signal & Sign Shop $100.00 $1,200.00 X CRN Cell 15005541 City of Clearwater Countryside Library $295.00 $3,540.00 X X Patron Counter 1-Panic Button Bosch Cell & CRN Cell 15005543 City of Clearwater Health Center $75.00 $900.00 1 - Panic Button 15005545 City of Clearwater PBI - East Area $80.00 $960.00 X Bosch & CRN Cell 15005546 City of Clearwater Gas Complex Buiding C $80.00 $960.00 X X Bosch & CRN Cell 15005547 City of Clearwater Gas Complex Buiding A $395.00 $4,740.00 X X Bosch & CRN Cell 15005548 City of Clearwater PBI - West Area $80.00 $960.00 X Bosch & CRN Cell 15005549 City of Clearwater Kings Highway Recreation Center $80.00 $960.00 X X CRN Cell 15005567 Best Sales & Service, LLC $80.00 $960.00 X Bosch & CRN Cell 15005571 City of Clearwater Jack Russell Stadium $135.00 $1,620.00 X Elevator Monitor 15005581 City of Clearwater Moccasin Lake Welcome Center $85.00 $1,020.00 X Bosch & CRN Cell 15005587 City of Clearwater City Hall Downtown $100.00 $1,200.00 X X 2 - Panic Buttons CRN Cell 15005587 City of Clearwater Ross Norton Rec Center $120.00 $1,440.00 X Bosch & CRN Cell 15007009 City of Clearwater Beach Recreation Center & Library $150.00 $1,800.00 X Patron Counter 15007449 City of Clearwater Fire Station #49 $75.00 $900.00 X StarLink Cell 15007451 City of Clearwater Fire Station #51 $75.00 $900.00 X StarLink Cell 15008407 City of Clearwater Main Library - Fire $85.00 $1,020.00 X Leased Dialer 1500551081 City of Clearwater General Services Main Area $90.00 $1,080.00 X Area Reporting 1500551082 City of Clearwater General Services Radio Shop $25.00 $300.00 X Area Reporting 1500551083 City of Clearwater General Services Fire $50.00 $600.00 X Covers all of GS Except Wood Shop 1500551084 City of Clearwater General Services Woodshop West $25.00 $300.00 X Area Reporting 1500551086 City of Clearwater General Services Police/SWAT Area N $25.00 $300.00 X Area Reporting 1500551087 City of Clearwater General Services Electrical Shop N $25.00 $300.00 X Area Reporting 1500551088 City of Clearwater General Services North Storage $25.00 $300.00 X Area Reporting 1500551089 City of Clearwater General Services A/C Shop $25.00 $300.00 X Area Reporting TOTAL $10,520.00 $126,240.00 15000419 City of Clearwater - Old City Hall $90.00 $1,080.00 System Off-Line 12/22/2022 15007423 City of Clearwater Fire Station #46 Modular $225.00 $2,700.00 System Off-Line 9/15/2023 $3,780.00 Facilities in Yellow were added since the last contract. Annual Lease Agreement – Full maintenance agreement that covers installation, repair and maintenance (including batteries), inspections and 24/7 monitoring for all Maire Company owned security and fire alarm systems as well as 24/7 monitoring of city owned systems. Variances in this billing cycle: Year Over Year Financials 2021/ 2022: $84,900.00 2022/ 2023: $90,840.00 2023/ 2024: $126,240.00 $35,400 Annual Increase or $2,950 per month or 38%. This increase represents new systems added to the Lease Agreement since last year as well as the increase in full data cell costs, fuel charges and shortage demand mark-ups. The increase also includes Bosch cell service for all security and fire alarm systems for the entire City as a result of the migration from land line to internet-based phone system. The fire and security alarm system installed cannot run off of the internet due to security and is not UL listed and fire code approved. Also, this increase in cost should be off set by the decrease in phone line billing. New Systems/Additions: Fire Station #46 – Full System - 7/28/2023 Police Department – Countryside – Full System - 10/01/23 Police Department – MLK – 2 Panic Buttons – 3/13/2023 Systems Removed: Old City Hall – 12/22/2022 Fire Station #46 Modular Unit – 9/15/2023 Upcoming Adds Not Included in Financials: Fire Station #47 $50,000 - $55,000 - Work Outside the Lease Agreement – These are additional expenses outside of the Lease Agreement that vary month to month dependent on the system or issue. Placing 34 City elevators on full data cellular for emergency phone call out. Placing Old City Hall – Month to Month Fire and Security alarms until demolition as part of Imagine Clearwater Pinellas County Licensing Board Fire Drills – Monthly drill required for childcare at Ross Norton & Greenwood Rec Centers Patron Count Report – Monthly report of library utilization for each library branch Engineered Drawings – CFD required engineered drawings for each new city build that includes a fire system. Fire alarm system re-sets (within 4 hours per fire code) for systems that are triggered and result in fire dispatch. Knox Box purchases and installations as required by CFD. Battery replacement on city owned alarm systems. Annual fire inspections on city owned fire alarm systems. Device replacements on city owned alarm systems. Duct detector purchases for new city builds. CONNECTED SERVICE THIS AGREEMENT made this 1St day of October 2022 MAIRECOMPANY INC., hereinafter called "MaireSecurity", and City of Clearwater hereinaftercalled "Subscriber'. between WITNESSETH: That for the considerations and covenants hereinafter specified, the parties hereto do, for themselves, theirsuccessors and assigns, mutually covenantandagreeasfollows: A. Macre Security agrees to install and maintain orcauseto be Installed and maintained, duringthe term ofthisagreement, in the premiseslocated at: Various City of Clearwater facilities as per the Annual Active Alarm Spreadsheet in the City of Clearwater State of Florida (hereinafter referredtoasSubscriber's premises) Connected Protective Signaling Systems asspecified In theSchedule ofprotection, and will, subjectto the terms and conditions hereof, duringthetermofthisagreement, make perlodk Inspections of the system and make such repairs and adjustments as may be necessary for the proper operation andmakrteaneofsuchsystemingoodworkingorder, theSubscriber agreeing, nevertheless, toexerciseall reasonable preIn handlingthereofandtoratifyMake SecuritypromptlyofanyconetIonrequkingMakeSecurity'sattention. WhenevertheConnected ProtectiveSignaling Systemsspecified intheSchedule ofProtection shallrequireattentionbyarepresentativeofMakeSecurity, whether forrepairs, maintenance, nonfunctioning, malfunctioning orany carne whatsoever, MakeSecurity shalt receivewrittennoticefrautheSubscriberoftheneedtogiveattentiontoslidsystem, inorderto dispatcharepresentativeof MakeSecurity to the premises ofthe Subscriber. flea sed the antiresystem, inckpgng all devices, instruments, appliancesand all cabinets, conduits, connections, foils, screens, springs, tubing, wires and other materialsassociatedtherewith, Is and shallbe and remain the personal property of Make Security. 8. s_ Subscriber herebyagreesto payMetre Security, Its agents'orassigns, an installation charge of Zero 0.00 1, and to payin addition the sum of Dollars Dollar Amount per the Annual Active Alarm Spreadsheet Dollars ($ annumannuelly In advance. 1 Year contractwith41Year Renewals. This agreement may be renewed by the Subscriber by providing 30 days written notice toleeCompanyofSubscribersIntenttorenewpriortotheendoftheterm. Subscriber shall pay any unpaid balance of to Installation charge accrued hereunder forservicerenderedpriortotheeffectivedateoftermkatlon. C. Subscriber agrees to pay, In addition to the charges above any false alarm assessments, amounts equal to al taws, fess and charges imposed by anygovernmentalauthority, on or relatingto thesystem orthe installation or service, orthe receipts therefrom, and al charges imposed bythe telephone company fortelephone !besettheSubscriber's premises. SCHEDULE OF PROTECTION Monthly monitoring, maintenance, repair & inspection of Leased Alarm Systems/Equipment as per the Annual Alarm Spreadsheet. Damage by lightning will be covered on all Leased Alarm Systems/Equipment. No installation costs for future alarms. Service personnel available and on-call 24 hours a day. Service personnel available for fire drills. Cell communication systems available as required. Long range wireless systems available as needed. Signal & Data Reports available upon request. D. it is understood that Male Security isnot an insurer, that insurance shall be obtained by Subscriber, Ifany is desired; thatthe sums payable hereunder toMacreSecuritybySubscriberarebaseduponthevalueofservicesofferedandthescopeofliabilityundertakenandsuchsumsarenotrelatedtothevalueofpropertybelongingtoSubscriberortootherslocatedonsubscriber's premises. Subscriber does not seekIndemnity bythis agreement from MakeSecurity against any damagesorlossescausedbyhazardstoSubscriber's property. Make Security makes nowarranty. expressed or implied, that thesystemsIt %stats orthe services itfurnishes wwiavertorpreventoccurrences, ortheconsequences therefrom, which the systems and services aredesigned todetect. MainSecurity Kneesthat Itshagbe gable foranyofSubscriberslossesordamages, to person orto property, caused by the sok negfgena of Male Security, Its agents or employees. Itisagreed that IfMake Securityshouldbefoundliableforanylossesordamagesattributabletoafailureofsystemsorservicesinanyrespect, itsliability shall not exceed the sum ofthe amount paidbySubscriberfortheservicesunderthetermoftheagreement, and Subscribers sole remedy at law orin equity shall bethe right to recover a sumwithin such link. ADDITIONAL TERMS AND CONDITIONS ON REVERSE SIDE MAIRE COMPANY INC. ay John R. Macre, Jr. Approved Pres! Sales Representative A City aig*+etures provided o?ePrint) Subscriber ret_ spage 3 ed resentative Title Date TERMS AND CONDITIONS 1. if SPRINKLER SUPERVISORY AND WATERFLOW ALARM SERVICE is furnished, the Subscriber hereby agrees that all alarm valves, gate valves, tanks, pumps, compressors, inspector testconnections, or otherelements of thesprinkler systemasnow Installed areor willbe corrected so astobeacceptabletothe insuranceand anyother authorityhavingjurisdictionwhenequippedwiththeMaireSecurity'ssignaling devices and to furnish any necessary water through theSubscribers meter and at the Subscriber'sownexpense. 2. ifAUTOMATICRRE ALARM SERVICE is fumshed, the Subscriberagrees to Install hoods or protection devices necessaryto prevent false alarmsat hisoritsexpense overallareaswhereweiding, open hearth, manufacturing processes oranyheatcondition exists or occurs which might actuate thefire detecting system. 3. If BURGIARALARM SERVICE Isfurnished, the Subscriber agrees: tofollow properoperating procedures andto usethe equipment properly; totestany ultrasonic, microwave, capadtance or other electronic equipment designated on the Schedule ofProtection according to the procedures prescribed by Mahe Security priorto setting the alarmsystemforclosedperiodsandtonotifyMacreSecuritypromptlyifsuchequipmentfagstorespondtothetestifMaireSecurity's representative Issent tothe SubscribersprembesinresponsetoaservicecaloralarmsignalcausedbytheSubscriberimproperlyfollowingoperatinginstructionsorfailingordoseorproperlysectreaprotectedpoint, thereshal beanadditional service chargetothe Subscriber; thatanyvaultto be protected hereunder bysoundorvibration detectorshasthe minimum charaeteristiapresabedbyUnderwritersLaboratories, Inc; that ailweb, doors, skylights, windows and otherelements of the premises as nowconstructed, ortobe constructed, areorwillbeplacedInsuchcondition, at Subscribers expense, asto permit proper installation and operation ofthe burglaralarmsystem whenequipped withMaire Securitydevices. 4. If AUTOMATIC SUPERVISORY SERVICE is furnished, Subscriber agrees to execute and deliver to Maire Security mitten instructions forthe settings at which automaticsignalingdevicesInstalledbyMaireSecuritysialoperate. Subscriber hereby authorizes and empowers Maire Security to perform or awe to be performed the work necessary to install, maintain, inspect, test, and repair thesystemshitspremises. Suchworkshal beperformed between the hours of &00A.M. and 500 P.M. on normalbusiness days, a dudlrg Saturdays, Sundays and holidays; anyadditIordl omeroeresultingfromthe performance ofsuch workduring excludedtimeperiods atSubscriber'srequest, orfrom useofoutside contractorsforany reasonfortheperformanceofanysuchworkthatbnorrnalyperformedbyMaireSecurity, shall be paid by Subscriber. Subscriberfurther authorizes Maire Security to make orsetabemede, atSubscribe'sexpense, anychangesInoralteratbrutoSaki systems requested bySubscrberor by the insuranceratil%organttytlon haulingjurisdiction, or Made twassaryby any changes In Subsalber'g premises, Including changes In Interiors, contents, environment and other changes affecting the performance ofspascontrolorothersystems; Subscribershall give Maire Security priorwritten notice of anysuch changes in Subscriber's premises. Theexpense ofail ordinary maintenanceandrepairofleasedsystemsduetonormalwearandtearshallbebornebyMaireSecurity; the expanse ofany extraordktary maintenance and repair ofsaldsystems dueLobs ribeestions S ofthe Subscriber's premises, damage to such premises or to the alarmsystemor to any other causebeyondthe control ofMahe Security, shall be borne bySuershallprovideelectricalpermits. Ifrequired, and current at pointsdesignated by Mabe Security through Subscribers own meterandetSubsalber'sownexpense. 6. Subscriber hereby authorizes Make Security, upon 30 days written notice to Subscriber, to remove or abandon said systems, in whole or in part, including alt device% Instruments, appliances, and all abinets, conduits, connections, foe, screens, springs, tubing, wires and anyothermaterials assodated therewith. upontermination ofthisagreementbylapseoftime, defaultin the payment ofany monies due hereunder, orotherwise, vv thout any obligation torepairorredecorate anyh of dcrb ypremises; andItiagreed that such abandonmentorremoval shalnotconstitute a waiverofthe rightsofMake to collect which accruedaccruehereunder. MaireSeartty agrees that itshall beresponsiblefor dby systems and assaclatedequipment, ifsuch bduetotheSOWnegggenaofMsirc ' damage caused the remomelofits Security, its agents oremployees Insaid removal, M an amount notto exceedthe price paid bySubscriberforthe term of the agreement. Upontermination for non-paymentofany auntsdue hereunder, in additiontofullcharges accrued forservices rendered, there shag immediately become due and payablefullchargesuntiltheendoftheternofthisagreement. If Maire Security engages theservices ofan attorney Inthe colectlon of overdue accounts, the payment ofreasonableattorneysfeesattributabletheretoshalbecomeanobligationoftheSubsaibmartoMaireSuwrirytotheextentpermittedbyhue. 7. Make Security reserves the fightto terminate this agreementatanytime on written notice, on the happening ofany ofthefollowing events. (a) Madre Security Is unabletestamreortoretaintheconnectionsorprivilegesnecessaryforthetransmissionofsignalsbetweentheSubscriber'spremisesandthemunicipal (ireorponce department% or other places; (b) the receiving equipment, conectlng wires or.systems within the Subsabers premises belo gta to Maire Securtty are destroyed byfire or othercatastrophe, or so substantially damaged that it Is impractical to imbue service; (c) if Subscriber does notfollow proper operating procedures or does not use theequipmentproperly. Any suchtermination shal not subject Make Securityto liability forany damages, Including but not limited toconsequential damages; however, anyadvancepaymentmadeforservicenotyetrenderedattheeffectivedateofsuchterminationshalberefundedtotheSubaaber, amcept for an amount equal to anyinstallationcostspreriouslyincurred. Tills agreement maylikevAse beterminatad by Subscrber !fits premesaresodestroyed ordamaged providedthat itpaysany unpaidbabncaoftheinstallationchargeandofthechargesaccruedhereunderforservicerenderedpriortotheeffectivedateoftermination. 8. MateSecurity stall not be gableforanydelays however caused in Installation ofthe systems, or Intsrr pdons ofservicecaused bystrikes. riots, floods, acts ofGod orbyanyeventbeyondthecontrolofMaireSecurity, and will not be required to furnlsh servicetoSubscriberwhileanywin interruption shal continue. 9. The obligation ofMakeSearnty to provide service relatesto the maintenance solely ofthe alarm systemspedfled intheSchsdhde ofProtection and Male Security is notobligatedtomaintain, repair, service, replace, operateorassurethe operationofanydevice, systemor property belongingto Subscriberontoanythirdpartyto which suchspecifiedareattached. inorderto protectSubscriberfromliabilityfordamage to, ordestructionof, Maire Security'ssystems, Subscribershag suchindudesusystemsinrageproddedinItslabilityandfireksurancepogda. 10. Make Security shall havethenett to increase or decrease the annualservice charge provided above at anytime, ortimes afterthe expiration ofone yearfrom the dateserviceisoperativeunderthisAgreement, upon givingSubsahber written notice 60 days len advance of the effective date ofsuch increase or decrease. If Subscriber 1survlltgtopaysuchincreasedchargeSubsabermayterminatethethenunexpiredtermofthisAgreementbynotifyigMaireSecurityInwriting30dayspriortotheotherIseeffectivedateoftheincrease, and by paying all accrued charges forservice rendered until such date. Any advance payments madeforserviceto be suppliedsubsequenttothedateofsuchterminationshallberefundedtoSubscriber. it This agreement Is not assignable by Subscriber except upon the priorwritten consent ofMaire Security. 12. Thio agreement is not binding unless approved In writing by an Authorized Representative of Maire Security. if such approval is not obtained, the only Nobility of MaireSecurityshallbetoreturntoSubscribertheamount, Ifany, paid to MetreSecurity upon the signingofthisagreement by ItsSales Representative. 13. Thiswriting (together with any individually signed separate serviategreanents and riders pertaining tothis agreement) is Intended by the parties asthe final expressionoftheiragreementwithrespecttothesubjectmattercontainedhereinandalsoasthecompleteandexdusivestatementofthetentsofsuchagreement, notesanyprior, contemporaneous or subsequent purchaseorder or otherdocument relatingtosaidsubject matter. There is no courseofdealing orusageofthetrade that wouldsupplementorconflictwithitsterms. This agreement may only beamended Inwritingsigned bybothparties. 14. Signals received hereunderwill be called to the municipal pollee and/or fire departments and the personnel ofsuch munidpal police and/orfire departments arenottheagentsofMaireSecuritynordoesMaireSecurityassumeanyresponsibilityforthemannerinwhichtheyrespondoractonthem. CITY OF CLEARWATER SIGNATURE PAGE Countersigned: Mayor By: Approved as to form: Attest: Matthew J. Mytyclx, Esq. Assistant City Attorney CITY OF CLEARWATER, FLORIDA, A Florida municipal corporation. e -p Jon P. Jennings City Manager Rosemarie Call City Clerk City of Clearwater - Active Alarms Maire Company Security October 1, 2022 - September 30, 2023 Account Number Building / Property Monthly Cost Annual Cost Security Fire Other Devices/ Services 15000132 City of Clearwater 580 Office 45. 00 540. 00 X X 15005003 City of Clearwater Armory/ Special Events 130. 00 1, 560. 00 X X Digital Back- up 15007009 City of Clearwater Beach Recreation Center & Library 110. 00 1, 320. 00 X Patron Counter Cell Back- up 15005056 City of Clearwater City Hall Downtown 60. 00 720. 00 X X 2 - Panic Buttons Digital Back- up 15005042 City of Clearwater Coachman Marina 45. 00 540. 00 X 1 - Panic Button Digital Back- up 15005541 City of Clearwater Countryside Library 295. 00 3, 540. 00 X X Patron Counter 1- Panic Button Full Data Cell 15000465 City of Clearwater Countryside Recreation Center 45. 00 540. 00 X 15005085 t City of Clearwater Countryside Sports Complex 130. 00 1, 560. 00 X ' X Digital Back- up 15005018 City of Clearwater Eddie C. Moore Field 110. 00 1, 320. 00 X X Elevator Recall 15005082 City of Clearwater FDOT Building 75. 00 900. 00 X Digital Back- up 15000486 City of Clearwater Fire Station # 44 155. 00 1, 860. 00 X 5 - CO2 Detectors Elevator Monitor Elevator Recall 15000406 City of Clearwater Fire Station # 45 325. 00 3, 900. 00 X Elevator Recall 5 - CO2 Detectors 15007423 City of Clearwater Fire Station # 46 Modular 225. 00 2, 700. 00 15000475 City of Clearwater Fire Station # 48 45. 00 540. 00 X 6 - CO2 Detectors 15000418 City of Clearwater Fire Station # 48 Training Center & EOC 95. 00 1, 140. 00 X 15007449 City of Clearwater Fire Station # 49 45. 00 540. 00 X StarLink Cell 15000434 City of Clearwater Fire Station # 50 175. 00 2, 100. 00 X X CO2 Detectors StarLink Cell 15005567 15007451 City of Clearwater Fire Station # 51 80. 00 45. 00 960. 00 540. 00 15000631 City of Clearwater Garden Avenue Parking Garage 45. 00 540. 00 X 15000401 City of Clearwater Garden Avenue Parking Garage 50. 00 600. 00 X 15005547 City of Clearwater Gas Complex Buiding A 395. 00 4, 740. 00 X X Full Data Cell 15005546 City of Clearwater Gas Complex Buiding C 80. 00 960. 00 X X Full Data Cell 15005510 City of Clearwater General Services 50. 00 600. 00 X Full Data Cell 1500551089 City of Clearwater General Services A/ C Shop 25. 00 300. 00 X Full Data Cell 1500551087 City of Clearwater General Services Electrical Shop N 25. 00 300. 00 X Full Data Cell 1500551083 City of Clearwater General Services Fire 50. 00 600. 00 X Covers all of GS Except Wood Shop 1500551081 City of Clearwater General Services Main Area 90. 00 1, 080. 00 X Digital Back- up Temperature Alarm in Server Room Full Data Cell 1500551088 City of Clearwater General Services North Storage 25. 00 300. 00 X Full Data Cell 1500551086 City of Clearwater General Services Police/ SWAT Area N 25. 00 300. 00 X Full Data Cell 1500551082 City of Clearwater General Services Radio Shop 25. 00 300. 00 X Full Data Cell 1500551084 City of Clearwater General Services Woodshop West 25. 00 300. 00 X Full Data Cell 15005543 City of Clearwater Health Center 75. 00 900. 00 1 - Panic Button 15000136 City of Clearwater Infrastructure - A Supervisor Building 40. 00 480. 00 X 15005057 City of Clearwater Infrastructure - B Administration Office 45. 00 540. 00 X Digital Back- up 15005079 City of Clearwater Infrastructure - C Meter Shop/ Offices 65. 00 780. 00 X Digital Back- up 15000139 City of Clearwater Infrastructure - D Storage 40. 00 480. 00 X 15005540 City of Clearwater Infrastructure - E Signal & Sign Shop 100. 00 1, 200. 00 X Full Data Cell 15000138 City of Clearwater Infrastructure - F Welding Shop 40. 00 480. 00 X 15000137 City of Clearwater Infrastructure - G Equipment/ Storage 50. 00 600. 00 X 15005571 City of Clearwater Jack Russell Stadium 135. 00 1, 620. 00 X Elevator Recall Elevator Monitor Full Data Cell 15000439 City of Clearwater Joe DiMaggio Complex 45. 00 540. 00 X Elevator Recall 15005549 City of Clearwater Kings Highway Recreation Center 80. 00 960. 00 X X Full Data Cell 15000407 City of Clearwater Main Library - Fire 45. 00 540. 00 X Leased Dialer 15005068 City of Clearwater Main Library - Security 150. 00 1, 800. 00 X 6 - Panic Buttons Patron Counter Digital Back- up Video Intercom Access 15000209 City of Clearwater Marina Fuel Dock 40. 00 480. 00 1 - Panic Button 15005074 City of Clearwater Marina Office 50. 00 600. 00 X X 1 - Panic Button Digital Back- up 15000416 City of Clearwater Marshall Street Treatment Plant 45. 00 540. 00 X Elevator Recall 15005078 City of Clearwater McMullen Tennis Center 85. 00 1, 020. 00 X Digital Back- up 15005011 City of Clearwater Moccasin Lake Classrooms 45. 00 540. 00 X Digital Back- up 15005081 City of Clearwater Moccasin Lake Welcome Center 45. 00 540. 00 X Digital Back- up 15005083 City of Clearwater Morningside Rec Center 285. 00 3, 420. 00 X X Digital Back- up 15000420 City of Clearwater MSB - Fire 65. 00 780. 00 X Leased Dialer Elevator Monitor 15005507 City of Clearwater MSB - Security 125. 00 1, 500. 00 X 5 - Panic Buttons Temperature Alarms In Server Room & UPS Room Full Data Cell 15005076 City of Clearwater N Greenwood Library 55. 00 660. 00 X X Patron Counter Digital Back- up 15005006 City of Clearwater N Greenwood Rec Center 60. 00 720. 00 X Digital Back- up 15000415 City of Clearwater N. E. Water Pollution Plant 45. 00 540. 00 X Elevator Recall 15000485 City of Clearwater North Greenwood Rec Center 45. 00 540. 00 X 15005525 City of Clearwater North Ward 80. 00 960. 00 X Full Data Cell 15005061 City of Clearwater Nursery 45. 00 540. 00 X Digital Back- up 15005545 City of Clearwater PBI - East Area 80. 00 960. 00 X Full Data Cell 15005548 City of Clearwater PBI - West Area 80. 00 960. 00 X Full Data Cell 15005002 City of Clearwater Pier 60 Bait House 50. 00 600. 00 X X 1 - Panic Button Digital Back- up 15005009 City of Clearwater Pier 60 Parking/ Lifeguard 130. 00 1, 560. 00 X X Digital Back- up 15000427 City of Clearwater Pierce Street Garage 50. 00 600. 00 X 15000403 City of Clearwater Police Department - Beach 50. 00 600. 00 X Elevator Monitor 15000451 City of Clearwater Police Department - Downtown 45. 00 540. 00 X Leased Dialer 15005004 City of Clearwater Police Department - MLK 95. 00 1, 140. 00 X X Full Data Cell 15005054 City of Clearwater Police Impound Lot Countryside 55. 00 660. 00 X X Digital Back- up 15005005 City of Clearwater R. O. # 2 ( U. S. 19) 285. 00 3, 420. 00 X X Elevator Recall Digital Back- up Knox Box Alarm 15005520 City of Clearwater R. O. # 1 - N Building ( Saturn) 80. 00 960. 00 X Full Data Cell 15005080 City of Clearwater Radio Tower - North 50. 00 600. 00 X X Temperature Alarm Smoke Detector Digital Back- up 15000240 City of Clearwater Radio Tower - South 45. 00 540. 00 X Temperature Alarm 15000404 City of Clearwater Rec West Area - Long Center 180. 00 2, 160. 00 X 15005521 City of Clearwater Reservoir # 1 ( Saturn) 80. 00 960. 00 X Full Data Cell 15005017 City of Clearwater Reservoir # 3 ( 580) 45. 00 540. 00 X Digital Back- up 15005053 City of Clearwater Ross Norton Rec Center 60. 00 720. 00 X Digital Back- up 15000433 City of Clearwater Ross Norton Rec Center 45. 00 540. 00 X Leased Dialer 15000408 City of Clearwater Seminole Boat Ramp 65. 00 780. 00 X Elevator Recall Elevator Monitoring 15005016 City of Clearwater Sid Lickton Field 140. 00 1, 680. 00 X X Elevator Recall Elevator Monitor Digital Back- up 15005513 City of Clearwater Solid Waste - Scale Building 110. 00 1, 320. 00 X X Full Data Cell 15005514 City of Clearwater Solid Waste - Tipping Building 295. 00 3, 540. 00 X X Full Data Cell 15005062 City of Clearwater Solid Waste Maintenance Building B 45. 00 540. 00 X Digital Back- up 15005012 City of Clearwater Solid Waste Office Building A 50. 00 600. 00 X Digital Back- up 15000409 City of Clearwater Union Street Station 45. 00 540. 00 X 15000476 City of Clearwater WPC Lab 100. 00 1, 200. 00 X 15005051 City of Clearwater WPC Lab 45. 00 540. 00 X Digital Back- up TOTAL 7, 570. 00 90, 840. 00 System Off - Line 12/ 2/ 2021 System Off - Line 4/ 20/ 2022 System Off - Line 6/ 2/ 2022 15005542 City of Clearwater Gas Office - New Port Richey 95. 00 1, 140. 00 15007446 City of Clearwater Fire Station # 46 40. 00 480. 00 15005008 City of Clearwater Police Department Pistol Range Trailer 60. 00 720. 00 2, 340. 00 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9728-23 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Approve a referendum question to present to electors to amend the City Charter and Code of Ordinances providing for a run-off system of elections beginning in 2026, set the date of the referendum election for March 19, 2024, and pass Ordinance 9728-23 on first reading. SUMMARY: On September 5, 2023, a majority of the City Council directed the City Attorney to create ballot language proposing a run-off system of elections in Clearwater. As directed by the council majority, the ballot language also proposes new election dates beginning in the year 2026. The ballot question, if approved by Council, will be submitted to Clearwater voters at the March 19, 2024 election. Page 1 City of Clearwater Printed on 10/10/2023 Ordinance No. 9728-23 ORDINANCE NO. 9728-23 AN ORDINANCE PROPOSING AN AMENDMENT TO THE CITY CHARTER, CHANGING THE DATE OF CLEARWATER’S MUNICIPAL ELECTION, BEGINNING IN 2026, TO COINCIDE WITH STATE AND FEDERAL PRIMARY ELECTIONS, CREATING A RUN-OFF ELECTION FOR EACH SEAT IN WHICH NO CANDIDATE RECEIVES MORE THAN FIFTY PERCENT OF THE VOTE IN THE MUNICIPAL ELECTION, AND MODIFYING THE DATES FOR CANDIDATE QUALIFICATION, COMMENCEMENT AND EXPIRATION OF OFFICE, AND OTHER TIME PERIODS AS NECESSARY. WHEREAS, Article VIII, § 2(b) of the Florida Constitution requires that all municipal officers be elected by the people; and WHEREAS, Clearwater’s City Charter uses a plurality system, in which the candidate receiving the greatest number of votes is elected; and WHEREAS, this system can create outcomes in which a candidate supported by far less than fifty percent of Clearwater voters is nevertheless elected to office; and WHEREAS, the Clearwater City Council finds that credibility and trust in the democratic process is enhanced by a system in which each elected official enjoys the support of a majority of voters who participate in the election process; and WHEREAS, the City of Clearwater is the most populous city in the Gulf Coast region that allows a candidate to take office without receiving a majority of the votes cast in any election; and WHEREAS, Florida Statute § 101.019, enacted by the Florida Legislature in 2022, prohibits local government from using ranked choice voting as a method by which a majority winner can be identified; and WHEREAS, the Pinellas County Supervisor of Elections has advised the City of Clearwater that her office is able and willing to support any required run-off elections, if the City aligns its election schedule with state and federal elections; and WHEREAS, the Clearwater City Council expects to increase voter participation and reduce costs for the City by aligning its election schedule with state and federal elections; and WHEREAS, the creation of a run-off system as proposed in this ordinance will not take effect unless Clearwater voters approve the proposed charter amendments at a referendum; now therefore 2 Ordinance No. 9728-23 BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The foregoing prefatory clauses are hereby fully incorporated herein as findings of the City Council. Section 2. In furtherance of creating a run-off system and changing the dates of Clearwater elections, as described in Section 8 of this ordinance, it is hereby proposed that Section 2.03 of the City Charter be amended as follows: Section 2.03. - Election and terms. Commencing with the terms beginning in 2008, all council members, including the mayor, shall be elected for terms of four years. Terms shall overlap, with two council members and the mayor elected one year, and the additional two council members elected two years later. No person who has, or but for resignation or forfeiture of office would have, served as a council member for two consecutive full terms shall serve as a council member other than mayor for the succeeding four-year term. No person who has, but for resignation or forfeiture of office would have, served as mayor for two consecutive full terms, shall serve as mayor or council member for the succeeding four-year term. Term limits shall be effective for each respective seat on the date of the next election for that seat after 1994. Notwithstanding the previous paragraphs, any councilmember, including the mayor, elected or reelected to seats 1, 2, or 3 during the March 2024 election shall take office the next business day following certification of city election returns. Each of these councilmembers shall serve in office until the third Tuesday in November of 2028. This paragraph is intended to ensure an orderly transition by preventing three vacancies in office that would otherwise persist between March of 2028 and the third Tuesday in November of 2028. In addition, the council members serving in seats 4 and 5 as of March 19, 2024, shall have their current terms in office extended from their anticipated expiration in March of 2026 until the third Tuesday in November of 2026. This paragraph is intended to ensure an orderly transition by preventing two vacancies in office that would otherwise persist between March of 2026 and the third Tuesday in November of 2028. Beginning in 2026 and any time thereafter, newly elected or reelected council members, including the mayor, shall take office the third Tuesday in November, at which time their four-year term shall commence. Section 3. In furtherance of creating a run-off system and changing the dates of 3 Ordinance No. 9728-23 Clearwater elections, as described in Section 8 of this ordinance, it is hereby proposed that Section 2.07 of the City Charter be amended as follows: Section 2.07. - Vacancies; forfeiture of office; filling vacancies; advisory boards. **** (c) Filling of vacancies; vacancy in council member's seat. 1. A vacancy on the council should be filled by majority vote of the remaining council members within 30 days after the vacancy. The person so appointed shall serve as a council member for the remainder of the unexpired term of office. 2. If the council member fails to fill such vacancy within 60 days after it occurs, a special election shall be called to fill the unexpired term. A special election shall not be necessary if an election for that council member’s seat is already scheduled to occur within 60 days of the vacancy. 3. Any person appointed to fill such a vacancy shall possess all the qualifications required of a council member by law. ****Section 4. In furtherance of creating a run-off system and changing the dates of Clearwater elections, as described in Section 8 of this ordinance, it is hereby proposed that Section 8.05 of the City Charter be amended as follows: Section 8.05 – Elections. (a) Council positions. All members of the city council shall be elected at large. The candidate receiving the majority of votes cast for that seat in the Regular City Election shall be elected. (b) Regular City Elections. Commencing in the year 2026, Regular City Elections shall be held in August of even-numbered years, in conjunction with the primary election described in Florida Statute 100.061 or its successor statute. (c) Special elections. Special municipal elections may be called by the council at any time for such purposes as are authorized by law. (d) The Pinellas County Canvassing Board shall serve as the City of Clearwater's canvassing board, unless otherwise provided by ordinance. (e) Run-off Municipal Elections. Commencing in the year 2026, for each seat in which no candidate receives a majority of votes cast for that seat in the Regular City Election, then the two candidates for that seat that received the highest number of votes in the Regular City Election shall run against each other in a Run-off Municipal Election. Any Run-off Municipal Election, if required, shall be held in November of even-numbered years, in conjunction with the state and federal general election 4 Ordinance No. 9728-23 described in Florida Statute 100.031 or its successor statute. Following the Run-off Municipal Election, the candidate receiving the majority of the votes cast for that seat in the Run-off Municipal Election shall be elected. (f) Any candidate for city council elected in either a Regular City Election or the Run-off Municipal Election shall commence their term in office on the day or date described in Section 2.03 of the City Charter. Section 5. In furtherance of creating a run-off system and changing the dates of Clearwater elections, as described in Section 8 of this ordinance, it is hereby proposed that Section 14.02 of Code of Ordinances be amended as follows: Section 14.02. – Regular elections. (a) Regular municipal elections shall be known as Regular City Elections. Regular City Elections shall be held in August of even-numbered years, as described in Section 8.05 of the City Charter. (b) Early voting shall be authorized for both Regular City Elections and Run-off Municipal Elections to the maximum extent allowed by the Florida Election Code and the Pinellas County Supervisor of Elections. Section 6. In furtherance of creating a run-off system and changing the dates of Clearwater elections, as described in Section 8 of this ordinance, it is hereby proposed that Section 14.03 of Code of Ordinances be amended as follows: Sec. 14.03. - Method and manner of election. (1) Seats on the city council shall be numbered, and the candidate receiving the majority of votes among the candidates for that seat shall be elected in the Regular City Election. For each seat in which no candidate received a majority, a Run-off Municipal Election shall be held as described in Section 8.05 of the City Charter. (2) The mayor seat shall be number 1, the seats for the terms which expired in 1986 shall be numbers 4 and 5, and the seats for the terms which expired in 1987 shall be numbers 2 and 3. (3) Except to the extent provided in Section 2.03 of the City Charter, the election for seats 4 and 5 shall be held in 2010 and every fourth year thereafter, and the election for seats 1, 2, and 3 shall be held in 2012 and every fourth year thereafter. (4) Vacancies occurring on the city council between regularly scheduled elections shall be filled in accordance with the City Charter. Section 7. In furtherance of creating a run-off system and changing the dates of Clearwater elections, as described in Section 8 of this ordinance, it is hereby 5 Ordinance No. 9728-23 proposed that Section 14.41 of Code of Ordinances be amended as follows: Sec. 14.41. - Qualification for candidacy. **** (7) Candidates may file qualifying papers with the city clerk during regular business hours at the city hall during the qualifying period, which begins at 8:00 a.m. on the first Monday in May of even-numbered years, and ends at 5:00pm on the second Friday thereafter. Any candidate may withdraw from nomination, but no fee will be refunded. Section 8. A special City election is hereby called and will be held on March 19, 2024, for the consideration by the voters of the City of Clearwater of the proposed Charter Amendment. The question to appear on the referendum ballot shall be as follows: Creating an election run-off system and changing Clearwater’s election dates to make that system possible Shall the City of Clearwater charter be amended to require a run-off election, beginning in the year 2026, for each Council seat in which no candidate receives more than 50% of the vote in the regular city election? As described in City Ordinance 9728-23, this amendment will also change Clearwater’s regular election from March of even-numbered years to August of even-numbered years. The run-off elections, when necessary, will be held in November of even-numbered years. Yes ____________ No _____ Section 4. The City Clerk is directed to notify the Pinellas County Supervisor of Elections that the referendum item provided above shall be considered at the regular election to be held on March 19, 2024. Section 5. This ordinance and the amendments to the City Charter provided for herein shall take effect only upon approval of a majority of the City electors voting in the March 2024 referendum election on these issues and upon the filing of the Amended Charter with the Secretary of State. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ 6 Ordinance No. 9728-23 READING AND ADOPTED ___________________________ Brian Aungust, 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: ID#23-1251 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: Council Work Session Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Discuss revisions to artificial turf ordinance. SUMMARY: At its September 21, 2023 City Council meeting, City Council requested further discussion regarding artificial turf. Attached is a memo detailing the Code provisions prohibiting the use of artificial turf in the city of Clearwater. Additional information will be provided during the meeting. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 10/10/2023 1 TO: Ella Crandall, Development Review Manager Rebecca Mulder, Code Compliance Manager FROM: Gina L. Clayton, Planning and Development Manager DATE: September 19, 2023 RE: Zoning Interpreta�on - Ar�ficial Turf This zoning interpreta�on is issued to specify and interpret the City of Clearwater Community Development Code (the “CDC”) provisions that provide the basis for the City’s prohibi�on of ar�ficial turf. The CDC provisions that have been reviewed in developing this interpreta�on are from the code's property maintenance, landscaping, and defini�on sec�ons. Article 3, Division 15 Property Maintenance Standards Code Section 3-1502.H.2 – Any portion of a lot not covered by a building or structure or otherwise devoted to parking, a service drive or a walkway shall be landscaped with grass or other appropriate ground cover and shall be maintained in a neat and orderly manner. Code Section 3-1502.H.3 - All landscape materials, including turf, shrubs, and trees, whether required or optional, shall be maintained in a healthy live condition so as to present a neat and attractive appearance and so as to discourage the accumulation of trash or debris and/or infestation by pests. The above CDC sec�ons prescribe the use of live landscaping materials for areas not occupied by buildings, structures, or pavement. CDC Sec�on 3-1502.H.3 specifically provides that “turf” shall be maintained in a healthy living condi�on. Ar�ficial turf is man-made and is not in a living condi�on. Article 3, Division 12 Landscaping/Tree Protection Section 1202.B. Plant material specifications. Except as provided in subsection (8) below, plant materials which are utilized to satisfy the landscaping required by this development code shall comply with the following minimum standards: 1. Minimum plant material standards: PLANT SIZE (at installation) OTHER REQUIREMENTS Shade Tree 10' height 2.5" caliper All materials shall be Florida Grade #1, and be planted a minimum of five feet from any impervious area. Accent Tree 8' height 2" caliper 2 accent trees = 1 shade tree; unless overhead lines are unavoidable; no more 2 than 25% of required trees may be accent trees. All materials shall be Florida Grade #1. Palm Tree 10' clear trunk Can be used to satisfy 75% of tree requirements on Beach, Sand Key & Island Estates, 25% elsewhere in the City. Staggered clusters of 3 palm trees = 1 shade tree, except for specimen palm trees such as: phoenix canariensis (canary island date palm), phoenix dactylifera (edible date palm) and phoenix reclinata (senegal date palm), which count as shade trees on a 1:1 ratio. All materials shall be Florida Grade #1. Ground Cover 1 gallon minimum - planted a maximum of 24" O.C. Encouraged in lieu of turf to reduce irrigation needs. Turf N/A Turf areas should be consolidated and limited to areas of pedestrian traffic, recreation and erosion control, and shall be a drought tolerant species. Turf is included in the above plant material standards with specific standards provided as to what species are permissible. This sec�on confirms that turf used in the City needs to be a live plant. CDC Sec�on 3- 1202.B.2. provides for excep�ons to the general landscaping standards. 2. Exceptions. a. Single-family detached and two-family attached dwellings. The above size requirements with regard to shade trees and accent trees shall not be applied to single-family detached dwellings and two-family attached dwellings. For those uses shade trees shall have minimum height of eight feet and minimum caliper of two inches, and accent trees shall have minimum height of six feet and minimum caliper of one inch. b. Parks and athletic fields. Artificial turf may be used in lieu of plant materials in parks and athletic fields. CDC Section 3-1202.B.2.a carves out landscaping exceptions for single-family and two-family dwellings for trees but does not provide any exceptions for the use of living turf. The only reference to artificial turf within the CDC can be found under CDC Section 3-1202.B.2.b. This section specifically provides an exception to the use of living turf by allowing the use of artificial turf only in parks and athletic fields. If artificial turf was permitted, an exemption to allow it in limited circumstances would not be necessary. Based on these CDC sections, artificial turf is prohibited within the City with the very limited exception of use at parks and athletic fields. Ar�cle 8, Defini�ons and Rules of Construc�on Section 8-102 states Landscaping means grasses, ground covers, vines, shrubs, trees and inanimate durable material such as organic mulches. This definition does not include the term “turf” but that term is specified in Section 3-1202.B.1 to be a plant material under the City’s general landscaping standards. Inanimate durable material does not 3 include artificial turf being that turf in the context of the CDC is a live plant material. Furthermore, as previously indicated, artificial turf is only permitted at parks and athletic fields. It should be noted that in the past, at least two proper�es have been found to have violated the CDC by the City’s municipal code enforcement board for the use of ar�ficial turf. In addi�on, the Clearwater City Council considered amendments to the Community Development Code in 2011 to allow the use of ar�ficial turf and decided not to move forward with any changes. According to City Council minutes, a major goal of the 1999 Community Development Code was citywide beau�fica�on through tree protec�on and expanded landscaping provision. As evidenced in the CDC provisions cited above, the CDC focuses on the use of healthy living plant materials. This goal was further cemented when the City Council approved an exemp�on for the use of ar�ficial turf only for parks and athle�c fields. Based on the above code sec�ons and the intent of the CDC, the use of ar�ficial turf is prohibited in the City with limited excep�ons. . ENH1348 https://doi.org/10.32473/edis-EP612-2021 Synthetic Turfgrass and the Nine Principles of Florida- Friendly Landscaping™1 Jason Kruse, Bryan Unruh, Jennifer Marvin, Tom Wichman, Lynn Barber, Norma Samuel, John Bossart, Claire Lewis, and Esen Momol2 1. This document is ENH1348, one of a series of the Environmental Horticulture Department, UF/IFAS Extension. Original publication date December 2021. Visit the EDIS website at https://edis.ifas.ufl.edu for the currently supported version of this publication. 2. Jason Kruse, associate professor, Environmental Horticulture Department; Bryan Unruh, professor and associate center director, Environmental Horticulture Department, UF/IFAS West Florida Research and Education Center, Jay, FL; Jennifer Marvin, statewide FYN coordinator, UF/IFAS Florida-Friendly Landscaping™ Program; Tom Wichman, assistant director and statewide GI-BMP coordinator, UF/IFAS Florida-Friendly Landscaping™ Program, UF/IFAS Center for Land Use Efficiency; Lynn Barber, program county Extension agent II, Florida Friendly Landscaping™, UF/IFAS Extension Hillsborough County; Norma Samuel, Extension agent IV, PhD, Florida Friendly Landscaping™ and urban horticulture, UF/IFAS Extension Sumter County; John Bossart, Extension program manager, UF/IFAS Florida-Friendly Landscaping™ Program; Claire Lewis, statewide FFC coordinator, UF/IFAS Florida-Friendly Landscaping™ Program; and Esen Momol, director, UF/IFAS Florida-Friendly Landscaping™ Program; UF/IFAS Extension, Gainesville, FL 32611. The Institute of Food and Agricultural Sciences (IFAS) is an Equal Opportunity Institution authorized to provide research, educational information and other services only to individuals and institutions that function with non-discrimination with respect to race, creed, color, religion, age, disability, sex, sexual orientation, marital status, national origin, political opinions or affiliations. For more information on obtaining other UF/IFAS Extension publications, contact your county’s UF/IFAS Extension office. U.S. Department of Agriculture, UF/IFAS Extension Service, University of Florida, IFAS, Florida A & M University Cooperative Extension Program, and Boards of County Commissioners Cooperating. Andra Johnson, dean for UF/IFAS Extension. Introduction Homeowners in Florida are offered many different species and cultivars of natural turfgrass to consider for their lawns, each offering varying levels of shade, maintenance, water, disease, and pest resistance, as well as differences in color, texture, and overall aesthetics. Recent additions to the list of available turfgrasses have benefited from extensive breeding programs to develop cultivars that need fewer inputs (e.g., water and fertilizer), have fewer pest problems, and require less mowing, all traits that contribute to their appropriate use in Florida-Friendly Landscaping™ (FFL) (Momol et al. 2021). However, in addition to these living turf options, some homeowners replace natural turfgrass with synthetic turf, also referred to as artificial turf. Originally developed as a durable, low-maintenance playground surface, synthetic turf is a manufactured product that utilizes synthetic fibers that mimic the aesthetic look of natural grass. Essentially outdoor carpet, artificial turf is typically composed of nylon, polypropylene, or polyethylene fibers connected to a reinforced backing material. While designed to imitate the look of natural turf, synthetic turf does not provide the ecosystem benefits of a natural turf system. This publication examines the properties of synthetic turf in relation to each of FFL’s nine principles. Florida-Friendly Landscaping™: The Nine Program Principles FFL protects Florida’s natural resources by conserving water, reducing waste and pollution, creating wildlife habitat, and preventing runoff and erosion (Momol et al. 2021). Landscapes in Florida can be Florida-Friendly if designed and maintained according to the nine Florida- Friendly Landscaping™ principles (FYN Handbook 2015). Each of the nine Florida-Friendly Landscaping™ principles are evaluated below as they relate to living turfgrass and its potential replacement by synthetic turf. 1. Right Plant, Right Place: FFL’s mission is to provide science-based information for creating resilient, sustain- able landscapes of living plants that have been specifically selected and appropriately installed so that they require little or no irrigation, fertilizer, or pesticide. Because synthetic turf is not alive, it does not meet the criteria 2Synthetic Turfgrass and the Nine Principles of Florida-Friendly Landscaping™ of a plant choice for an FFL landscape. As a living plant, natural turfgrass plays an important role in cooling the environment that synthetic turf cannot. Average surface temperatures of a natural turfgrass lawn have been reported to be as much as 70°F cooler than a dormant brown lawn and as much as 100°F cooler than synthetic turf surfaces. Higher surface temperatures increase the surrounding air temperatures and result in an increase in the energy required for mechanical cooling of adjacent homes and buildings. Caludio (2008) describes heat island effects generated by larger installations of synthetic turf. Living turfgrass also provides a root zone, which helps to filter and slow runoff and stop erosion. Syn- thetic turf cannot do this, because part of its installation requires compacting the earth below, increasing runoff beneath the synthetic turf. 2. Water Efficiently: Synthetic turf systems do not require supplemental irrigation; however, installations may require water use for different reasons. As mentioned above, synthetic turf can become excessively hot, with one author (Kruse) measuring surface temperatures on synthetic turf as high as 160°F. Because of these high temperatures, it is common for users to spray the surface with water to cool it for use, which may negate some of the perceived benefit from the system not requiring “ir- rigation.” In addition, many manufacturers recommend weekly wash downs of the artificial turf surface to remove contaminants such as dust and pet waste and its odor. These washings, especially those to remove pet urine, often use quite a bit of water because the waste must pass through the artificial turf, the underlying substrate, and the weed barrier before being carried away. This wash water will generally not infiltrate into the ground below because of soil compaction conducted before installation of the synthetic turf. As noted in The Ultimate Artificial Grass Maintenance Guide (neograss.co.uk): If your lawn has not been installed on a free-draining sub-base, then you may need to purchase one of the many artificial grass cleaning products available on the market that will remove the smell of urine and sanitize your lawn. Living turf, on the other hand, helps cool the environ- ment, absorbs pet urine, and does not require washing to remove odors or dust. Once established, living turf needs minimal water during times of drought. 3. Fertilize Appropriately: Synthetic turf systems do not require fertilization. However, the lack of a root system and its associated microbial community in synthetic turf systems eliminates the water filtration benefit that is gained through the installation of a living turfgrass system. 4. Mulch: In an FFL landscape, mulch is often incorporated within ornamental beds and around shrubs to maintain soil moisture and control weed growth. However, mulch application is not applicable to synthetic turf systems. 5. Attract Wildlife: An FFL landscape will often incorpo- rate elements that attract wildlife, including the instal- lation of host and pollinator plants to attract butterflies and native bees, as well as mixes of shrubs and trees that provide food, cover, and nesting opportunities for birds and other wildlife. This effect is amplified when natural wildlife preserves, and other green areas are adjacent or nearby. Research has shown that turfgrass lawns support an abundance of beneficial arthropods, such as beetles, bees and wasps, as well as worms, which in turn support larger wildlife such as birds and other ground-feeding wildlife (Shimat et al. 2020). Synthetic turf does not offer any benefits that attract or support wildlife. 6. Manage Yard Pests Responsibly: A fundamental component of FFL is using the appropriate combinations of plants (see FFL Principle No. 1: Right Plant, Right Place) maintained through proper irrigation and fertilizer protocols, so that yard pests are controlled with little or even no need for pesticide application. This holistic pest management approach forms the basis of integrated pest management, or IPM. As discussed above, while synthetic turf plays no role in attracting or supporting wildlife, it also does not contribute to the mix and balance of landscaping plants that promote IPM. 7. Recycle Yard Waste: FFL promotes the recycling of yard and landscape clippings into mulch and compost. This not only reduces the amount of yard waste that must be picked up curbside and transported for disposal, but yard waste converted to compost and used as fertilizer decreases the need for a homeowner to buy other fertil- izers, especially synthetic fertilizers. Because synthetic turf is primarily plastic, it does not directly generate yard waste such as leaf litter and clippings, although falling leaves that accumulate on the synthetic turf must still be removed to prevent wear and tear. More importantly, however, synthetic turf has a finite life span, perhaps 10 to 20 years depending on the quality of ongoing care includ- ing rinsing, removing leaves, and sanitizing. At the end of its life, the synthetic turf will need to be removed and replaced, with the ultimate disposal of the old synthetic turf most likely in a landfill. 3Synthetic Turfgrass and the Nine Principles of Florida-Friendly Landscaping™ 8. Reduce Stormwater Runoff: The primary base construc- tion for synthetic turf systems in residential landscapes involves removal of a portion (2"–3") of the topsoil followed by heavy compaction of the remaining soil to establish a firm, uniform base on which to install the synthetic turf product. This compaction reduces soil infiltration rates and increases the risk of runoff from the landscape. While it may be possible to use rain gardens, berms, and swales to retain runoff on the property, there remains a significant risk of increased runoff when compared to natural turfgrass, which has been shown to increase soil infiltration rates. A recent study by Simpson and Francis (2021) demonstrated that synthetic turf lawns had more runoff and decreased water retention compared to living turf lawns. A similar study (Chang et al. 2021) found that living turf provided greater runoff control than synthetic turf. a. In addition to runoff volume, synthetic turf runoff has been shown to contain zinc in concentrations that pose a potential risk to surface waters and aquatic organisms (Connecticut Department of Environmental Protection 2010). Another synthetic turf study in New York found that runoff water from rain or from spraying or misting contained some 25 different chemical species and four metals (zinc, selenium, lead, and cadmium) that were released into water from the rubber infill incorporated into the synthetic turf (Claudio 2008). b. In contrast to synthetic turf, a healthy, established natural turf system consists not only of the dense cover of the aboveground grass blades, but also an underlying deep, intricately intertwined root zone that can filter and absorb contaminants. Natural turf installations improve soil structure over time and as a result enhance water filtration and infiltration into the soil. A robust root zone with healthy soil will also absorb dissolved nutrients, decrease nutrient leaching into the underlying ground water, and sequester carbon. Because, by definition, synthetic turf systems do not consist of plant material, they have no capacity to provide these same ecosystem services as a living turf. 9. Protect the Waterfront: Synthetic turf systems lack the soil-stabilizing benefits offered by the rootzones of flood- tolerant plants that are typically found along the edges of water bodies. The presence of these plants protects the shoreline from erosion and has been documented as having a significant impact in reducing the concentration and amount of contaminates that enter bodies of water through stormwater runoff. Installation of a synthetic turf system along the edge of a water body increases the risk of soil erosion due to the lack of an established soil-stabilizing rootzone. In addition, the increased risk of runoff due to compaction of the soils during installation will increase the risk of pollutants reaching the water body that may have otherwise been caught/filtered out by the natural turfgrass system. Conclusions Protecting and preserving Florida’s water resources through sustainable landscaping practices on living landscapes is the primary focus of the Florida-Friendly Landscaping™Program. It strives to achieve this goal through implementation of nine principles designed to reduce the environmental impact of urban landscapes while creating wildlife habitat, preventing erosion, and reducing landscape-based contributions to landfills. When considering the use of a synthetic turf system in the urban landscape, it is important to understand all the potential en- vironmental impacts. Synthetic turf systems have not been shown to improve or create wildlife habitat, do not improve groundwater recharge, can heat excessively in the sun and, in more extensive installations, can cause a substantial heat island effect. In addition, synthetic turf generates higher stormwater runoff than natural turf and has been shown to leach a variety of contaminants, including both organic compounds and heavy metals. Finally, since synthetic turf is primarily plastic it has a finite lifespan and must eventually be disposed of in a landfill, a practice that is counter to the sustainability goals of the Florida-Friendly Landscaping™ Program. References Chang, B., B. Wherley, J. A. Aitkenhead-Peterson, and K. J. McInnes. 2021. “Effects of Urban Residential Landscape Composition on Surface Runoff Generation.” Science of the Total Environment 783:146977. https://doi.org/10.1016/j. scitotenv.2021.146977 Claudio, L. 2008. “Synthetic Turf Health Debate Takes Root.” Environmental Health Perspectives 116 (3): 117–122. https://doi.org/10.1289/ehp.116-a116 Connecticut Department of Environmental Protection. 2010. Artificial Turf Study, Leachate and Stormwater Char- acteristics, Final Report. The Florida Yards and Neighborhoods Handbook. 2015. https://ffl.ifas.ufl.edu/media/fflifasufledu/docs/FYN_Hand- book_2015_web.pdf 4Synthetic Turfgrass and the Nine Principles of Florida-Friendly Landscaping™ Joseph, S. V., K. Harris-Shultz, D. Jespersen, B. Vermeer, and C. Julian. 2020. “Incidence and Abundance of Bees and Wasps (Hymenoptera) in Centipedegrass Lawns in Georgia.” Journal of Entomological Science 55 (4): 547–559. https://doi.org/10.18474/0749-8004-55.4.547 Momol, E., M. Scheinkman, M. Thomas, T. Wichman, G. Hansen, C. Lewis, J. Marvin, L. Barber, T. Silvasy, T. Free- man, T. McIntyre, E. Brown, A. Peck, and J. Bossart. 2021. “What Is Florida-Friendly Landscaping™?” EDIS 2021 (4). https://doi.org/10.32473/edis-ep607-2021 Simpson, T. J., and R. A. Francis. 2021. “Artificial Lawns Exhibit Increased Runoff and Decreased Water Retention Compared to Living Lawns Following Controlled Rainfall Experiments.” Urban Forestry & Urban Greening 63:127232. https://doi.org/10.1016/j.ufug.2021.127232 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1270 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: Council Work Session Agenda Number: 11.2 SUBJECT/RECOMMENDATION: Provide direction on proposed Non-Profit/Charitable Funding Policy. SUMMARY: To provide a streamlined and transparent process for non-profit and charitable funding requests, staff seeks direction on the proposed funding policy: It is a policy of the City Council to provide fair and equitable grant funding to non-profit and charitable organizations. These organizations must provide services and activities that offer economic, social, medical, cultural, or educational benefits to Clearwater residents. It is important to limit the use of general funds as it is the primary source of revenue for all city operations. An amount not to exceed $70,000 of the proposed general fund budget will be considered available to provide support for grant requests. Grant requests will be eligible to receive a maximum of $5,000. The city will accept applications intended to augment the efforts of non-profit and charitable organizations to benefit Clearwater residents. Grant requests will be evaluated through an application review, ensuring all approved requests enter into agreements for specific measurable services and timeframes. Debt service is not a permissible use of these funds. Applications for Non-Profit/Charitable Grants will be made available online September 1 through October 31. To be eligible for funding, organizations must meet the following criteria: ·Tax exempt. ·Non-Profit (be able to provide 501(c)(3) status form). ·Provide evidence of insurance. ·Been in operation for a minimum of three years. ·Propose an activity or service that addresses one of the following strategic plan priorities: §Economic & Housing Opportunity - foster a prosperous and enduring economy that promotes opportunity for all. §Community Well-Being - ensure exceptional communities and neighborhoods where everyone can thrive. §Environmental Stewardship - implement proactive solutions and emerging technologies for a sustainable and resilient community. Staff will present the qualified applications to Council in December for approval. Applicants will Page 1 City of Clearwater Printed on 10/10/2023 File Number: ID#23-1270 provide a three-minute project overview. Grant agreements will be executed by January 31. Page 2 City of Clearwater Printed on 10/10/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1274 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: Council Work Session Agenda Number: 11.3 SUBJECT/RECOMMENDATION: Downtown Parking Update SUMMARY: Page 1 City of Clearwater Printed on 10/10/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1273 Agenda Date: 10/16/2023 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 13.1 SUBJECT/RECOMMENDATION: Discuss City Attorney and City Manager salaries. SUMMARY: The performance evaluation discussions for the City Attorney and City Manager were conducted by City Council at the October 5, 2023 council meeting. The council discussion concerning salary is conducted at the subsequent meeting. Page 1 City of Clearwater Printed on 10/10/2023 By Population: Clearwater ‐ 117,277Population ACTUAL FY24 Next Fiscal Year Notes Population ACTUAL FY24 Next Fiscal Year NotesWest Palm Beach117,286 $291,240.91 $291,240.91 No increase has been approved yetWest Palm Beach117,286 $219,96.05 $219,96.05 No increase has been approved yetMiramar135,077 Called multiple times and left messageMiramar135,077 Contracted OutGainsville 146,104 $299,000 $284,050 5% decrease for next year (budget issues)Gainsville 146,104 $228,000 $228,000 No increase has been approved yetCoral Springs132,822 $288,114 $302,520 5% increase for next yearCoral Springs132,822 $303,213 $318,374 5% increase for next yearMiami Gardens110,867 $284,960 $296,358 4% increase for next yearMiami Gardens110,867 $268,320 $279,053 4% increase for next yearPalm Bay122,942 $222,628 $229,307 3% increase for next yearPalm Bay122,942 $225,305 $232,064 3% increase for next yearPompano Beach111,348 $345,758 $356,131 3% increase for next yearPompano Beach111,348 $273,098 $281,291 3% increase for next yearLakeland120,279 $219,383 $225,964 3% increase for next yearLakeland120,279 $204,488 $210,623 3% increase for next yearMiami Beach80,671 $346,278 $356,666 3% increase for next yearMiami Beach80,671 $314,896 $324,343 3% increase for next yearHollywood156,757 $278,928 $278,928 No increase has been approved yetHollywood156,757 $270,400 $270,400 No increase has been approved yetAVERAGE $286,254 $291,241AVERAGE $260,965 $268,019CLEARWATER $240,560 $240,560CLEARWATER $227,850 $227,850$ DIFF -$45,694 -$50,681$ DIFF -$33,115 -$40,169% DIFF -19.0 -21.1% DIFF -14.5 -17.6By FTE Count: Clearwater ‐ 1892FTE ACTUAL FY24 Next Fiscal Year Notes FTE ACTUAL FY24 Next Fiscal Year NotesFort Launderdale1,943 $283,254 $294,585 4% increase for next yearFort Launderdale1,943 $241,164 $294,585 4% increase for next yearBrevard County2,475 $262,396 $275,516 5% increase for next yearBrevard County2,475 $252,912 $265,558 5% increase for next yearLakeland2,415 $219,383 $225,964 3% increase for next yearLakeland2,415 $204,488 $210,623 3% increase for next yearManatee Co.2,000 $190,923 $190,923 Interim County Admin/No increase has been approved yetManatee Co.2,000 $204,443 $204,443 No increase has been approved yetMiami Beach2,276 $346,278 $356,666 3% increase for next yearMiami Beach2,276 $314,896 $324,343 3% increase for next yearOsceola County1,699 $296,400 $296,400 No increase has been approved yetOsceola County1,699 $209,955 $209,955 No increase has been approved yetCape Coral2,288 $222,165 $222,165 Interim Director, don't know the increase after appointmentCape Coral2,288 $247,500 $247,500 No increase has been approved yetSeminole County1,666 $250,000 $250,000 No increase has been approved yetSeminole County1,666 $220,000 $220,000 No increase has been approved yetMarion County 1,678 $216,674 $216,674 5% increase already appliedMarion County 1,678 $260,000 $260,000 $30,000 increase already applied AVERAGE $254,164 $258,766AVERAGE $239,484 $248,556CLEARWATER $240,560 $240,560CLEARWATER $227,850 $227,850$ DIFF -$13,604 -$18,206$ DIFF -$11,634 -$20,706% DIFF -5.7 -7.6% DIFF -5.1 -9.1City ManagerCity AttorneyCity ManagerCity Attorney Population ACTUAL FY24 MATCH Next Fiscal Year NotesHILLSBOROUGH CO 1,528,924 $265,366 $265,366 Cnt Attorney No increase has been approved yetPINELLAS CO 971,875 $259,147 $259,147 Cnt Attorney This is the salary for FY24ORANGE CO. 1,515,093 $303,410 $318,581 Cnt Attorney 5% increase for next yearTAMPA 399,734 $227,302 $227,302 City Attorney No increase has been approved yetST. PETERSBURG 262,167 $236,549 $244,828 City Attorney 3.5% increase for next yearORLANDO 328,354 Deputy City Att $125 an hour temporary employeeTALLAHASSEE 200,606 $236,921 $248,768 City Attorney 5% increase for next yearGAINESVILLE 146,104 $228,000 $228,000 City Attorney No increase has been approved yetSARASOTA CO. 450,374 Cnt Attorney Called and emailed, was told the emails were forwarded and they would get back soonLAKELAND 120,279 $204,488 $210,623 Cnt Attorney 3% increase for next yearHOLLYWOOD 156,757 $270,400 $270,400 City Attorney No increase has been approved yetSARASOTA 55,718 Does not have this positionAVERAGE $247,954 $252,557CLEARWATER $227,850 $227,850$ DIFF -$20,104 -$24,707% DIFF -8.8 -10.8Data minus the County jurisdictionsPopulation ACTUAL FY24 MATCH NOTESTAMPA 399,734 $227,302 $227,302 City Attorney No increase has been approved yetST. PETERSBURG 262,167 $236,549 $244,828 City Attorney 3.5% increase for next yearORLANDO 328,354 Deputy City Att $125 an hour temporary employeeTALLAHASSEE 200,606 $236,921 $248,768 City Attorney 5% increase for next yearGAINESVILLE 146,104 $228,000 $228,000 City Attorney No increase has been approved yetLAKELAND 120,279 $204,488 $210,623 City Attorney 3% increase for next yearHOLLYWOOD 156,757 $270,400 $270,400 City Attorney No increase has been approved yetSARASOTA 55,718 Does not have this positionAVERAGE $233,943 $238,320CLEARWATER $227,850 $227,850$ DIFF -$6,093 -$10,470% DIFF -2.7 -4.6City AttorneyCity Attorney By Population: Clearwater ‐ 117,277Population ACTUAL FY24 Next Fiscal Year Notes Population ACTUAL FY24 Next Fiscal Year NotesWest Palm Beach117,286 $291,240.91 $291,240.91 No increase has been approved yetWest Palm Beach117,286 $219,96.05 $219,96.05 No increase has been approved yetMiramar135,077 Called multiple times and left messageMiramar135,077 Contracted OutGainsville 146,104 $299,000 $284,050 5% decrease for next year (budget issues)Gainsville 146,104 $228,000 $228,000 No increase has been approved yetCoral Springs132,822 $288,114 $302,520 5% increase for next yearCoral Springs132,822 $303,213 $318,374 5% increase for next yearMiami Gardens110,867 $284,960 $296,358 4% increase for next yearMiami Gardens110,867 $268,320 $279,053 4% increase for next yearPalm Bay122,942 $222,628 $229,307 3% increase for next yearPalm Bay122,942 $225,305 $232,064 3% increase for next yearPompano Beach111,348 $345,758 $356,131 3% increase for next yearPompano Beach111,348 $273,098 $281,291 3% increase for next yearLakeland120,279 $219,383 $225,964 3% increase for next yearLakeland120,279 $204,488 $210,623 3% increase for next yearMiami Beach80,671 $346,278 $356,666 3% increase for next yearMiami Beach80,671 $314,896 $324,343 3% increase for next yearHollywood156,757 $278,928 $278,928 No increase has been approved yetHollywood156,757 $270,400 $270,400 No increase has been approved yetAVERAGE $286,254 $291,241AVERAGE $260,965 $268,019CLEARWATER $240,560 $240,560CLEARWATER $227,850 $227,850$ DIFF -$45,694 -$50,681$ DIFF -$33,115 -$40,169% DIFF -19.0 -21.1% DIFF -14.5 -17.6By FTE Count: Clearwater ‐ 1892FTE ACTUAL FY24 Next Fiscal Year Notes FTE ACTUAL FY24 Next Fiscal Year NotesFort Launderdale1,943 $283,254 $294,585 4% increase for next yearFort Launderdale1,943 $241,164 $294,585 4% increase for next yearBrevard County2,475 $262,396 $275,516 5% increase for next yearBrevard County2,475 $252,912 $265,558 5% increase for next yearLakeland2,415 $219,383 $225,964 3% increase for next yearLakeland2,415 $204,488 $210,623 3% increase for next yearManatee Co.2,000 $190,923 $190,923 Interim County Admin/No increase has been approved yetManatee Co.2,000 $204,443 $204,443 No increase has been approved yetMiami Beach2,276 $346,278 $356,666 3% increase for next yearMiami Beach2,276 $314,896 $324,343 3% increase for next yearOsceola County1,699 $296,400 $296,400 No increase has been approved yetOsceola County1,699 $209,955 $209,955 No increase has been approved yetCape Coral2,288 $222,165 $222,165 Interim Director, don't know the increase after appointmentCape Coral2,288 $247,500 $247,500 No increase has been approved yetSeminole County1,666 $250,000 $250,000 No increase has been approved yetSeminole County1,666 $220,000 $220,000 No increase has been approved yetMarion County 1,678 $216,674 $216,674 5% increase already appliedMarion County 1,678 $260,000 $260,000 $30,000 increase already applied AVERAGE $254,164 $258,766AVERAGE $239,484 $248,556CLEARWATER $240,560 $240,560CLEARWATER $227,850 $227,850$ DIFF -$13,604 -$18,206$ DIFF -$11,634 -$20,706% DIFF -5.7 -7.6% DIFF -5.1 -9.1City ManagerCity AttorneyCity ManagerCity Attorney