Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
12/04/2023
Monday, December 4, 2023 1:30 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Council Work Session Work Session Agenda December 4, 2023Council Work Session Work Session Agenda 1. Call to Order 2. City Manager Receive update on all ARPA-LFRF competitive grant programs and approve grant award recommendations for Cultural Affairs Nonprofit Grant Program, subject to negotiation and execution of grant agreements, and the authorize appropriate officials to execute same. (consent) 2.1 3. Economic Development and Housing Declare surplus for the purpose of donating to Habitat for Humanity of Pinellas County, Inc. (Habitat), certain real property located at 406 Vine Avenue, for the purpose of the development of affordable housing; approve the agreement for transfer of real property by the City; and authorize the appropriate officials to execute same, together with all other instruments required to affect closing. (APH) 3.1 Accept the 2023 Local Housing Incentive Strategy (LHIS) Report developed by the Affordable Housing Advisory Committee (AHAC). 3.2 4. Human Resources Authorize agreements with BayCare Urgent Care, LLC, and Life Extension Clinics, Inc. dba Life Scan Wellness Centers for Employment Related Health Care Services in the cumulative annual amount of $465,000.00 with three, one-year renewal options pursuant to RFP 53-23 and authorize the appropriate officials to execute same. (consent) 4.1 Approve the Evergreen implementation strategy regarding the Classification and Compensation Study and approve the appropriation of funding in the Fiscal Year 23/24 Budget. Presentation of the Evergreen Solutions Classification and Compensation Study by Karl Fuchs of Evergreen. (consent) 4.2 5. Parks and Recreation Approve a purchase order to Pennoni Associates Inc. in an amount not to exceed $140,100 to provide professional services in connection with providing GIS and engineering services for a mapping of the Clearwater Municipal Cemetery and authorize the appropriate officials to execute same. (consent) 5.1 Approve a purchase order to Pennoni Associates, Inc. in an amount not to exceed $99,500 to provide professional services in connection with the design and repairs of Pier 60 and authorize the appropriate officials to execute same. (consent) 5.2 Page 2 City of Clearwater Printed on 11/28/2023 December 4, 2023Council Work Session Work Session Agenda 6. Police Department Approve a purchase order to Pinellas Regional Information Management Enterprise (PRIME) for the personnel and operating expense of PRIME in the amount of $317,615.00 and authorize the appropriate officials to execute same. (consent) 6.1 Authorize a purchase order to Alan Jay of Sebring, FL for the purchase of eight Police Pursuit Vehicles in a not to exceed amount of $428,152.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback; authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interests; authorize an increase of $80,000.00 to the current Purchase Order with Enforcement One of Oldsmar, FL for the upfitting of these additional eight vehicles bringing the total annual amount to $330,000.00 pursuant to ITB 46-22, Police Vehicle Upfitting Services, and authorize the appropriate officials to execute same. (consent) 6.2 7. Public Works Approve multiple Easement Vacation requests from property owners The City of Clearwater as affecting real property at 112 S Osceola Ave, Clearwater as further defined by Exhibit A, Utility easement per Resolution 86-17 recorded in O.R. Book 6179 Page 299, and Exhibit B, 15-foot Alley recorded in Deed Book 1536 Page 21, as recorded in the Public Records of Pinellas County, Florida, and pass Ordinance 9729-23 on first reading. 7.1 8. Planning Approve amendments to Community Development Code Section 6-109 and Appendix C, Downtown District and Development Standards, and pass Ordinance 9726-23 on first reading. (TA2023-10003) 8.1 Overview of the City’s implementation of the Live Local Act’s zoning preemptions. (WSO) 8.2 9. Information Technology Authorize a purchase order to Hewlett-Packard Enterprise, of Spring, TX, for the equipment lease of desktops, laptops, and tablet computers in an amount not-to-exceed $1,490,000, for the term of December 1, 2023 through June 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 9.1 Page 3 City of Clearwater Printed on 11/28/2023 December 4, 2023Council Work Session Work Session Agenda Authorize a purchase order with Verizon Wireless for cellular and mobile data services in an amount of $2,950,000.00 , for the term October 1, 2023 through August 23, 2026, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) 9.2 10. Public Utilities Approve Supplemental Work Order 1 to CHA Consulting, Inc., of Tampa, FL, for the Water/Reclaimed Water Program (18-0040-UT) in the amount of $4,500,000, increasing the work order from $4,175,000.00 to $8,675,000.00, and authorize the appropriate officials to execute same. (consent) 10.1 Approve Utility Work by Highway Contractor Agreement (UWHCA) between the Florida Department of Transportation (FDOT) and the City of Clearwater for the FDOT Utility Relocation at SR 60 (Courtney Campbell) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail and authorize the appropriate officials to execute same. (consent) 10.2 Authorize a purchase order to American Backflow Products Co. of Tallahassee, FL, Core and Main LP of Tampa, FL, and Test Gauge FL LLC of Bradenton, FL, for the supply of backflow devices and parts in the annual not-to-exceed amount of $535,000.00 with the option for two, one-year renewals pursuant to Invitation to Bid No. 64-23 and authorize the appropriate officials to execute same. (consent) 10.3 11. Solid Waste Approve a purchase order to Toter, LLC of Statesville, NC for the purchase of refuse and recycling containers in the annual not-to-exceed amount of $200,000.00 with two, one-year renewal options pursuant to ITB 60-23 and authorize the appropriate officials to execute same. (consent) 11.1 Approve a purchase order to Smith Industries Inc DBA Smith Fence Company of Clearwater, FL for fence removal and replacement of the entire Solid Waste complex perimeter fence in the not to exceed amount of $131,207.00 pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback or cooperative purchasing, and authorize the appropriate officials to execute same. (consent) 11.2 12. City Clerk Approve the Mayor’s appointment of Isay Gulley to the Clearwater Housing Authority to fill the remainder of an unexpired term through September 30, 2024. 12.1 Page 4 City of Clearwater Printed on 11/28/2023 December 4, 2023Council Work Session Work Session Agenda Appoint Kimberly DiVito to the Public Art and Design Board to fill the remainder of an unexpired term through February 29, 2024. (consent) 12.2 13. City Attorney Adopt Ordinance 9722-23 on second reading, annexing certain real property whose post office address is 2634 South Drive, Clearwater, Florida 33759, together with certain right-of-way of South Drive, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 13.1 Adopt Ordinance 9723-23 on second reading, amending the future land use plan element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2634 South Drive, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Medium (RM). 13.2 Adopt Ordinance 9724-23 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2634 South Drive, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Medium Density Residential (MDR). 13.3 Adopt Ordinance 9725-23 on second reading, amending Clearwater Code of Ordinances, Appendix A, Schedule of fees, Article XXIV, Sections 1, 3, and 4 to increase miscellaneous fees related to temporary service deposits, impact fees and miscellaneous user fees such as, special meter readings, turn-on services, meter changes and other special services that benefit a specific customer. 13.4 14. City Manager Verbal Reports 15. City Attorney Verbal Reports 16. Council Discussion Item Proposed PSTA Plans - Councilmember Beckman16.1 PSTA Resolution against local bill - Councilmember Allbritton16.2 Tampa Bay Estuary Program Update - Councilmember Beckman16.3 17. 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). 18. Closing Comments by Mayor Page 5 City of Clearwater Printed on 11/28/2023 December 4, 2023Council Work Session Work Session Agenda 19. Adjourn 20. Presentation(s) for Council Meeting Page 6 City of Clearwater Printed on 11/28/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1490 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 2.1 SUBJECT/RECOMMENDATION: Receive update on all ARPA-LFRF competitive grant programs and approve grant award recommendations for Cultural Affairs Nonprofit Grant Program, subject to negotiation and execution of grant agreements, and the authorize appropriate officials to execute same. (consent) SUMMARY: Program Review: Review update of the following programs and services funded by American Rescue Plan Act - Local Fiscal Recovery Funds (ARPA-LFRF) which were receipted into 2022 General Fund government operations as “revenue recovery” per the Department of Treasury final rule: 1.Affordable Housing Grants and Loans ($3,300,000) 2.Cultural Affairs Nonprofit Grants ($1,000,000) 3.Education Grants ($750,000) 4.North Greenwood Community Grants ($1,400,000) 5.Pinellas Community Foundation ($1,000,000) 6.AMPLIFY Clearwater Business Incubator ($250,000) Cultural Affairs Nonprofit Grant Program - Round 2: In advance of grant application solicitation, a grant writing workshop was conducted by Creative Pinellas, the city issued a press release and posted announcements on social media, and applicants who did not receive funds in Round 1 were notified by email of the Round 2 solicitation. 1.18 applications were received by the deadline requesting nearly $2.18 million. 2.4 were deemed to be ineligible as their proposals did not meet program eligibility criteria. 3.14 were reviewed and scored by committee. 4.9 highest-scoring applications are recommended for funding: a.Opera for Earth (P - $45,000) b.EMIT (P - $9,500) c.Fling Together (P - $5,000) d.Francis Wilson Playhouse (P - $180,000) e.Peace Memorial Presbyterian Church of Clearwater in Florida (F - $27,500) f.NOMADstudio ($50,000) g.Clearwater African American Historical & Memorial Foundation ($5,000) h.Community Service Foundation ($40,000) i.Artz 4 Life Academy ($66,850) APPROPRIATION CODE AND AMOUNT: G2216, ARPA Non-profit Grants - Cultural Affairs Nonprofit Grant Program in the amount of $428,850.00. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism and national sporting events. 3.1 Support neighborhood identity through services and programs that empower community pride and belonging. Page 1 City of Clearwater Printed on 11/28/2023 1 | Page ARPA Grants - Status Update December 7, 2023 Background On September 1, 2022, Council approved allocation of funds for business incubator to be established by AMPLIFY Clearwater. On November 3, 2022, Council approved the distribution process for 5 grant program types. Follows is an update of funding allocations, disbursements, challenges and prioritizations. 1. $3,300,000 – Affordable Housing Grants and Loans a. June 8, 2023 - Amendment to policies approved 2. $1,000,000 – Cultural Affairs Nonprofit Grants a. April 4, 2023 - $571,150 in grants approved for 5 organizations (balance of $428,850) 3. $750,000 – Education Grants a. April 4, 2023 - $750,000 in grants approved for 5 organizations 4. $1,400,000 – North Greenwood Community Grants a. April 4, 2023 - $1,400,000 in grants approved for 25 organizations 5. $1,000,000 – Pinellas Community Foundation a. January 9, 2023 – $1,000,000 agreement approved b. May 18, 2023 – Amendment approved 6. $250,000 – AMPLIFY Clearwater a. August 17, 2023 - $250,000 agreement approved 2 | Page Current Status of Funding Disbursements1: Program Budget Encumbered Available Disbursed** Pending*** # Projects Affordable Housing $ 3,300,000 $ 2,713,496 $ 586,504 $ 1,805,184 $ 908,312 93 Cultural Affairs* $ 1,000,000 $ 1,000,000 $ - $ 571,150 $ 428,850 14 Education $ 750,000 $ 750,000 $ - $ 375,000 $ 375,000 5 North Greenwood $ 1,400,000 $ 1,400,000 $ - $ 1,400,000 $ - 25 Pinellas Comm Foundation $ 1,000,000 $ 1,000,000 $ - $ 722,653 $ 277,347 5 AMPLIFY Clearwater (Incubator) $ 250,000 $ 250,000 $ - $ 150,000 $ 100,000 1 TOTAL $ 7,700,000 $ 7,113,496 $ 586,504 $ 5,023,987 $ 2,089,509 143 * Subject to Council approval of $428,850 in grant awards for 9 organizations ** Payment approved in Neighborly; Checks may have been processed or are currently processing through Finance. *** Encumbered but not Disbursed Fund Status Review I. Affordable Housing Grants and Loans AFFORDABLE HOUSING PROGRAM Encumbered Disbursed* Pending** # Projects Rehabilitation Loans & Grants $ 135,066 $ 112,496 $ 22,570 3 Emergency Grant $ 363,125 $ 249,484 $ 113,641 73 Purchase Assistance $ 619,175 $ 602,675 $ 16,500 15 Residential Development $ 1,596,129 $ 840,528 $ 755,601 5 TOTAL $ 2,713,495 $ 1,805,183 $ 908,312 96 1 As of 11/14/2023, unaudited. * Payment approved in Neighborly; Checks may have been processed or are currently processing through Finance. ** Encumbered but not Disbursed 3 | Page a. Challenges i. Collection of required documentation ii. General market conditions 1. Real estate prices/qualifying for 1st mortgage 2. Availability of trades/contractors, materials b. Prioritization/Disbursement of Funds i. Applications reviewed as received. Funds are encumbered after receipt and review of all documents/information. c. Monitoring i. Emergency Grants – no ongoing monitoring required ii. All others program types – monitoring requirements established within terms and conditions of grant or loan II. Education Grants a. Challenges i. None b. Prioritization/Disbursement of Funds i. All 5 grantees have received their first payment of $75,000. They will receive the remaining $75,000 when they complete six months of satisfactory reporting. c. Monitoring i. All 5 grantees have completed their first quarterly report which was due October 15, 2023. ii. The second quarterly report will be due January 15, 2024. 4 | Page III. Cultural Affairs Nonprofit Grants a. Challenges (Round 1) i. Collection of required documentation ii. Determination of payment schedules b. Prioritization/Disbursement of Funds i. Round 1 funds disbursed between June 15 and June 28, 2023. ii. Round 2 application cycle opened on July 20. Deadline for submittal was September 30. Adjustments made to scoring rubric. 1. On August 11, Creative Pinellas hosted a free grant writing workshop at their Walsingham Rd office specifically geared towards this grant. Registration for the class was organized by Creative Pinellas on Eventbrite. The city shared this event on social media. All past applicants who were not recommended for funding in Round 1 were encouraged to attend. The class had 8 people in attendance. 2. Public Communications sent out a press release about the grant opportunity as well as posted information on all city social media sites. 3. All applicants who were not recommended for funding in Round 1 were personally emailed and notified that Round 2 was open. 4. In Round 2, eighteen (18) applications were received requesting approximately $2.18 million in funding. a. 4 were deemed ineligible (did not meet program requirements) b. Following committee review, 9 highest-scoring applicants were recommended for funding in amounts ranging from $9,500-$180,000. c. Monitoring i. Organizations who receive funding will be required to provide bi-annual financial reports showing how ARPA funds were spent. Bi-annual reports will be required until Jan 2027 or until all ARPA funds are expended. IV. North Greenwood Community Grants a. Challenges a. None b. Prioritization/Disbursement of Funds a. All 25 North Greenwood Community Grantees have received their full approved request. 5 | Page c. Monitoring a. All grantees are submitting monthly reports through Neighborly. The challenge with these it some of the dates are staggered due to when the grant agreement was executed. V. Pinellas Community Foundation (Subgrant Program) a. Challenges i. None b. Prioritization for Disbursement of Funds i. Phase I – $250,000 to 1 provider of emergency social services (relocation support, case management, system navigation). Clients served must be dislocated residents of Capri Mobile Home Park. 1. Awarded to Homeless Leadership Alliance on March 30. a. All grant funds expended by HLA. Final/Wrap-up Report due to PCF by July 31. b. 38 family units from Capri are now settled in permanent housing, including houses, apartments, and/or other mobile home parks. c. Extensive case navigation services were provided in both English and Spanish, with the support of the Hispanic Outreach Center. d. The flexibility of the process was beneficial and allowed HLA to serve more residents. i. Phase II – $650,000 to 5 providers of support to individuals and families with emergency housing and social services needs. 1. Full proposal submissions were due by July 21 2. Committee meeting held August 31 and selected the following subrecipients a. The ARC Tampa Bay ($57,264) – Contract executed b. Boys & Girls Clubs ($100,000) – Contract executed c. Community Action Stops Abuses aka CASA ($121,899) – Contract executed d. Hope Villages of America ($150,000) – Contract executed e. Neighborly Care Network – Contract pending c. Monitoring i. Monthly reports 6 | Page VI. AMPLIFY Clearwater - Incubator Funding allocated on August 17, 2023. a. Challenges i. As a new concept, required AMPLIFY Clearwater to utilize both educational and traditional marketing strategies. Interest/enthusiasm and growth is anticipated with testimonials from 1st cohort. b. Prioritization/Disbursement of Funds i. City provided $150,000 for startup costs. ii. 1st cohort started 10-week program on October 5. ($50,000 disbursement pending) iii. 2nd cohort is planned for 2Q2024 at which time another $50,000 will be disbursed. c. Monitoring i. None ### 1 | Page Competitive Grant Programs - Background for solicitation and funding of grant awards The following are excerpts from the document approved by City Council on November 3, 2022, and serve as background for the staff recommendations of the grant awards for the Cultural Affairs Nonprofit Grant Program. As a result of Council direction on November 3, modifications to Eligibility Criteria, Solicitation Process and Administration were made. These modifications are shown in underlined text. As a result of organizational changes made October 1, 2023, modifications to Administration is shown in italicized text. The city of Clearwater has been allocated a total of $22,483,893 under this program. On August 4, 2022, Clearwater City Council approved funding allocations for twelve proposed project types. The following provides an overview of startup funding for activities in the North Greenwood Community Redevelopment Agency (CRA) area and four other project types for which funding solicitations will be made available to targeted groups or populations. Non-Profit Funding (aka Cultural Affairs Nonprofit Grant Program) $1,000,000 1. Overview/Description Nonprofit organizations that provide services within Clearwater will have an opportunity to request grant funding for programs that focus on cultural affairs. These could include area markets, concert or theatre events, or other community social opportunities that are trying to become financially feasible or that need financial assistance getting back to pre-pandemic levels of effectiveness. The city of Clearwater’s Cultural Affairs Nonprofit (CAN) Grant Program is designed to assist nonprofit arts and cultural organizations in creating or stabilizing cultural affairs programs that generate a positive impact on the community. For the purposes of this program, arts and cultural disciplines include music, dance, theatre, creative writing, literature, architecture, painting, sculpture, folk arts, photography, crafts, media arts, visual arts, programs of museums and local arts organizations, and other such allied, major art forms. Funding will be used for a) ongoing program support, and b) specific cultural projects. 2. Eligibility Criteria Ongoing Program Support Designed to support the ongoing program activities of an organization that is realizing its stated mission and furthering the city’s cultural objectives by conducting, creating, producing, presenting, staging, or sponsoring cultural exhibits, performances, educational programs, or events. Ongoing Program Support grants are for organizations that are continuing existing programs 2 | Page despite the COVID-19 pandemic or wish to bring a program back to pre-pandemic levels of effectiveness. Specific Cultural Projects Applications in this category include construction projects, one-time events, or art installations that will not have ongoing supporting costs outside of routine maintenance and/or utility costs. These grants are for organizational programs that are focused on placemaking efforts aimed at reinvigorating a sense of community in Clearwater and driving the city’s status as a destination for the arts. Organizations are not required to be based within the city of Clearwater, but the benefits of the program must be local as described further in the grant proposal application. All applicants must meet the eligibility requirements at the time of application. 3. Solicitation Process Applications will be made available through Neighborly1 cloud-based grant management system. Cultural Affairs Division of the Office of Innovation will promote the availability of funds through social media, direct mail and public notices, when applicable. Applications were accessed from the city’s webpage (myclearwater.com/arpa). Applicant training workshops were held in North Greenwood Library and North Greenwood Recreation Center on January 11, 2023 and February 9, 2023, respectively. 4. Administration The Cultural Affairs Division within the City Manager’s Office will administer and monitor for compliance. About American Rescue Plan Act Funds The ARPA allocation must be committed or contractually encumbered to projects and programs by the end of 2024. All money must be spent by December 31, 2026; any money unspent at that time must be returned to the federal government. Allowable uses of the funds include: • To respond to the pandemic or its negative economic impacts, including assistance to households, small businesses, and nonprofits, or aid to impacted industries such as tourism, travel, and hospitality. • For premium pay to eligible workers performing essential work during the pandemic. • For the provision of government services to the extent of the reduction in revenue because of the pandemic. 1 Neighborly by Benevate, Inc. 3 | Page • To make necessary investments in water, sewer, or broadband infrastructure. The Coronavirus State and Local Fiscal Recovery Funds (SLFRF) program, a part of the American Rescue Plan Act (ARPA), is delivering $350 billion to state, local, and Tribal governments across the country to support their response to and recovery from the COVID-19 public health emergency. ### Recommended for Funding Case Id Name # Reviewers # Complete Avg Score Funding Requested Suggested Funding 15931 Opera for Earth 4 4 92.25 168,000.00$ 45,000.00$ 15945 EMIT 4 4 89.00 10,000.00$ 9,500.00$ 15965 Fling Together 4 4 74.00 12,700.00$ 5,000.00$ 15970 Francis Wilson Playhouse 4 4 88.50 256,945.00$ 180,000.00$ 15975 Peace Memorial Presbyterian Church of Clearwater in Florida 4 4 90.50 27,500.00$ 27,500.00$ 15979 NOMADstudio 4 4 90.50 250,000.00$ 50,000.00$ 15985 Clearwater African American Historical & Memorial Foundation 4 4 75.50 40,000.00$ 5,000.00$ 15989 Community Service Foundation 4 4 81.50 250,000.00$ 40,000.00$ 16000 Artz 4 Life Academy 4 4 86.50 80,000.00$ 66,850.00$ Totals 1,095,145.00$ 428,850.00$ Total Amount Requested from All Applicants 1,095,145.00$ Funds Available $428,850.00 Deficit 666,295.00$ Cultural Affairs Nonprofit Grant Activity/Project Descriptions1 1. Applicant ID: 15931 Applicant Name: Opera for Earth Activity/Project Description: In 2022, Opera for Earth, in partnership with Moccasin Lake Nature Park, began a concert series called ‘Music @ Moccasin Lake’. This concert series brought hundreds of visitors to the park that had never been there before, and many had never heard of the park. Through this small concert series, hundreds were introduced to Clearwater’s most special park. We had food trucks, guest dancers and guest speakers. We partnered with groups and organizations such as the Highland Dancers (Dunedin) and the St. Andrews Society of Tampa Bay. Opera for Earth presented 1 opera, Verdi’s Macbeth, a concert, 2 Divas & a Tenor, and our Holiday Community Concert, which featured both professional opera singers, as well as students learning the craft of singing. In 2023, Opera for Earth wanted to present three more concerts on the stage of Moccasin Lake, but did not have the funding. However, we are presenting a Community Holiday Concert to be a part of Moccasin Lake Nature Park's holiday event. This event will draw more people to the park, as we will feature popular groups such as the Florida Boy Choirs, which has an enormous following, as well as professional opera singers and students of music. We will have Mrs. Clause to pass out candy to the kids and will invite members of the audience to sing special songs with us. Opera for Earth wants to expand ‘Music @ Moccasin Lake’ to include larger operatic works and education programming for children. We plan to make all of this programming free to the public so that all who want to learn about music can do so. In March, 2025 (spring break week), we plan to offer a Kids Musical Intensive, which includes music and dance instruction for children to learn musical theater songs that will end in a performance on the wonderful outdoor stage at Moccasin Lake Nature Park. This intensive will be open for 20 children, ages 7 – 11 (limit 20 participants) at a 10 to 1 ratio for instruction. In this intensive, children will learn breathing and the best vocal technique to sing, as well as dance technique to dance these songs. Musical numbers considered will be from a historical, musical theater repertoire that ranges from 1920 – present day. In June, we want to offer two 2 – week full musical theater intensives (full month of June), where kids work in the writing of their script, learn 5 – 6 musical numbers and dances and put it all together for a performance at the end of their 2 – week sessions. In total, we will serve 40 children in the month of June having two 2 – week sessions. Performances will be on the outdoor stage of Moccasin Lake Nature Park. In the fall, Opera for Earth will expand their concert series to include larger operatic works, keeping this musical enrichment free and open to the public. We plan to continue these programs through 2026, and build back and improve the programming that Moccasin Lake Nature Park once had. This will also introduce children to the park to keep patronage moving into the new generations. 2. Applicant ID: 15945 Applicant Name: EMIT Activity/Project Description: Clearwater Latin Music Sundays - free concerts of Latin music given on Sunday afternoons in Clearwater parks during Hispanic Heritage Month. Music represented would include Brazilian, Cuban, Puerto Rican and Spanish. 3. Applicant ID: 15965 Applicant Name: Fling Together Activity/Project Description: The Fling Together Collective, a registered 501(c)(3) nonprofit corporation, is embarking on a cultural initiative to enrich the city of Clearwater. Through a series of workshops, performances, and community classes, our organization aims to celebrate and amplify the unique cultural tapestry of Clearwater. A large part of our mission is to deliver free/low-cost educational and community opportunities for highland dancers while supporting initiatives and events that have a positive impact on our community. 4. Applicant ID: 15970 Applicant Name: Francis Wilson Playhouse Activity/Project Description: Francis Wilson Playhouse is a non-profit community theater, owned and operated by Francis Wilson Playhouse, Inc., built in 1936 with a seating capacity of 186 seats. The general goals of The Francis Wilson Playhouse are to: • foster, encourage, promote and develop the artistic and theatrical abilities and talent of people • promote and encourage public acceptance of fine arts. and • develop talent and to train the people in all branches of the dramatic art . While other theaters existed prior to 1936 providing vaudeville and general entertainment, the Playhouse was one of the earliest non-profit community performing arts venues in the area. The Playhouse has provided quality theatrical productions every year since 1936 with the exception of an 18 month period during the Covid Pandemic when it was forced to close, but reopened in 2021. The Playhouse normally offers 7 productions annually including a mixture of musicals, drama and comedy and 4 concerts. Each production in recent history is performed for 2-3 weeks with a total of 80-90 performances a year. The productions are very popular with the community and attended by a very loyal audience providing a very high attendance rate with many performances sold out. The price of attending performances has remained one of the lowest priced ticket in the area for many, many years. In addition to providing quality and affordable entertainment, The Playhouse is utilized by the community in five main ways. • Proving opportunities for amateur actors, singers and theater tech local residents to pursue and enjoy their theatrical interests • Charities (recently Lions Club and Dunedin and Clearwater historical societies) will “buy” an extra performance of a production as a fundraiser averaging a profit of $5,000 for the charity for the evening. • When available during summer months or short periods between productions, schools, other acting organizations and other theatres rent the Playhouse to conduct their own performances or rehearsals. Most recently being SAGES, a non-profit organization which annually produces four free different plays/skits directed at serious subjects for seniors. • FWP is a continuing education program for actors performing in the productions and occasionally summer programs with instruction or classes offered for dance, singing, stage manager training, actor workshops, summer camps for children, Zumba, costume design, etc. There are numerous instances where this early training and experience became the starting point for theatrical careers for participants from the local area, some advancing as far as Broadway. • Since the early 1930’s, FWP accumulated and maintains one of the area’s largest collection of costumes, sets, props, hats, shoes, etc., for productions. In helping promote theater in the local area FWP often loans its “collection” to high schools in Pinellas, Hillsborough and Pasco Counties as well as to competing commercial theaters. This grant application is submitted to obtain funds for the following five sub projects 1. Roof replacement. Over the years weather, salt air and sun have had an impact on the building exterior requiring improvements and replacement of on the roof 2 Sound system upgrade. The theater sound system is dated and often inconsistent and unreliable. Sound technology has long passed the theaters sound system, and as such, requires upgrading. 3. Lighting system upgrade. Similarly, the theater lighting system is also dated and well below current technology. Lighting technology has long passed the theaters lighting system, and as such, requires upgrading. 4. Machine shop/workroom floor. Time, use and humidity have also weakened some portions of the floors and doors requiring repair. 5. Rolling drops and stage curtains. Current equipment operating drops and curtains is very old and need to be either upgraded or replaced. 5. Applicant ID: 15975 Applicant Name: Peace Memorial Presbyterian Activity/Project Description: The Peace Concert Series is a well-established community music program. For more than 15 years it has offered a minimum of 6 concerts per year (often with a bonus concert or two). The programs are offered each Second Sunday at 3 p.m. October through March and held in the main sanctuary space at Peace Memorial Church in downtown Clearwater. The 100-year-old sanctuary space has excellent acoustics, a full concert grand piano, fine pipe organ and can readily accommodate 350 plus attendees. The chancel furniture is moveable, so we can host many different types of performing groups (examples are 40 person college choir; large jazz bands; chamber ensembles). This is NOT a sacred music series. Rather, from year one we have offered a wide variety of musical genres. No tickets are required, and seating is first come, first served. The key goal of the series to offer quality musical experiences to all in our community regardless of financial ability. We take up a collection to help defray the cost of paying the performers and related concert expenses such as printed brochures, concert programs, and postage. During COVID, not a single concert was cancelled and all booked performers were fully paid despite the series having to substantially limit attendance for distanced seating. Post COVID, the series is not yet back to the full attendance and level of offering support that had been built through March 2020. In applying for this grant, we seek to strengthen and improve this already well- established cultural program. With help, we can expand the audiences, offer an even greater variety of programming, be able to better compensate the musicians and be able to help take care of the instruments and space that are used for these programs. While thus far we have solely relied on the generosity of the church and donations from series supporters to see that the instruments are tuned, the space cleaned, and the printed programs and materials supplied, help is needed to sustain these efforts. 6. Applicant ID: 15979 Applicant Name: NOMADstudio Activity/Project Description: Founded in 2013 with a mission of “art for ALL,” NOMADstudio—the Neighborhood Oriented Mobile Art + Design Studio—engages people in acts of creative expression in places and spaces where there is often little or no access to arts programming. NOMADstudio programs include the Rolling Studio (NOMAD Art Bus), a four-wheeled, 500-square-foot mobile canvas that delivers art activities to Tampa Bay communities; our Next Stop Studio, which includes regular visits to places like group children's homes and shelters, and helps to alleviate the stress and trauma caused by abuse, neglect, and housing insecurity; Justice Studio, our in-house art studio and group mentoring program for youth who are or have been detained at juvenile detention facilities; and our Studio on the Block, which removes transportation barriers and meets people where they are to deliver safe, engaging art activities to children and families in their own neighborhoods. With this application, NOMADstudio requests Ongoing Program Support for three programs that benefit residents of the City of Clearwater, including: (1) North Greenwood MicroCamp, one of our ongoing Studio on the Block programs, providing free, small-scale, pop-up art programs in the North Greenwood community of Clearwater. This weekly program was launched during the summer of 2020 in direct response to the COVID-19 pandemic and employs residents of Clearwater as programmatic personnel. Typically 100% of Greenwood MicroCamp participants are from this Clearwater neighborhood, so we are requesting funding for 100% of our ongoing costs for this program through November of 2026. (2) Justice Studio, our ongoing after-school art program for youth detained at the Pinellas Regional Juvenile Detention Center (PRJDC). Justice Studio is a place-based arts program that we provide three times each week at PRJDC, promoting the healthy development and wellbeing of youth who have been adversely impacted by systemic inequities. Typically 10% of Justice Studio program participants at PRJDC are from Clearwater, so we are requesting funding for 10% of our ongoing costs for this program through November of 2026. (3) Grove Studio, a new community-based art program for previously justice-involved youth that will primarily serve former Justice Studio program participants who are reentering the North Greenwood community of Clearwater. This new program will be facilitated in partnership with Greenwood Grove, a 501(c)(3) non-profit organization founded by a collective of individuals from North Greenwood with a mission to restore confidence in their community by restoring the quality of life for the people who live in it. We anticipate that 100% of Grove Studio participants will be from Clearwater, so we are requesting funding for 100% of our costs for this new program through November of 2026. 7. Applicant ID: 15985 Applicant Name: Clearwater African American Historical and Memorial Foundation Inc. Activity/Project Description: Clearwater African American Historical and Memorial Foundation Inc., will establish The Remembering Project. The project will be created specifically to properly remember and honor Clearwater's erased African American cemeteries, landmarks buildings and neighborhoods within the City of Clearwater and Pinellas County. The Remembering Project will collaboratively engage in methods to ensure this happens. 8. Applicant ID: 15989 Applicant Name: Community Service Foundation Activity/Project Description: The Project 1901 is a specific infrastructure project that honors the year the Plumb House became a heritage family home. Its preservation is conservation of culture at its core and represents an opportunity for reinvigorating a sense of community for years to come. Where you live determines your health, well-being, and economic success. From safe drinking water and stable housing to safe parks, clean air, and quality schools it is clear that controlling the spread and withstanding the impact of a deadly virus is only possible when people’s most basic human needs are being met. The COVID-19 pandemic reminded us that far too many Americans, disproportionately low- income people lack the essential components of healthy communities. The 1901 Project design leverages private, non-profit and public resources to optimize expenditures and efficiencies. We envision making contemporary use of the Plumb House, which is located on City of Clearwater property and owned by the Clearwater Historical Society, as a destination for arts, culture programs and a community resource center. 9. Applicant ID: 16000 Applicant Name: Artz 4 Life Activity/Project Description: The Family Blessing Experience ARTZ 4 Life is a multidisciplinary arts education organization that has a consistent history of providing diverse cultural dance, performing arts, folklore, and music programming on a grass roots level to our community for the past 32 years. Commonly referred to in the media as a "cultural jewel," ARTZ 4 Life is committed to providing Pinellas County and the Clearwater community with authentic cultural, musical and creative experiences for all ages, sizes and ethnicities. ARTZ 4 Life Academy respectfully submits this proposal to fund our ongoing educational and community offerings under the “Family Blessing Experience.” Funding from this application will be used to support three components of our programming strategy, which is to preserve cultural artforms, educate youth in the arts and promote lifelong learning in the arts through hands on experiences and performances. For two years, During the 2023 – 2025 seasons, A4L will continue to offer our African Dance, music, percussion and folklore classes in Clearwater, as well as behind the scenes including fundamentals in rehearsal and performance extending to Family Involvement Nights with our “Behind the Curtain: The Family Blessing Experience in the Community” programs. Designed to increase the impact and learning for Artz 4 Families who are interested in pursuing serious arts-related careers, The Family Blessing Experience will bring professional choreographers, dancers, costumer designers, set designers and other production professional in conversation with family and community to offer impactful experiences that extend the production beyond the stage performance. These funds will also be used to support the costs related to the annual community production of "The Family Blessing," multicultural, intergenerational performance in December 2023. Through these programs and activities, Artz 4 Life will provide an opportunity for community members of all ages to explore arts, expand horizons and live out their dreams of performances and lifelong learning in the arts. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1483 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Declare surplus for the purpose of donating to Habitat for Humanity of Pinellas County, Inc. (Habitat), certain real property located at 406 Vine Avenue, for the purpose of the development of affordable housing; approve the agreement for transfer of real property by the City; and authorize the appropriate officials to execute same, together with all other instruments required to affect closing. (APH) SUMMARY: The city-owned property located at 406 Vine Ave. (Property) is 0.115 acres and was acquired by the city as a result of a tax foreclosure in 2010. The Property is listed on the City’s Affordable Housing Inventory List. A staff opinion of value was completed on the Property. Dylan Mayeux, Sr. Real Estate Coordinator for the City of Clearwater, completed the report on September 6, 2023 and determined fair market value to be $83,350. The surplus notice was sent to the preapproved list of interested developers on August 16, 2023. Developers on the list were given 15 days to respond to the notice. Because the Property is located within an approved Community Redevelopment Area, additional opportunity was provided to interested developers by publishing a call for letters of interest over a 30-day period as required by Fla. Stat. § 163.380(3)(a). Three developers responded within the response window: Habitat for Humanity of Pinellas and West Pasco Counties, Tampa Bay Neighborhood Housing Services, and Affordably Lavish Foundation. Of the three respondents, Habitat for Humanity scored highest on the scoring rubric. Therefore, staff is recommending the donation of the Property to Habitat for the deed restricted use of affordable housing. Habitat anticipates that vertical construction will commence within six months and anticipates selling the completed home within 12 months of the date of acquisition. They have also agreed to include energy efficient features and EV car charging capabilities to the home. On November 14, the Neighborhood and Affordable Housing Advisory Board unanimously supported a recommendation for Council approval of the donation. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 2.4 - Supports equitable housing programs that promote household stability and reduce the incidence of homelessness within Clearwater. Page 1 City of Clearwater Printed on 11/28/2023 1 REAL PROPERTY TRANSFER AGREEMENT THIS REAL PROPERTY TRANSFER AGREEMENT (this ___________, 2023, by and between the City of Clearwater, Florida, a Florida municipal corporation (the whose address is 600 Cleveland Street, Suite 600, Clearwater, FL 33755; and Habitat for Humanity of Pinellas County, Inc., a Florida not-for-profit corporation whose address is 13355 49th Street North, Suite B Clearwater, FL 33762. RECITALS: WHEREAS, the City is the owner of a parcel of real property, commonly known as 406 Vine Ave, Clearwater, FL 33755 t ; and WHEREAS, Habitat is a Florida not-for-profit corporation established for the purpose of providing housing related services including constructing homes for families in need of affordable housing; and WHEREAS, Habitat wishes to acquire the Property for the construction of a single-family home for a qualified family, and the City desires to sell the Property to Habitat for an amount that is less than the appraised value as provided for under Section 2.01(d)(5)(i) of the City of Clearwater City Charter, subject to certain conditions; and WHEREAS, the Parties desire to memorialize their Agreement to transfer the Property for the construction of an affordable single-family home. NOW THEREFORE, in consideration of the mutual covenants herein contained, and the mutual benefits to be derived hereunder, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: 1. The recitals set forth above are true and correct and are incorporated herein by reference. 2. This Agreement describes the respective responsibilities of each party in providing for the transfer of the Property for the purpose of constructing a single-family home to be used for affordable housing. 3. The Property is legally described as follows: LOT 8, DREW PARK SUBDIVISION, according to the map or plat thereof recorded in Plat Book 3, Page 40, Public Records of Pinellas County, Florida. Parcel Number: 10/29/15/22518/000/0080 4. The Parties agree the value of the Property is Eighty-Three Thousand Three Hundred Fifty Dollars and 00/100 Cents ($83,350.00) and that per this Agreement, the Property will be donated to Habitat for the development of affordable housing. 5. The City agrees to convey and transfer to Habitat, all of the the Property subject to the terms, conditions and provisions hereof in return for a sale price of Zero Dollars and 00/100 Cents ($0.00). The transfer of the Property contemplated by this Agreement shall be conveyed by Special Warranty Deed covering claims made by, through, or under the , but not otherwise. The Special Warranty Deed shall contain a reverter clause providing that in the event Habitat has not commenced and/or completed construction of the improvements or conveyed the Subject Property to a qualified Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1493 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Accept the 2023 Local Housing Incentive Strategy (LHIS) Report developed by the Affordable Housing Advisory Committee (AHAC). SUMMARY: Florida Statute Section 420.9076 states that counties and cities receiving State Housing Initiatives Partnership (SHIP) program funds are required to appoint an Affordable Housing Advisory Committee (AHAC). The statute further provides that the committee be made up of members from specific industries or groups as identified in the statute. The requirement was largely met through the use of the City’s existing seven-member Neighborhood and Affordable Housing Advisory Board (NAHAB). City staff recommended council appointment of four additional committee members. The City Council adopted Resolution No. 23-12 that created and appointed the 2023 AHAC. The duties of the AHAC included reviewing policies and procedures, ordinances, land development regulations and the City’s adopted comprehensive plan and recommending specific actions or initiatives to encourage or facilitate affordable housing. Per state statute, at a minimum, the AHAC is required to review and consider recommendations on the following: 1)The processing of approvals of development orders or permits, as defined in F.S.163.3164 (7) and (8), for affordable housing projects is expedited to a greater degree than other projects. 2)The modification of impact-fee requirements, including reduction or waiver of fees and alternative methods of fee payment for affordable housing. 3)The allowance of flexibility in densities for affordable housing. 4)The reservation of infrastructure capacity or housing for very low-income persons, low-income persons, and moderate-income persons. 5)The allowance of affordable accessory residential units in residential zoning districts. 6)The reduction of parking and setback requirements for affordable housing. 7)The allowance of flexible lot configurations, including zero-lot-line configurations for affordable housing. 8)The modification of street requirements for affordable housing. 9)The establishment of a process by which a local government considers, before adoption, policies, procedures, ordinances, regulations, or plan provisions that increase the cost of housing. 10)The preparation of a printed inventory of locally owned public lands suitable for affordable housing. 11)The support of development near transportation hubs and major employment centers and mixed-use developments. In addition to these eleven required criteria, the 2023 AHAC continued five additional types of incentives in the following areas: 12)Adaptive reuse 13)Land Development Code Page 1 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1493 14)Communication and Marketing of Affordable Housing 15)Financing 16)Partnerships Throughout the fall of 2023, consultant Wade Trim, along with Economic Development and Housing Department staff and Planning and Development Department staff, facilitated discussion at four meetings of the AHAC. The meetings centered around reviewing the 2022 LHIS to discuss whether any changes should be made as well as to consider new strategies to incentivize development of affordable housing. The LHIS encompasses the definition, vision, strategic focus areas and incentive recommendations in order to facilitate the development and preservation of affordable housing in the City of Clearwater. The AHAC convened on four separate occasions to develop and identify the value of affordable housing, identify the principles for Clearwater’s affordable housing and develop/confirm a vision statement to be included as part of the LHIS. The AHAC members focused on the values that affordable housing brings to the City of Clearwater. The AHAC recommended the continuation, with slight modifications in some cases, of recommendations made by prior AHAC committees. This year’s committee recommended several language changes to incorporate more affirmative language in the document. The committee also made several recommendations that will require additional staff resources. The following list contains excerpts incorporating substantive changes from the previous report to produce the 2023 LHIS Report: 2.2 Annually assess the financial, legal, and administrative feasibility of reducing, refunding, or redefining (by unit size) the costs of impact fees and/or permitting fees related to the development of affordable housing with the goal of being on par with other municipalities in Pinellas County. 3.1 Continue to provide allowance of density flexibility for affordable housing developments by City policy and to monitor State legislation regarding density flexibility, including but not limited to the Live Local Act. 5.2 Implement City Council Comprehensive Plan Policy QP 6.1.7 and Policy QP 6.1.10 to allow one accessory dwelling unit by providing corresponding standards in the Community Development Code. 12.1 Continue to allow and promote “adaptive reuse” involving the conversion of surplus and/or outmoded buildings including old churches, school buildings, hospitals, train stations, warehouses, factories, hotels, office buildings, malls, etc. to mixed uses where permitted by zoning district or by the Live Local Act. 16.1 Develop public and private partnerships for the provision of affordable housing: •Establish partnerships with major employers to coordinate the supply of workforce housing. •Engage lenders in training and ongoing discussion with the City relative to underwriting and credit standards, technology solutions, as well as the development of financial products in an effort to maximize the financing options available to potential first-time homebuyers through conventional and other lenders. •Partner with the private sector and non-profits to address third-party barriers to affordable housing and to identify appropriate incentives to reduce labor and material costs for developers and long-term maintenance, operational, and insurance costs for homeowners. The following language was updated in Appendix C: Values, Principles and Vision: C.1(c) The AHAC found that affordable housing in the City of Clearwater aspires to have housing that fits the City’s workforce. There is a growing need for affordable “workforce” housing within the community, specifically for police, fire, and other service employees. There is also a need to draw the workforce back into the City to reduce commute distances, to reduce crime, and to restore a sense of pride in the community. C.1(d) Everyone deserves a safe affordable home. The City recognizes that housing is a fundamental human need. C.2(6) The AHAC found that affordable housing in the City of Clearwater should be incentivized to promote incorporation of affordable housing into all non-affordable housing developments. Page 2 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1493 The LHIS report is due annually. The staff recommendation is for City Council to accept the 2023 LHIS Report. Staff will submit the report to the Florida Housing Finance Corporation no later than December 31, 2023. Per State Statute, the city shall update its Local Housing Assistance Plan to incorporate the recommended incentives it desires to implement. This year’s LHIS update includes recommendations that were approved by the AHAC on November 14, 2023. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 2.4 - Supports equitable housing programs that promote household stability and reduce the incidence of homelessness within Clearwater. Page 3 City of Clearwater Printed on 11/28/2023 2023 Prepared by: Affordable Housing Advisory Committee Economic Development & Housing Department DRAFT – 11/7/2023 Local Housing Incentive Strategies Update Affordable Housing Advisory Committee Report to City Council SHIP Local Housing Incentive Strategies DRAFT November 7, 2023 ___________________________________ PREPARED BY: Affordable Housing Advisory Committee/ City of Clearwater Economic Development & Housing Department with Assistance from Wade Trim, Inc. TO BE SUBMITTED TO: Florida Housing Finance Corporation City of Clearwater Local Housing Incentive Strategies | 2 Economic Development & Housing Department Table of Contents I. BACKGROUND ....................................................................................................................................... 3 1.1 The City of Clearwater........................................................................................................... 3 1.2 The Affordable Housing Advisory Committee ........................................................................ 3 1.2.1 Committee Composition ....................................................................................................... 4 1.3 Process to Develop the Local Housing Incentive Strategies .................................................... 6 II. LOCAL HOUSING INCENTIVE STRATEGIES ............................................................................................. 6 2.1 Affordable Housing Incentives .............................................................................................. 7 2.1.1 Expedited Review Process..................................................................................................... 8 2.1.2 Modification of Fees ........................................................................................................... 12 2.1.3 Flexible Densities ................................................................................................................ 15 2.1.4 Infrastructure Capacity ....................................................................................................... 18 2.1.5 Accessory Dwelling Units .................................................................................................... 19 2.1.6 Parking Reductions .............................................................................................................. 22 2.1.7 Flexible Lot Configurations.................................................................................................. 25 2.1.8 Modification of Street Requirements ................................................................................. 26 2.1.9 Pre-Adoption Policy Consideration ..................................................................................... 27 2.1.10 Inventory of Public Lands .................................................................................................... 28 2.1.11 Proximity to Transportation, Employment & Mixed-Use Development ............................ 32 2.2 Additional Incentives .......................................................................................................... 34 2.2.1 Adaptive Reuse ................................................................................................................... 34 2.2.2 Land Development Code ..................................................................................................... 35 2.2.3 Communication and Marketing of Affordable Housing ...................................................... 36 2.2.4 Financing ............................................................................................................................. 38 2.2.5 Partnerships ........................................................................................................................ 40 APPENDIX A: City of Clearwater Resolutions APPENDIX B: Affordable Housing in Clearwater APPENDIX C: Values, Principles and Vision APPENDIX D: Advisory Committee Meeting Summaries APPENDIX E: Summary of AHAC Recommendations City of Clearwater Local Housing Incentive Strategies | 3 Economic Development & Housing Department I. BACKGROUND 1.1 The City of Clearwater The City of Clearwater is approximately 26 square miles in size (land area) and located in Pinellas County on the west coast of Florida along the Gulf of Mexico and Tampa Bay. Clearwater is the county seat of Pinellas County and shares boundaries with the municipalities of Largo, Dunedin, Safety Harbor, Belleair Beach and the Town of Belleair. Along with the cities of St. Petersburg and Tampa, Clearwater is one of the most urbanized areas within the Tampa Bay Region. According to the most recent decennial U.S. Census, the City of Clearwater had a population of 117,292 in 2020. Estimates from the University of Florida Bureau of Economic and Business Research (BEBR) for 2022 indicate that the City’s current population is approximately 119,208. Based on a share (12.25%) of Pinellas County’s projected population, the City may have a population of 126,457 by 2040 based on a medium growth scenario. 1.2 The Affordable Housing Advisory Committee As a recipient of State Housing Initiatives Partnership (SHIP) funds the City established an Affordable Housing Advisory Committee (AHAC) in September 2023 as required by Florida Statute (F.S.), Section 420.9076. Section 420.9076, F.S., effective October 1, 2020, requires all municipalities receiving SHIP funds to: a) Establish an Affordable Housing Advisory Committee (AHAC); b) Prepare Local Housing Incentive Strategies (LHIS) to facilitate the provision of affordable/workforce housing; and c) Amend the Local Housing Assistance Plan (LHAP) to include the recommendations of the LHIS. The AHAC is responsible for reviewing ordinances, land development regulations, Comprehensive Plan policies, and other aspects of the City’s policies and procedures that affect the cost of housing. In addition, the AHAC is responsible for making recommendations to encourage affordable housing. The AHAC was previously required to submit a LHIS report triennially (i.e., every three years). Effective October 1, 2020, the LHIS report must be submitted annually. The report includes recommendations by the AHAC as well as comments on the implementation of incentives for at least the following eleven (11) distinct areas: • The processing of approvals of development orders or permits for affordable housing projects is expedited to a greater degree than other projects, as provided in s. 163.3177(6)(f)3, F.S. • All allowable fee waivers provided for the development or construction of affordable housing. • The allowance of flexibility in densities for affordable housing. • The reservation of infrastructure capacity for housing for very-low-income persons, low-income persons, and moderate-income persons. • Affordable accessory residential units. • The reduction of parking and setback requirements for affordable housing. City of Clearwater Local Housing Incentive Strategies | 4 Economic Development & Housing Department • The allowance of flexible lot configurations, including zero-lot-line configurations for affordable housing. • The modification of street requirements for affordable housing. • The establishment of a process by which a local government considers, before adoption, policies, procedures, ordinances, regulations, or plan provisions that increase the cost of housing. • The preparation of a printed inventory of locally owned public lands suitable for affordable housing. • The support of development near transportation hubs and major employment centers and mixed- use developments. 1.2.1 Committee Composition The City of Clearwater’s first eleven-member AHAC was established on June 19, 2008, representing those actively engaged in the provision of affordable housing. The composition of the first AHAC is outlined in Resolution #08-15 (see Appendix A). This first AHAC prepared the City’s original LHIS, which was approved in December 2008. Although Florida Statutes required the LHIS to be reviewed by the AHAC triennially, the City was not required to review the LHIS in 2011 because it did not meet the SHIP funding threshold at that time. In 2014, however, the SHIP funding threshold for LHIS review was met. On August 18, 2014, the City formed a second eleven-member AHAC, which reviewed and updated the LHIS in December 2014. The composition of the second AHAC is outlined in Resolution #14-26 (see Appendix A). The City formed a third eleven-member AHAC on October 5, 2017, which reviewed and updated the LHIS by December 2017. Although the Florida Statute no longer required a resolution of City Council to appoint the AHAC, the third AHAC was appointed by City Council action as Resolution #17-34 (see Appendix A). On September 17, 2020, the City formed a fourth eleven-member AHAC to review and update the LHIS by December 2020. The fourth AHAC was appointed by City Council action as Resolution #20-50 (see Appendix A). On September 2, 2021, the City formed a fifth eleven-member AHAC to review and update the LHIS by December 2021. The fifth AHAC was appointed by City Council action as Resolution #21-30 (see Appendix A). On September 1, 2022, the City formed a sixth eleven-member AHAC to review and update the LHIS by December 2022. The sixth AHAC was appointed by City Council action as Resolution #22-19 (see Appendix A). On September 7, 2023, the City formed a seventh eleven-member AHAC to review and update the LHIS by December 2023. The seventh AHAC was appointed by City Council action as Resolution #23-12 (see Appendix A). City of Clearwater Local Housing Incentive Strategies | 5 Economic Development & Housing Department Section 420.907, F.S. lists the categories from which AHAC members must be selected. There must be at least eight (8) but not more than 11 committee members with representation from at least six (6) of the following categories: • Citizen actively engaged in the residential home building industry in connection with affordable housing. • Citizen actively engaged in the banking or mortgage banking industry in connection with affordable housing. • Citizen representative of those areas of labor actively engaged in home building in connection with affordable housing. • Citizen actively engaged as an advocate for low-income persons in connection with affordable housing. • Citizen actively engaged as a for-profit provider of affordable housing. • Citizen actively engaged as a not-for-profit provider of affordable housing. • Citizen actively engaged as a real estate professional in connection with affordable housing. • Citizen actively serving on the local planning agency pursuant to Section 163.3174, F.S. • Citizen residing within the jurisdiction of the local governing body marking the appointments. • Citizen who represents employers within the jurisdictions. • Citizen who represents essential services personnel, as defined in the Local Housing Assistance Plan (LHAP). Additionally, effective October 1, 2020, at least one committee member must be a locally elected official from the participating jurisdiction (i.e., a City Councilmember). The appointed 2023 AHAC members are included in Table 1, along with their category affiliation. Table 1: Committee Composition Name Category Represented Date Appointed 1. David Harder Labor Engaged in Affordable Housing September 7, 2023 2. Robyn Fiel Banking & Mortgage Industry September 7, 2023 3. Linda Byars Advocate for Low-Income Persons September 7, 2023 4. Lindsay Dicus-Harrison Real Estate Professional September 7, 2023 5. Carmen Santiago Citizen Residing in Clearwater September 7, 2023 6. Camille Hebting Represents Employers in Clearwater September 7, 2023 7. Kevin Chinault Not-For-Profit Provider of Affordable Housing September 7, 2023 8. Pierre Cournoyer Residential Home Building Industry September 7, 2023 9. Bruce Rector Serves on the Local Planning Agency September 7, 2023 10. Jacqueline Rivera Represents Essential Services Personnel September 7, 2023 City of Clearwater Local Housing Incentive Strategies | 6 Economic Development & Housing Department 11. Kathleen Beckman Locally Elected Official (City Councilmember) September 7, 2023 1.3 Process to Develop the Local Housing Incentive Strategies To update the LHIS, City staff and AHAC members actively participated in the following activities to fulfill the requirements of Section 420.9076, F.S. • Review of requirements of Section 420.9076, F.S. • Discussion regarding main issues/barriers affecting the production of affordable housing (see Appendix B) • Discussion with for-profit and non-profit developers to identify main barriers to the provision of affordable housing (see Appendix B) • Evaluation with City staff and AHAC of the current regulations (comprehensive plan, code, and ordinances) that provide developer incentives for the provision of affordable housing • Update of the LHIS report Chart 1 outlines the schedule established in Florida Statutes to prepare the LHIS: Chart 1: Schedule to Meet Requirements Source: Originally based on Florida Housing Coalition, Webinar, SHIP Incentive Strategies and the AHAC, 2019, updated to reflect City of Clearwater events and dates. II. LOCAL HOUSING INCENTIVE STRATEGIES The City of Clearwater’s seventh eleven-member AHAC was formed in September 2023 to review and update the values, principles, vision, and recommendations for the LHIS. The resulting values, principles and vision are found in Appendix C and the resulting recommendations are found in Section 2.1 and 2.2 below. City of Clearwater Local Housing Incentive Strategies | 7 Economic Development & Housing Department 2.1 Affordable Housing Incentives The following provides synopses of the City’s current affordable housing practices, including policies,1 procedures, ordinances, and regulations. The following also outlines the AHAC’s evaluation of the recommendations to incentivize affordable housing that were previously approved in 2022. As part of the evaluation, the AHAC may continue, modify, or remove some recommendations and may add new recommendations as relevant. Recommendations for incentives are organized by the strategic incentives cited in Florida Statutes respective to the SHIP program funding. Section 420.9076, F.S., cites 11 areas of affordable housing incentives for examination by the AHAC. The AHAC evaluated the City’s implementation of various incentives in these 11 areas and recommended other areas not cited in the statute. This evaluation of recommendations occurred during meetings with the AHAC and City staff from September through December 2023. The following provides the schedule of these meetings: 9/12/2023 Meeting with the AHAC and staff of the Economic Development & Housing Department 10/3/2023 Meeting with the AHAC and staff of the Economic Development & Housing Department 10/24/2023 Meeting with the AHAC and staff of the Economic Development & Housing Department 11/14/2023 Public Hearing with the AHAC, staff of the Economic Development & Housing Department, and interested members of the public 12/7/2023 City Council meeting to accept the updated LHIS report Summaries of the AHAC meetings held on September 12, 2023, October 3, 2023, and October 24, 2023, can be found in Appendix D. The LHIS report is a result of the meetings held with the AHAC and the input of City staff to determine the feasibility of the AHAC recommendations. On November 14, 2023, the AHAC will review the LHIS report and finalize its recommendations regarding affordable housing incentives. The final recommendations, to be approved by the AHAC, are captured in Appendix E. The LHIS report will be heard by City Council on December 7, 2023, and the recommendations will be used to amend the Local Housing Assistance Plan (LHAP) and the City’s Comprehensive Plan. 1 All references made to the City’s “Comprehensive Plan” are drawn from the official document as adopted by City Council inclusive of any amendments as of July 20, 2023. City of Clearwater Local Housing Incentive Strategies | 8 Economic Development & Housing Department 2.1.1 Expedited Review Process Strategic Incentive No. 1 (Florida Statute) The processing of approvals of development orders or permits for affordable housing projects is expedited to a greater degree than other projects, as provided in s. 163.3177(6)(f)3, F.S. Meeting Synopsis: No discussion related to expediting review processes occurred during the first AHAC meeting on September 12, 2023. During the second and third AHAC meetings on October 3, 2023, and October 24, 2023, the committee discussed the duration of single-family permit reviews, an affordable housing “mentor” list, affordable housing brochure, builders’ workshop or interviews regarding templates/building example plans, and the request that the Neighborhood and Affordable Housing Advisory Board (NAHAB) be updated mid- year regarding the process of those activities. Duration of Review/Permitting Process During the second AHAC meeting on October 3, 2023, the “Request for Expedited Permit Processing for Affordable Housing Activity” form was discussed, along with the duration of single-family permit reviews. The AHAC inquired about the effectiveness of Recommendation 1.1, which requires reviews of single-family permit applications to be completed in four days of the initial submittal and three days of all subsequent submittals. Although the initial review by City staff occurs quickly, City staff and the committee noted that often there is a longer duration “back and forth” with the applicant and contractors to address those review comments that can delay the process. The AHAC noted that Recommendation 1.2 is reliant on applicant feedback to determine whether the listed measures are successful. City staff noted efforts to work with applicants. On October 24, 2023, the AHAC discussed the City’s review process, specifically related to setback reductions and sidewalks. Regarding sidewalks specifically, it was suggested that the Community Redevelopment Agency (CRA) consider a sidewalk program to complete sidewalk gaps. The AHAC discussed not allowing developers to make a payment in lieu of sidewalk construction. City staff suggested the option of Community Development Block Grant (CDBG) funding for sidewalks in eligible neighborhoods. Affordable Housing Mentor List On October 3, 2023, City staff noted that mentoring already occurs informally through networking and referrals from City staff. Regarding Recommendation 1.3, although a specific list of mentors is not yet available, City staff will work on developing a list in the coming year. City of Clearwater Local Housing Incentive Strategies | 9 Economic Development & Housing Department On October 24, 2023, the AHAC briefly discussed the affordable housing mentor list and how mentoring would work. Affordable Housing Brochure Recommendation 1.4 regarding the dissemination of information via a brochure and website is partially implemented. While information is readily available on the City’s website (e.g., purchase assistance, etc.), there still needs to be a brochure oriented toward the public that can be readily distributed in-person at events. The AHAC discussed how the City’s website is “fair” but should be benchmarked against other communities for improvement (e.g., City of Tallahassee). City staff noted that staffing issues have been a hurdle to implementing Recommendation 1.4, but that development of a brochure and further website improvements will be assigned in the coming year. The AHAC requested that the NAHAB be provided with a mid-year progress report regarding the development of a brochure. The AHAC also suggested that City staff work with the City’s Public Communications Department or an outside consultant to help design the brochure to ensure effective messaging and public access. Pre-Approved Templates/Building Example Plans On October 3, 2023, the AHAC discussed Recommendation 1.5, and the fact that no templates have been submitted. The AHAC noted that architects and developers may be hesitant to share such templates, citing intellectual property concerns. The AHAC discussed whether the City should provide affordable housing templates (e.g., single-family homes) or examples of possible lot configurations (e.g., corner lots) to expedite site planning. The AHAC noted that while templates add predictability to the process, their effectiveness as an expediting incentive is unknown. The AHAC suggested changing the word, “template” to “building example” or similar. The AHAC identified the need for a workshop with builders to determine why no templates have been submitted. On October 24, 2023, City staff reported that they met with builders (Tampa Bay Neighborhood Housing Services and Habitat for Humanity) most likely to benefit from pre-approved single-family templates/building example plans and started a conversation about the potential for such plans to expedite permit review. The AHAC then discussed the logistics of such plan submittal in more detail. City staff gave feedback regarding the cost of purchasing building example plans (e.g., pattern book) if City-provided, rather than builder-provided. The AHAC also discussed alternative housing type examples, such as container homes or tiny homes, as accessory dwelling units (ADUs) and maintaining examples of those. Lender Training Additionally, the AHAC discussed holding lender training for participating lenders in the Down Payment Assistance (DPA) program, including the lenders, builders, and title companies. City of Clearwater Local Housing Incentive Strategies | 10 Economic Development & Housing Department Specific Expedited Review Recommendations Although all recommendations were discussed during the second AHAC meeting on October 3, 2023, only changes to Recommendation 1.5 were proposed by the committee at that time. Those changes focused on clarifying the intent of expediting the permit review process. During the third AHAC meeting on October 24, 2023, the AHAC discussed making clarifications to Recommendations 1.1 and 1.2 regarding single-family versus multi-family applicability. The AHAC also discussed adding a timeline to Recommendation 1.3, providing an affordable mentor list by end of first quarter 2024, and Recommendation 1.4, development of a brochure also by end of first quarter 2024. The AHAC confirmed the previously proposed change to Recommendation 1.5 to change “template” to “building example” plans. City staff will provide a mid-year progress report to the NAHAB regarding these recommendations. The AHAC requested a comparative analysis of any timing improvements/benefits resulting from these recommendations, ideally at mid-term review but certainly before the AHAC reconvenes in 2024. In conclusion, minor changes to AHAC recommendations 1.1, 1.2., 1.3, 1.4, and 1.5 were proposed by the committee. Those changes focus on clarifying the applicability and timelines of implementation. Evaluation of Existing Strategy: The City of Clearwater Economic Development & Housing Department continues to provide a form titled, “Request for Expedited Permit Processing for Affordable Housing Activity” that, when completed and submitted by the developer, expedites permitting for affordable housing projects. The form can be issued for a site-specific project or for a one-year period, depending on a developer’s business strategy. This form does not expedite the review process for site plans, land use plan amendments, rezoning, or annexations, as these submittals are subject to board-dependent meeting schedules (e.g., Community Development Board, City Council). Currently, and depending on the type of project, the Assistant Director of the Economic Development & Housing Department and the Permit Manager and/or Planning Manager act as liaisons between the developer and the City. The Assistant Director of the Economic Development & Housing Department determines whether a project qualifies as affordable housing and, if eligible, provides the developer with the “Request for Expedited Permit Processing for Affordable Housing Activity” form and applicable checklists. The Economic Development & Housing Department and Planning & Development Department support customer service for potential affordable housing projects by providing information and responding to developer inquiries by the end of business day (EOB) or within 24 hours. The Planning & Development Department utilizes technology to enhance administrative efficiencies. All permitting is facilitated by a one-stop “ePermit Hub” portal that supports electronic plan submittal, review, and inspections, or through Accela. Information, forms, and checklists are available online and at the counter for all types of projects (not necessarily affordable housing). Target dates and permit status are posted via the ePermit Hub portal and review time has been generally reduced to 14 days. City of Clearwater Local Housing Incentive Strategies | 11 Economic Development & Housing Department The Housing Division recently updated its webpages to improve communication and another update is in process. The Planning & Development Department also provides information on its webpages. The City already maintains a “Building Plan Review Committee” webpage that summarizes the City’s development review processes; however, this webpage is not specific to policies or processes that incentivize affordable housing in the City of Clearwater. The link to this webpage is provided below: https://www.myclearwater.com/My-Government/City-Departments/Planning- Development/Construction-Services/Building-Plan-Review-Committee-BPRC-Site-Plan-Consultations While the City regularly encourages developers to submit template plans to expedite review, none have submitted template plans to date. AHAC Recommendation: Upon review of current City practices, the AHAC modified Recommendations 1.1., 1.2, 1.3, 1.4, and 1.5 from the 2022 LHIS Report as shown in strikethrough/underline : 1.1 Continue to use the “Request for Expedited Permit Processing for Affordable Housing Activity” form to fast-track affordable housing projects. Single-family Pprojects submitted with this form will receive priority during the permit review process by completing reviews of single-family permit reviews within four days of the initial submittal and within three days of all subsequent submittals. 1.2 The Assistant Director of Economic Development & Housing and Permit Manager will continue to be the primary and secondary points of contact when submitting multifamily affordable housing projects. Through close coordination, these two staff positions will: • Create and oversee an affordable housing “One Stop Streamline Permitting Process.” • Act as a liaison between the developer and all departments involved in the review and permitting process. • Organize and participate in the pre-application meetings. • Provide necessary information and forms to the developer to avoid delays during the application and review process. • Create a process and definitive project requirement checklist for affordable housing projects for each level of review and stage of permitting. • Create a definitive but feasible review timeline for affordable housing projects considering variables such as the type, size and impact in the community depending on the level of review and stage of permitting. • Release to the applicant and all City departments involved at once, written statements for additional requirements and project determinations. • Track the review process through the City’s online ePermit system. • Report to the developer the status of the application. City of Clearwater Local Housing Incentive Strategies | 12 Economic Development & Housing Department 1.3 Continue to improve customer service toward potential project applicants by: • Maintaining a positive attitude • Offering a quick response time via email or phone calls • Making available project requirements and forms • Providing a list of potential mentors experienced in affordable housing development by end of first quarter 2024 and updated annually thereafter • Utilizing new technology to enhance administrative efficiencies and to educate developers about the City’s affordable housing incentives and permitting process by means of link sharing, web forms, videos/webinars, virtual meetings/forums, and other tools 1.4 Review and annually update Develop by end of first quarter 2024 and annually update thereafter a brochure and other informational handouts to be published in a prominent location on the City’s Affordable Housing webpage that explain the City's development approval and permitting process to developers, including but not limited to: • Relationship between City and County policies and the regulation of land use, density, and intensity • City-sponsored incentives for affordable housing such as the "Request for Expedited Permit Processing for Affordable Housing Activity" form, Affordable Housing Density Bonus, Parking Reductions, and Nonconforming Exemption for Affordable Housing 1.5 Encourage affordable housing developers of single-family homes to submit frequently used template building example plans for pre-screening by the Building Official to further expedite the staff permit review process. Implementation: Recommendations 1.1, 1.2, 1.3, 1.4, and 1.5 are already implemented to varying degrees by City staff; however, Recommendations 1.3, 1.4, and 1.5 will require further coordination between the Assistant Director of Economic Development & Housing and Permit Manager to fully implement. Over the next year, City staff will focus on developing a list of mentors (Recommendation 1.3), developing an affordable housing brochure (Recommendation 1.4), and holding a workshop with builders (Recommendation 1.5) to identify permitting incentives. NAHAB Assignment: A mid-year progress report will be provided to the NAHAB regarding the provision of an affordable housing mentor list, development of a brochure, and success of template/building example plans submittal. City of Clearwater Local Housing Incentive Strategies | 13 Economic Development & Housing Department 2.1.2 Modification of Fees Strategic Incentive No. 2 (Florida Statute) All allowable fee waivers provided for the development or construction of affordable housing. Meeting Synopsis: No discussion regarding the modification of fees occurred during the first AHAC meeting on September 12, 2023. During the second AHAC meeting on October 3, 2023, the AHAC discussed fee benchmarking. City staff noted that building permit fees were just recently lowered for affordable housing. A larger citywide fee benchmarking study is forthcoming in the future. City staff provided information about the City’s current fee incentives for affordable housing. The AHAC made no changes to Recommendations 2.1, 2.2, 2.3, or 2.4 during the second AHAC meeting. During the third AHAC meeting on October 24, 2023, the AHAC continued to discuss fee benchmarking. The AHAC requested clarification regarding how often fee benchmarking should occur. City staff stated that the City of Clearwater already has low building permit and plan review fees, since recently reduced by 75 percent; however, a larger fee study would be farther in the future. The AHAC discussed whether fee reductions are passed to the end consumer. The committee discussed how such reductions keep affordable housing feasible, along with the amount of assistance provided. During the third AHAC meeting, the AHAC made a change to Recommendation 2.2 to establish a timeline for assessment of the feasibility of reducing, refunding, or redefining fees. The AHAC made no changes to Recommendations 2.1, 2.3, or 2.4 during the third AHAC meeting. Evaluation of Existing Strategy: While impact fees do increase the costs of affordable housing; it is also true that affordable housing creates the same demand for public infrastructure as other types of development. Therefore, the City of Clearwater charges specific fees to conduct development reviews and issue permits for affordable housing projects. The current City of Clearwater fee structure is adopted as Appendix A (Schedule of Fees, Rates and Charges) of the Community Development Code. Development review fees are based on the level of review, and permitting fees are based on construction valuation. City of Clearwater impact fees are assessed per unit. Depending on market conditions, these fees could potentially deter the development of affordable housing. In Florida, impact fees may be waived by exception for affordable housing projects consistent with the Florida Impact Fee Act, Section 163.31801(11), F.S., which does not require the local government City of Clearwater Local Housing Incentive Strategies | 14 Economic Development & Housing Department to use any revenues to offset the revenue loss. This exception or waiver is applicable to housing that is affordable as defined by Section 420.9071, F.S. (i.e., 30% of 120%). In 2016, Pinellas County restructured its transportation impact fees to fund not only standard road widening but also multi-modal improvements such as mass transit, bicycle, or pedestrian features. Such alternative modes of transportation are beneficial to persons without reliable access to an automobile and complement the provision of affordable housing. Consequently, the 2017 AHAC recommended coordination with Pinellas County regarding data-based rate flexibility within the multi-modal impact to support the provision of affordable housing. The City of Clearwater is identified as Multi-Modal Impact Fee District #6/6A within Pinellas County. A Multimodal Impact Fee is charged to offset the cost of improvements needed as development occurs and population increases resulting in an increased burden on traffic infrastructure. Revenue from the fee is shared between Pinellas County and the City of Clearwater. The fee can be reduced or offset through a traffic study, reduction for low-income housing, and pre-existing development traffic counts. Fee Waiver or Exemption – Government projects (e.g., library, rec center, etc.) are exempt. This exemption applies to both the City and County portion of impact fee revenue. Reduction for low-income housing: • A single-family home under 1,500 square feet (SF) for a qualifying low-income household (LIHH) is charged $653 compared to $1,003 for the same size home for a household not qualifying as LIHH. The fee for non-qualifying LIHH increases as follows: $1,242 for 1,501 SF to 2,499 SF; and $1,529 for a home 2,500 SF and larger. Square footage is determined by heated area. • Multi-family projects for qualifying LIHH are charged $557/unit while projects not qualifying as LIHH are charged $972/unit. Fees are cited in Pinellas County’s Land Development Code, Chapter 150, Article II. Alternatively, applicants can submit independent analysis to support further reduction of impact fees based on trip generation or economic studies. In 2021, the AHAC recommended that the new Parks & Recreation impact fee structure either reduce or waive impact fees for affordable housing. These fees were adopted by City Council on July 20, 2023, and were revised to include a waiver for affordable housing. The Planning & Development Department also recently completed changes to its fee structure to reduce plan review and permit fees by 75% for affordable housing. Moreover, the Economic Development & Housing Department has a policy for City-funded affordable housing projects whereby, if the developer does not realize a 12% profit on total development costs, the City will write-down the loan to provide for a 12% profit. City of Clearwater Local Housing Incentive Strategies | 15 Economic Development & Housing Department AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendations 2.1, 2.3, and 2.4 from the 2022 LHIS report with no changes, and modified Recommendation 2.2 as shown in strikethrough/underline: 2.1 Coordinate with Pinellas County regarding data-based rate flexibility within the multi- modal impact fee to support the provision of affordable housing. 2.2 Continue to Annually assess the financial, legal, and administrative feasibility of reducing, refunding, or redefining (by unit size) the costs of impact fees and/or permitting fees related to the development of affordable housing with the goal of being on par with other municipalities in Pinellas County. 2.3 The Planning & Development Department will continue to implement the fee Schedule of Fees Rates and Charges ordinance to provide for a reduction in the Plan Review and Permit Fees for single-family homes. 2.4 The Economic Development & Housing Department will continue to assist with the payment of Plan Review and Permit Fees and impact fees utilizing state and federal funds designated for affordable housing. Implementation: Recommendation 2.1 is already implemented by Pinellas County but requires ongoing coordination between jurisdictions to certify affordable housing projects. This coordination will be implemented by the Engineering Department and will be monitored by City staff of the Economic Development & Housing Department and Planning & Development Department. In response to Recommendations 2.2, 2.3, and 2.4, City staff will continue to monitor how its internal departments and other local governments are addressing plan review and permit fees and impact fees to ensure Clearwater’s incentives are competitive throughout the region. 2.1.3 Flexible Densities Strategic Incentive No. 3 (Florida Statute) The allowance of flexibility in densities for affordable housing. Meeting Synopsis: Flexible densities were discussed during the first AHAC meeting on September 12, 2023, in the context of the Live Local Act, Chapter 2023-17, Laws of Florida. Under the Live Local Act, cities may approve affordable housing projects, including mixed-use projects, on land zoned for commercial or industrial if at least 10% of units are affordable. The Live Local Act also requires cities to allow multi-family and mixed-use in any area zoned commercial, industrial, or mixed-use if 40% of units are affordable for a least 30 years. If a project meets the affordability thresholds under the Live Local Act, cities may not City of Clearwater Local Housing Incentive Strategies | 16 Economic Development & Housing Department restrict the project’s density below the highest allowed residential density anywhere in the city. Moreover, cities may not restrict the project’s height below the highest allowed height within 1 mile of the project, or 3 stories, whichever is higher. During the second AHAC meeting on October 3, 2023, City staff discussed the Live Local Act and noted that the City is working on implementation to include a Frequently Asked Questions (FAQ) resource on the City’s website. The City is tackling related policy changes first, with changes to the Community Development Code later. The AHAC made no changes to Recommendations 3.1, 3.2, or 3.3 during the second AHAC meeting. During the third AHAC meeting on October 24, 2023, the AHAC discussed putting a timeline on the Live Local Act FAQ, possibly mid-year. City staff noted that the FAQ is nearly drafted and proposed policies will be taken to City Council in December 2023. During the third AHAC meeting, the AHAC made changes to Recommendation 3.1 to add reference to the Live Local Act. The AHAC made no changes to Recommendations 3.2 or 3.3 during the third AHAC meeting. Evaluation of Existing Strategy: The City of Clearwater supports flexibility in densities for affordable housing through its Comprehensive Plan policies and through its Community Development Code. The City’s current Comprehensive Plan was most recently amended on July 20, 2023; however, the new Clearwater 2045 Comprehensive Plan is expected to be adopted in January 2024. Existing Comprehensive Plan policies in support of flexible densities are adopted in the Future Land Use Element (FLUE) and Housing Element as follows: Policy A.2.2.12 – The City will permit density bonuses for affordable housing developments provided that between 15% and 25% of the total units are reserved as affordable housing units. Such bonuses shall not exceed 50% of the density permitted by the Future Land Use Map and shall not include properties located in the Coastal Storm Area. The density bonus shall be established by ordinance in the Community Development Code. (FLUE) Policy C.1.9.1 – The City will permit density bonuses for affordable housing developments provided that between 15% and 25% of the total units are reserved as affordable housing units. Such bonuses shall not exceed 50% of the density permitted by the Future Land Use Map and shall not include properties located in the Coastal Storm Area. The density bonus shall be established by ordinance in the Community Development Code. (Housing Element) In January 2024, under the Clearwater 2045 Comprehensive Plan, these existing policies will be replaced with the following new policies regarding density flexibility: Policy QP 6.1.5 – Continue to provide density bonuses for affordable housing developments consistent with the CDC [Community Development Code]. Such bonuses shall not be provided to City of Clearwater Local Housing Incentive Strategies | 17 Economic Development & Housing Department properties within in the Coastal Storm Area unless preempted by state legislation. (Quality Places Chapter) Policy QP 6.1.8 – Develop standards to implement state legislation allowing affordable housing to be built on any parcel of land zoned for commercial or industrial use. (Quality Places Chapter) Consistent with the Comprehensive Plan and previous AHAC recommendations, the Community Development Code contains affordable housing incentives under Section 3-920 that include a density bonus. Within Section 3-920, there is a requirement for a pre-application meeting to determine a project’s eligibility for the density bonus. Subsection “A. Affordable Housing Density Dwelling Units” contains specific criteria and simplified formulas for calculating the additional density available to affordable housing projects. The Community Development Code outlines the procedures for review and approval, percentages of affordable units, standards such as compatibility and green design, and required covenants to maintain affordability. Recently, the Planning & Development Department added language to the City’s affordable housing incentives to provide more clarity regarding the density bonus provision. Density allowances are typically confirmed with City staff during pre- application Building Plan Review Committee (BPRC) meetings. In addition to the Density Bonus, the Community Development Code establishes flexibility criteria for specific uses requiring additional development review. Such uses fall into two categories: Flexible Standard Development and Flexible Development. Flexible Standard Development – Typically requires Level One approval, which involves review by City staff only, including the Development Review Coordinator and Development Review Committee. Flexible Development – Typically requires Level Two approval, which involves review by the Community Development Board. Some applications may warrant additional review, in which case Level Three approval is required. Level Three approval involves greater complexity and requires action by the City Council. In some cases, affordable housing projects also fall under the flexible development criteria for the specific zoning district in which the project is located, which typically require Level Two approval. For example, Section 2-704 defines infill flexibility criteria for the Commercial zoning district, which includes Flexibility Criteria F.5.d, “…the proposed use provides for the provision of affordable housing.” Additionally, the City of Clearwater maintains a “Public Amenities Incentive Pool” (Section C-301) and application process whereby applicants can request additional density in return for projects located in Character Districts designated by the Downtown Redevelopment Plan that also provide for eligible public amenities identified within that plan. On April 20, 2023, Ordinance Number 9664-23 was passed to update Section C-301 to include language regarding the tiered Public Amenities Incentive Pool which encourages even greater density for multi-family rentals. City of Clearwater Local Housing Incentive Strategies | 18 Economic Development & Housing Department AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendations 3.2 and 3.3 from the 2022 LHIS report with no changes, and modified Recommendation 3.1 as shown in strikethrough/underline: 3.1 Continue to provide allowance of density flexibility for affordable housing developments by City policy and to monitor State legislation regarding density flexibility, including but not limited to the Live Local Act. 3.2 Maintain specific parameters to grant density flexibility for affordable housing projects as allowed in the Community Development Code within the different zoning districts. 3.3 Continue to define the density allowance for an affordable housing project as part of a pre-application meeting prior to formal submission of the civil/site engineering requirements. Implementation: Recommendations 3.1, 3.2, and 3.3 are already implemented by the Comprehensive Plan or Community Development Code and will be continued. The effectiveness of existing policies will be more fully evaluated through the Comprehensive Plan update process through 2024, which will include analysis by City staff and public hearings by City Council that may result in Comprehensive Plan amendments. The City is beginning to tackle policy changes related to the Live Local Act. In the meantime, a Live Local Act FAQ resource will be prepared by City staff and posted to the City’s website. 2.1.4 Infrastructure Capacity Strategic Incentive No. 4 (Florida Statute) The reservation of infrastructure capacity for housing for very-low-income persons, low-income persons, and moderate-income persons. Meeting Synopsis: The City’s infrastructure capacity was not identified as an affordable housing barrier during meetings with the AHAC and City staff. The City of Clearwater is nearly built-out and has sufficient infrastructure capacity for infill development. Therefore, there is no need to reserve infrastructure capacity. During the second AHAC meeting on October 3, 2023, the AHAC discussed infrastructure capacity with City staff, and ultimately continued the previous recommendation of “no recommendation” from the 2022 LHIS report with no changes. The AHAC did not further discuss infrastructure capacity on October 24, 2023, and again continued the previous recommendation of “no recommendation” from the 2022 LHIS report with no changes. City of Clearwater Local Housing Incentive Strategies | 19 Economic Development & Housing Department Evaluation of Existing Strategy: The City of Clearwater does not require reservation of infrastructure capacity specific to housing for very-low-income, low-income, and moderate-income persons. The City is nearly built-out and has excess capacity for its public facilities. Consistent with the City’s current Comprehensive Plan, the Planning & Development Department closely monitors all concurrency requirements so that adequate infrastructure is in place prior to development: Policy I.1.3.2 – The City shall determine, 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. The applicable water supplier shall be consulted prior to the issuance of a building permit to ensure potable water will be available prior to the issuance of a certificate of occupancy. (Capital Improvements Element) In January 2024, under the Clearwater 2045 Comprehensive Plan, this existing policy will be replaced with the following new policy regarding concurrency: Policy PI 10.2.1 – Determine, 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. (Plan Implementation Chapter) Since 2021, no functional changes in City policy or practice regarding the reservation of infrastructure capacity have occurred (neither for affordable housing nor other types of development). AHAC Recommendations: Upon review of current City practices, the AHAC made no change to the recommendation of “no recommendation” as previously approved : We do not recommend that the City of Clearwater include the reservation of infrastructure capacity for housing for very-low-income persons, low-income persons, and moderate-income persons as an incentive for the provision of affordable housing. Implementation: Not applicable (no recommendation) 2.1.5 Accessory Dwelling Units Strategic Incentive No. 5 (Florida Statute) Affordable accessory residential units. City of Clearwater Local Housing Incentive Strategies | 20 Economic Development & Housing Department Meeting Synopsis: During the first AHAC meeting on September 12, 2023, the AHAC discussed accessory dwelling units (ADUs) in the context of short-terms rentals such as Airbnb. Although the City’s Community Development Code allows for ADUs in nonresidential zoning districts, the allowance of ADUs on residential lots incentivizes affordable housing only if occupancy/tenure requirements are in place to discourage short-term rental of such units. Relatedly, the AHAC discussed investor real estate and general inflation as barriers to affordable housing. It was noted that investors take affordable housing off the market, drive-up costs, and compete with residents and affordable housing developers to buy properties. The AHAC discussed reasons why landlords/property owners may be choosing short-term rentals over long-term rentals. The AHAC also discussed potential incentives to eliminate this barrier, including increased code enforcement and financial incentives (e.g., rebates, etc.) to make long-term rentals more attractive to landlords/property owners. The AHAC requested data and analysis regarding non-owner-occupied housing in the City of Clearwater, and a cost comparison analysis of short-term versus long-term rentals. During the second AHAC meeting on October 3, 2023, the committee continued Recommendations 5.1, 5.2, and 5.3 with no changes. Recommendation 5.1 is already implemented by the Community Development Code. Recommendation 5.2 and 5.3 are partially implemented by policies and will be revisited during the City’s Comprehensive Plan update process through 2024. However, the AHAC discussed the need for more immediate implementation of those policies, including specific Community Development Code standards such as parking and occupancy/tenure flexibility, and the need for education about ADUs as affordable housing. During the third AHAC meeting on October 24, 2023, City staff discussed the City’s recent Comprehensive Plan updates, which provide new policies pertaining to accessory dwelling units (ADUs). Specifically, Recommendation 5.2 should be updated to reflect new Clearwater 2045 Comprehensive Plan policies in the Quality Places Chapter. The Consultant was directed to follow-up with City staff regarding Recommendation 5.3 regarding alternative housing types and corresponding policy references. The AHAC discussed the relationship between ADUs and affordable housing. City staff discussed Naturally Occurring Affordable Housing (NOAH) and the realities of ADU construction. The AHAC discussed how to offset the costs of ADU construction. The effect on income limits and homestead exemptions were discussed. Partnerships with the Public Housing Authority and Tenant-Based Rental Assistance (i.e., vouchers) were also discussed. In response to AHAC questions, City staff discussed land use restrictions and other measures applicable to City-funded affordable housing projects. The AHAC discussed CRA and tax increment financing restrictions with monitoring. City staff discussed the issue of monitoring. The AHAC continued the discussion of ADUs and parking from October 3, 2023. City staff noted that the City will be working on specific Community Development Code standards, particularly for the City of Clearwater Local Housing Incentive Strategies | 21 Economic Development & Housing Department North Greenwood CRA, to address ADUs and related issues such as parking and occupancy/tenure flexibility, and further education about ADUs as affordable housing. The AHAC also discussed the barrier of insurance, which is widespread across Florida and not unique to the City of Clearwater. Evaluation of Existing Strategy: The City allows for the provision of accessory dwelling units in nonresidential zoning districts, including the City’s Commercial (“C”), Tourist (“T”), Downtown (“D”), Office (“O”), Institutional (“I”), and Industrial Research and Technology (“IRT”) districts, as described in the Community Development Code. Regarding the allowance of accessory residential units in residential zoning districts, the Housing Element of the City’s current Comprehensive Plan was recently updated to provide for expanded housing options, including tiny homes, and to exempt accessory dwelling units from density provisions if consistent with neighborhood character: Policy C.1.1.2 – The City shall create provisions within the Community Development Code for expanding housing options that meet the changing needs of residents in terms of unit sizes, housing types, levels of affordability, and locations, while preserving existing housing, including “missing middle” housing types such as tiny houses, cottages, duplexes, courtyard housing, and small apartment buildings, and accessory dwelling units (ADUs). (Housing Element) Policy C.1.1.8 – To provide additional and diverse housing options integrated into existing neighborhoods, accessory dwelling units shall be exempt from density provisions and allowed in certain residential zoning districts compliant with Community Development Code provisions which provide for consistency with neighborhood character. Such accessory dwelling units cannot be used for short-term rental purposes. (Housing Element) In January 2024, under the Clearwater 2045 Comprehensive Plan, these existing policies will be replaced with the following new policies regarding ADUs and “missing middle” housing types: Policy QP 6.1.6 – Establish missing middle and senior housing density bonuses and standards in the CDC consistent with provisions of the Countywide Rules. (Quality Places Chapter) Policy QP 6.1.7 – Support amendments to the CDC to enable greater housing diversity and affordability, such as accessory dwelling units and other missing middle housing types. (Quality Places Chapter) Policy QP 6.1.10 – Allow 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. (Quality Places Chapter) City of Clearwater Local Housing Incentive Strategies | 22 Economic Development & Housing Department Although expected to be adopted by policy, these actions have not been fully implemented as standards in the Community Development Code. The implementation of these policies will be reviewed through 2024, which will afford City staff the opportunity to consider other alterative housing type standards, including co-housing, based on regional examples and best practices. AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendations 5.1 and 5.3 from the 2022 LHIS report with no changes, and modified Recommendation 5.2 as shown in strikethrough/underline: 5.1 Continue to allow for accessory dwelling units in nonresidential zoning districts as described within the City’s Community Development Code. 5.2 Revisit with Implement City Council Comprehensive Plan Policy C.1.1.2 QP 6.1.7 and Policy C.1.1.8 QP 6.1.10 to consider allowing one accessory dwelling units on a residential lot of any size provided that certain criteria are met by providing corresponding standards in the CDC. Such criteria standards may include: • Maximum unit size, parking standards, setback, and height requirements to facilitate review and to ensure neighborhood compatibility, which may be presented using a pattern book or similar means to expedite approval. • Occupancy/tenure requirements so that the principal dwelling unit remains owner-occupied, the accessory dwelling unit is not used for short-term rental, and the number of occupants is limited to that which is reasonable for the unit size. 5.3 Provide flexibility for other alternative unit types such as co-housing to incentivize unconventional solutions to address affordable housing needs and support aging-in-place within existing neighborhoods. Implementation: Recommendation 5.1 is already implemented by the Community Development Code and will be continued. Recommendation 5.2 and 5.3 will be implemented following the Comprehensive Plan update process. However, implementation of those policies will also need to occur as standards in the Community Development Code to address parking flexibility and occupancy/tenure to ensure both compatibility and opportunity for affordable housing. 2.1.6 Parking Reductions Strategic Incentive No. 6 (Florida Statute) The reduction of parking and setback requirements for affordable housing. City of Clearwater Local Housing Incentive Strategies | 23 Economic Development & Housing Department Meeting Synopsis: No discussion regarding parking or setback reductions occurred during the first AHAC meeting on September 12, 2023. During the second AHAC meeting on October 3, 2023, the AHAC discussed parking and setback reductions in the context of flexibility to support affordable housing. The AHAC discussed how single- family residential standards are lagging multi-family standards in terms of site design flexibility and the “best use” of land. City staff noted that the Community Development Code was recently amended to allow flexibility by administrative review for residential infill. City staff also noted that the City is working on specific standards for North Greenwood to incentivize other housing types (e.g., duplex and quadruplex) while preserving the look and feel of the neighborhood. City staff noted the need to balance flexible site design with expeditious review. The AHAC also discussed the need to balance off-street parking reduction with safety concerns. The committee discussed the need for education about parking, such as where residents are allowed to park and current parking regulations/laws in the city. Code enforcement of parking regulations was discussed to reserve sidewalks and right-of-way for their intended uses. To that end, the AHAC noted that sidewalk systems need to be completed to improve the usability of neighborhoods, reduce vehicle reliance, and offset the impacts of off-street parking reduction when allowed. During the second AHAC meeting on October 3, 2023, the AHAC continued Recommendations 6.1 and 6.2 with no changes, since the AHAC discussion is broadly captured by those two recommendations. During the third AHAC meeting on October 24, 2023, parking and setback reductions were not further discussed. Again, the AHAC made no changes to Recommendations 6.1 and 6.2, since the previous AHAC discussion from October 3, 2023, was broadly captured by those two recommendations. Evaluation of Existing Strategy: The Housing Element of the City’s current Comprehensive Plan supports the reduction of parking and setback requirements for affordable housing through the following policies: Policy C.1.9.2 – Allow flexibility with regard to setbacks and off-street parking to accommodate density bonuses associated with affordable housing developments provided the project design does not detract from the established or emerging character of the immediate vicinity. (Housing Element) Policy C.1.9.3 – Allow flexibility with regard to off-street parking for projects containing affordable housing units located within 1000 feet of a transit stop. (Housing Element) In January 2024, under the Clearwater 2045 Comprehensive Plan, these existing policies will be replaced with the following new policies regarding development flexibility: Policy QP 2.2.1 – Review the US 19 Zoning District and Development Standards to ensure provisions encourage transit-supportive and walkable forms of development while allowing sufficient levels City of Clearwater Local Housing Incentive Strategies | 24 Economic Development & Housing Department of flexibility to address unique development opportunities and constraints. (Quality Places Chapter) In general, the City’s Community Development Code establishes parking flexibility criteria for specific uses requiring additional development review. For example, attached dwellings, residential infill projects, comprehensive infill redevelopment projects, or other uses that could provide affordable housing, may qualify as Level Two uses and allow for flexible development standards, including reduced parking and setbacks. More specifically, the Community Development Code allows for the reduction of parking requirements for affordable housing if the project is located near a transit stop: Article 3, Division 9, Section 3-920.B. Affordable housing parking reductions – Any reduction in required off-street parking shall only apply to those dwelling units which are certified by the City’s Economic Development and Housing Department as affordable housing. All other dwelling units not certified as affordable housing shall meet the minimum off-street parking requirements set out for the use in the applicable zoning district. Certified affordable housing projects may be eligible for a reduction in the required off-street parking consistent with the following: a. The parking requirement may be reduced to between one and one-half (1.5) and one (1) space per unit for projects located within 1,000 feet of a transit stop if the affordable housing units are designated for senior citizens or disabled persons. b. For all other affordable housing projects, the parking requirement may be reduced to between one and one half (1.5) and one and one quarter (1.25) space per unit for projects located within 1,500 feet of a transit stop with 30-minute or more frequent service during peak hours and 60-minute or more frequent service during off-peak hours. c. The distance a site is from a transit stop shall be measured from the nearest point of exit from the parcel based upon the shortest route of ordinary pedestrian travel. AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendations 6.1 and 6.2 from the 2022 LHIS report with no changes: 6.1 Continue to allow flexible setback requirements for affordable housing developments. 6.2 Continue to tie reductions of off-street parking requirements to proximity and access to alternative modes of transportation, including transit, sidewalks, trails, or other options. Implementation: Recommendations 6.1 and 6.2 are already implemented by the Comprehensive Plan or Community Development Code and will be continued. The effectiveness of existing policies will be more fully evaluated following the Comprehensive Plan update process. City staff will also evaluate the City of Clearwater Local Housing Incentive Strategies | 25 Economic Development & Housing Department effectiveness of existing standards in the Community Development Code related to reduced requirements for affordable housing. 2.1.7 Flexible Lot Configurations Strategic Incentive No. 7 (Florida Statute) The allowance of flexible lot configurations, including zero-lot-line configurations for affordable housing. Meeting Synopsis: No discussion regarding flexible lot configurations occurred during the first AHAC meeting on September 12, 2023. During the second AHAC meeting on October 3, 2023, the AHAC’s discussion of Strategic Incentive No. 6 (Parking Reductions) continued into the discussion of Strategic Incentive No. 7 (Flexible Lot Configurations). After discussion, the AHAC continued the previous recommendation from the 2022 LHIS report with no changes. During the third AHAC meeting on October 24, 2023, flexible lot configurations were not further discussed. Evaluation of Existing Strategy: A legal lot of record, by definition, has fixed boundaries by a plat recorded in the Official Records of Pinellas County. It is therefore assumed that this incentive is intended to address flexible site plan configurations, rather than single flexible lot configurations. The City currently allows for site plan flexibility through the development review process, as supported by the City’s Community Development Code and Article 2. Zoning Districts therein, which establishes flexibility criteria for specific uses. Such criteria may allow for more flexible site plan configurations but may also require an improved site plan to document how the flexibility will result in better design and/or appearance. The allowance of flexible site plan configurations, including zero-lot line configurations for affordable housing, must be sensitive to the character and context of existing neighborhoods. To this end, the City’s incentives for affordable housing include compatibility criteria in conjunction with the density bonus as follows: Article 3, Division 9, Section 3-920.A.3.c.i. Compatibility Criteria – . . . b. Proportionality and scale of the proposed development shall be consistent with the community character of the immediate vicinity of the parcel proposed for development. City of Clearwater Local Housing Incentive Strategies | 26 Economic Development & Housing Department c. The overall aesthetics of the proposed development shall be compatible with or an improvement to the community character as determined by the community development coordinator. d. The scale and coverage of the proposed development shall be compatible with adjacent properties. If the overall bulk is larger than the surrounding buildings, the bulk may be reduced with the help of design elements such as step backs and setbacks… AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendation 7.1 from the 2022 LHIS report with no changes: 7.1 Continue to allow flexible lot configurations for affordable housing developments while remaining sensitive to the character and context of existing neighborhoods. Implementation: Recommendation 7.1 is already implemented by the Community Development Code and will be continued. 2.1.8 Modification of Street Requirements Strategic Incentive No. 8 (Florida Statute) The modification of street requirements for affordable housing. Meeting Synopsis: Street requirements were not identified as an affordable housing barrier during meetings with the AHAC and City staff. Therefore, modification of the City’s existing street requirements was not recommended. Evaluation of Existing Strategy: The City’s general standards for streets are defined in Article 3, Division 19, Section 3-1904 of the Community Development Code: Article 3, Division 19, Section 3-1904. Streets – Generally – A. The functional classification, arrangement, character, extent, width and location of all streets shall conform to the thoroughfare element of the comprehensive plan and shall be considered in their relation to existing and planned streets, topographical and environmental conditions, public convenience and safety, and their appropriate relationship to the proposed use of the land to be served by such streets. Section 3-1904 also specifies minimum right-of-way and lane designations for each classification of roadway, including neighborhood roads. A minimum pavement width of 24 feet plus curb is required City of Clearwater Local Housing Incentive Strategies | 27 Economic Development & Housing Department for all neighborhood roads, 26 feet plus curb for all local roads, and 37 feet for all collector roads. These requirements are in place to maintain public health and safety. Moreover, the City’s Community Development Code requires that all streets be improved by a developer with paving, curbs or gutters, and sidewalks or on-street parking where necessary. These standards apply to all development, including affordable housing projects. Since the City of Clearwater is nearly built out, the City’s infrastructure system is already in place, and it is not likely that affordable housing projects will need to provide local or collector roads. At most, such projects may require the provision of neighborhood roads internal to the site. AHAC Recommendation: Upon review of current City practices, the AHAC made no change to the recommendation of “no recommendation” as previously approved: Because such standards are in place to benefit public health and safety, we do not recommend that the City utilize the modification of street requirements as an incentive for affordable housing. Implementation: Not applicable (no recommendation) 2.1.9 Pre-Adoption Policy Consideration Strategic Incentive No.9 (Florida Statute) The establishment of a process by which a local government considers, before adoption, policies, procedures, ordinances, regulations, or plan provisions that increase the cost of housing. Meeting Synopsis: No specific issues with the City’s current pre-adoption policy consideration process were identified during meetings with the AHAC and City staff. The current process is working. During the second AHAC meeting on October 3, 2023, the AHAC continued Recommendations 9.1 and 9.2 with no changes. However, during the third AHAC meeting on October 24, 2023, the AHAC discussed whether Senate Bill 170, which requires a business impact estimate prior to passing an ordinance, affects affordable housing. In response, the AHAC made a change to Recommendation 9.2 to include related legislation in the types of regulatory instruments to be reviewed. Evaluation of Existing Strategy: The Economic Development & Housing Department typically reviews City policies, procedures, and regulations that may affect the cost of housing as part of its annual reporting for the State Housing Initiatives Partnership (SHIP) program and the Federal Community Development Block Grant and HOME Investment Partnership (HOME) programs. City of Clearwater Local Housing Incentive Strategies | 28 Economic Development & Housing Department Moreover, the Economic Development & Housing Department typically receives new City Comprehensive Plan and Community Development Code provisions and ordinances for comment and participates in the City’s review process prior to adoption. This review process is maintained as a regular agenda item during Senior Executive Team bi-monthly meetings. AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendations 9.1 from the 2022 LHIS report with no changes, and modified Recommendation 9.2 as shown in strikethrough/underline: 9.1 As part of its annual reporting, the Economic Development & Housing Department will continue to review all regulations and ordinances that may affect the cost of housing. 9.2 Continue the review process maintained by the Senior Executive Team through which any new regulatory instrument created in the City (Ordinances, regulations, etc.) or by related State legislation can be evaluated for its effect on housing affordability. Implementation: Recommendations 9.1 and 9.2 are already implemented through either state and federal reporting requirements or regular City staff meetings, which will be continued. 2.1.10 Inventory of Public Lands Strategic Incentive No. 10 (Florida Statute) The preparation of a printed inventory of locally owned public lands suitable for affordable housing. Meeting Synopsis: The inventory of public lands was discussed during the first AHAC meeting on September 12, 2023. The inventory was discussed within the context of the Live Local Act, which requires the inventory to be created and published prior to October 1, 2023, and triennially updated thereafter. City staff commented that the latest inventory (City Resolution #23-13, September 7, 2023), includes lots not zoned residential but that are appropriate for affordable housing consistent with the Live Local Act. At the second AHAC meeting on October 3, 2023, City staff further described the latest inventory published prior to October 1, 2023, which has 31 properties appropriate for affordable housing. Nonresidential properties are now included on the list. City staff coordinates with Pinellas County regarding their list. Habitat for Humanity is currently being considered for one property. The AHAC discussed nonconforming lots which may be considered substandard (e.g., too small) for development. City staff noted that platted lots of record are allowed one unit by right. City staff also noted ongoing coordination with code enforcement and foreclosures. City of Clearwater Local Housing Incentive Strategies | 29 Economic Development & Housing Department The AHAC inquired about the scoring system and noticing methods for the City’s lot disposition policy. City staff strives to make developers aware of the lot disposition policy; however, anyone can request to get on the list to receive notices. Recommendations 10.1, 10.2, 10.4, and 10.5 are ongoing. At the third AHAC meeting on October 24, 2023, the AHAC discussed the scoring matrix for the City’s Lot Disposition policy, and whether to add an incentive for ADUs. City staff noted that an additional point could be given for inclusion of ADUs. The AHAC discussed adding language to Recommendation 10.5 to add such incentive. The AHAC further discussed whether all lots would be eligible to include an ADU, and how scoring could be affected if a particular lot were not eligible. City staff proposed to discuss the scoring matrix with the NAHAB in more detail, and then provide a progress report to the 2024 AHAC when reconvened. Evaluation of Existing Strategy: The City of Clearwater is nearly built out. Most of the vacant parcels remaining are less than one acre in size. Due to the lack of land to develop affordable housing, the City offers flexibility through the Community Development Code to help developers utilize existing sites for infill and redevelopment projects. To facilitate affordable housing projects, the City keeps an inventory of publicly owned land suitable for affordable housing titled, “Affordable Housing Inventory List,” which is published on the City’s website: https://www.myclearwater.com/Business-Development/Affordable-Housing-for-Developers-and- Public-Service-Providers/Developers-and-Contractors#section-5 https://www.myclearwater.com/files/sharedassets/public/v/1/economic- development/documents/action-plan/2023-affordable-housing-inventory-list-2023-08-14.pdf The Affordable Housing Inventory List is maintained by current Comprehensive Plan policy: Policy C.1.2.6 - The City shall identify vacant and underutilized city-owned property that may be deemed surplus property and make it available for the development of affordable housing. (Housing Element) In January 2024, under the Clearwater 2045 Comprehensive Plan, this existing policy will be replaced with the following new policies regarding land for affordable housing: Policy QP 6.1.11 – Continue to identify surplus city-owned lands with potential to support affordable housing development and publish a list of properties on the city's website. (Quality Places Chapter) City of Clearwater Local Housing Incentive Strategies | 30 Economic Development & Housing Department Policy QP 6.1.12 – Identify other publicly or semi-publicly owned lands suitable for workforce and affordable housing and partner with property owners for potential development. (Quality Places Chapter) The Affordable Housing Inventory List is State mandated by Section 166.0451, F.S. and is triennially updated. Updates occurred in 2009 by City Resolution #09-41 (November 5, 2009), in 2013 by City Resolution #13-10 (June 6, 2013), in 2016 by City Resolution #16-14 (June 16, 2016), in 2019 by City Resolution #19-10 (June 20, 2019), and in 2022 by City Resolution #22-13 (June 16, 2022). As of September 7, 2023, City Resolution #23-13, there were 31 parcels suitable for the development of affordable housing: 1. 314 S. Madison Ave. 2. 828 Nathans Ln. 3. 830 Nathans Ln. 4. 832 Nathans Ln. 5. 834 Nathans Ln. 6. 835 Nathans Ln. 7. 836 Nathans Ln. 8. 837 Nathans Ln. 9. 838 Nathans Ln. 10. 839 Nathans Ln. 11. 840 Nathans Ln. 12. 1351 Cleveland St. 13. 1359 Cleveland St. 14. 14 S. Evergreen Ave. 15. 1356 Park St. 16. 900 Palmetto St. 17. 406 Vine Ave. 18. 1321 N. MLK Jr. Ave. 19. 1317 N. MLK Jr. Ave. 20. 1106 Tangerine St. 21. 1313 N. MLK Jr. Ave. 22. 1011 Engman St. 23. 1017 Engman St. 24. 1050 N. MLK Jr. Ave. 25. 1010 N. MLK Jr. Ave. 26. 0 Pennsylvania Ave. 27. 1002 Grant St. 28. 1004 Grant St. 29. 1006 Grant St. 30. 1007 Marshall St. 31. 1423 Taft Ave. Under the Live Local Act, Chapter 2023-17, Laws of Florida, by October 1, 2023, and every three years thereafter, the City must create an inventory of all lands it owns that are “appropriate for use as affordable housing” and publish that inventory on the City’s website. Accordingly, the City updated the Affordable Housing Inventory List by City Resolution #23-13 (September 7, 2023) to publish before the October 1, 2023, deadline. Starting in 2023, the inventory will also include lots that are not zoned residential but may be appropriate for affordable housing consistent with the Live Local Act. Since 2017, the Planning & Development Department has implemented a foreclosure program targeting properties with substantial code violations. As a result, several properties have been donated for affordable housing development (see Recommendation 10.4). More recently, the City’s Economic Development & Housing Department improved its procedure to make publicly owned land available to prospective developers and non-profit agencies to construct affordable housing. Previously lot disposition occurred on a first-come, first-served basis. In 2021, the City of Clearwater Local Housing Incentive Strategies | 31 Economic Development & Housing Department City drafted a lot disposition policy to establish how the City notifies capable developers of available lots and distributes those lots through a public vetting process. The lot disposition policy establishes a clear and transparent process for donating appropriate City-owned lots to developers for the creation of affordable housing. The new lot disposition policy utilizes a small committee to choose lots to be made available, seek proposals from developers for the lots, then review/score the proposals to see who has the best ideas for the donated land. Nonprofit developers are included as well as minority and small developers. The City will advertise opportunities on the Economic Development & Housing Department website and reach out directly to those known to be interested. In 2021, the AHAC added Recommendation 10.5 regarding the lot disposition policy. To date, one lot has been sold and the City is preparing to sell another. AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendations 10.1, 10.2, 10.3, 10.4, and 10.5 from the 2022 LHIS report with no changes: 10.1 The Economic Development & Housing Department will continue to maintain the inventory of publicly-owned land suitable for the development of affordable housing. 10.2 Continue to publish the public land inventory owned by the City for affordable housing, and a link to Pinellas County’s inventory, on the City’s webpage for prospective developers and non-profit agencies for developing affordable housing. 10.3 Continue to make publicly-owned land available to prospective developers and non-profit agencies for developing affordable housing. 10.4 The Economic Development & Housing Department will coordinate with the Planning & Development Department to identify properties having repeat code violations that may be suitable for rehabilitation, acquisition, or demolition for affordable housing. 10.5 Continue to monitor the policy/procedure for distribution of city owned lots. Consider including energy efficient items and related emerging technologies into the scoring matrix to support environmentally friendly development in partnership with the Greenprint 2.0 timeline. Implementation: Recommendations 10.1, 10.2, 10.3, and 10.5 will continue to be implemented by City staff of the Economic Development & Housing Department. Recommendation 10.4 will continue to be implemented by City staff of the Planning & Development Department through ongoing coordination with the Economic Development & Housing Department. NAHAB Assignment: City staff will discuss the scoring matrix with the NAHAB in more detail, and then provide a progress report to the 2024 AHAC when reconvened. City of Clearwater Local Housing Incentive Strategies | 32 Economic Development & Housing Department 2.1.11 Proximity to Transportation, Employment & Mixed-Use Development Strategic Incentive No. 11 (Florida Statute) The support of development near transportation hubs and major employment centers and mixed-use developments. Meeting Synopsis: No specific issues with the City’s current policies regarding proximity to transportation, employment, and mixed-use development were identified during meetings with the AHAC and City staff. The City’s current policies remain acceptable to the committee. Evaluation of Existing Strategy: Generally, the City promotes areas suitable for affordable housing through the Future Land Use Element (FLUE) of the current Comprehensive Plan. The FLUE contains a number of policies related to activity centers and transit hubs as part of the City’s overall design structure. Such policies include: Policy A.2.2.7 – Residential land uses shall be sited on well-drained soils, in proximity to parks, schools, mass transit and other neighborhood-serving land uses. (FLUE) Policy A.5.4.4 – Missouri Avenue from Drew Street to Belleair Road. The creation of affordable housing and mixed-use development should be supported, and lot consolidation and streetscape improvements should be encouraged. [Activity Center] (FLUE) Policy A.5.4.7 – South Fort Harrison Avenue from A Street to E Street. Amendments to the Future Land Use Plan and Zoning Atlas may be considered to promote affordable housing, mixed-use development, and to support the emerging character of the area and Morton Plant Hospital. [Activity Center] (FLUE) Policy A.6.8.7 – Create mixed-use, higher density, livable communities through design, layout and use of walkability techniques within existing and proposed transit corridors, including planned PSTA, Pinellas County MPO and TBARTA lines and potential station locations. (FLUE) Additionally, the FLUE includes the Objective A.6.10 policy series, which establishes transit-oriented land use designations and design standards: Policy A.6.10.8.b(4) – Provide a mixture of housing types affordable to households with a range of incomes within [transit] station areas. (FLUE) The Housing Element of the Comprehensive Plan also supports the location of assisted housing near major activity centers: Policy C.1.4.2 – Assisted housing should be located in close proximity to employment centers, mass transit services, parks, and commercial centers. (Housing Element) City of Clearwater Local Housing Incentive Strategies | 33 Economic Development & Housing Department Additionally, both the City’s Comprehensive Plan and Community Development Code allow flexibility in parking for affordable housing projects if located near a transit stop (see Housing Element Policy C.1.9.3 as well as Community Development Code Article 3, Division 9, Section 3-920.B. for the City’s “affordable housing parking incentive”). In January 2024, under the Clearwater 2045 Comprehensive Plan, these existing policies will be replaced with the following new policies regarding activity centers and transit hubs: Policy QP 1.2.6 – Consider 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. Policy QP 1.2.7 – Encourage lot consolidation, streetscape improvements, and the creation of affordable housing and mixed-use development along Missouri Avenue from Drew Street to Belleair Road. Policy QP 2.1.3 – Advocate 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. Policy QP 2.2.1 – Review 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. Policy QP 5.2.5 – Direct 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. AHAC Recommendation: Upon review of current City practices, the AHAC modified Recommendation 11.1 from the 2022 LHIS report as shown in strikethrough/underline: 11.1 The City will maintain and implement Future Land Use Element policies A.2.2.7; A.5.4.4; A.5.4.7; A.6.8.7; A.6.10.8; and C.1.4.2 of the City’s Comprehensive Plan that incentivize affordable housing development proximate to transportation hubs, major employment centers, and mixed-use developments. Implementation: Recommendation 11.1 is already implemented by the current Comprehensive Plan and will continue to be implemented under the Clearwater 2045 Comprehensive Plan. City of Clearwater Local Housing Incentive Strategies | 34 Economic Development & Housing Department 2.2 Additional Incentives The following provides synopses of the City’s current practices regarding affordable housing and outlines the AHAC’s evaluation of recommendations related to incentives for the provision of affordable housing not cited in Section 420.9076, F.S. These recommendations were previously approved in 2022 but will be evaluated and, if necessary, revised in 2023 to address current affordable housing barriers. 2.2.1 Adaptive Reuse Meeting Synopsis: Adaptive reuse was discussed during the first AHAC meeting on September 12, 2023, in the context of the Live Local Act, Chapter 2023-17, Laws of Florida, whereby cities may approve affordable housing projects, including mixed-use projects, on land zoned for commercial or industrial if at least 10% of units are affordable. The Live Local Act also requires cities to allow multi-family and mixed-use in any area zoned commercial, industrial, or mixed-use if 40% of units are affordable for a least 30 years. During the second AHAC meeting on October 3, 2023, the AHAC discussed whether Recommendation 12.1 had been implemented. City staff cited reuse of an assisted living facility using the City’s density bonus, and potential reuse of a school site (e.g., North Ward Elementary School). On October 3, 2023, the AHAC continued the previous recommendation from the 2022 LHIS report with no changes. During the third AHAC meeting on October 24, 2023, the AHAC discussed more intentionally and proactively promoting adaptive reuse. The AHAC also discussed adding other adaptive reuse categories to Recommendation 12.1, such as hotels, office buildings, and malls, and making a connection to the Live Local Act. Evaluation of Existing Strategy: The City continues to allow for adaptive reuse if allowed within the zoning district where the affordable housing project is located. Of note, under the recent Live Local Act, Chapter 2023-17, Laws of Florida, cities may approve affordable housing projects, including mixed-use projects, on land zoned for commercial or industrial if at least 10% of units are affordable. Moreover, cities must allow multi-family and mixed-use in any area zoned commercial, industrial, or mixed-use if 40% of units are affordable for a least 30 years. AHAC Recommendation: Upon review of current City practices, the AHAC modified Recommendation 12.1 from the 2022 LHIS report as shown in strikethrough/underline: 12.1 Continue to allow and promote “adaptive reuse” involving the conversion of surplus and/or outmoded buildings including old churches, school buildings, hospitals, train stations, warehouses, factories, hotels, office buildings, malls, etc. to mixed uses where permitted by zoning district or by the Live Local Act. City of Clearwater Local Housing Incentive Strategies | 35 Economic Development & Housing Department Implementation: Recommendation 12.1 is already implemented by the Community Development Code and will be continued with emphasis on intentional and proactive promotion of adaptive reuse. 2.2.2 Land Development Code Meeting Synopsis: No specific issues with the City’s Community Development Code were identified during meetings with the AHAC and City staff. The current standards remain acceptable. City staff referenced the Live Local Act and preemption for affordable housing in commercial, industrial, or mixed-use zoning districts. During the second AHAC meeting on October 3, 2023, the AHAC continued Recommendation 13.1 with no changes. During the third AHAC meeting on October 24, 2023, the AHAC requested adding a bullet to Recommendation 13.1 for electric vehicle charging infrastructure. Evaluation of Existing Strategy: Design standards for affordable housing projects are generally addressed by Community Development Code Article 3, Division 9, Section 3-920.A.3.c.i-iii. [Compatibility Criteria, Design Criteria, Green Building Criteria]; however, the “other” criteria referenced in the 2017 AHAC Recommendation 13.1 are not addressed by Section 3-920.A.3.c.i-iii. The 2014 AHAC identified the Community Development Code’s treatment of nonconforming development as a barrier, citing the cost of bringing older properties “up-to-code” as prohibitive to affordable housing. As a result of the 2014 AHAC recommendation to allow certain exceptions to the 50 percent limitation on nonconforming structures, Article 6 of the Community Development Code was modified and adopted as Section 6-102.F.1-6. in June 2015. Because Recommendation 13.2 was successfully implemented, Recommendation 13.2 was not continued by the 2017 AHAC. Only Recommendation 13.1 (design standards) was continued. AHAC Recommendation: Upon review of current City practices, the AHAC modified Recommendation 13.1 from the 2022 LHIS report as shown in strikethrough/underline : 13.1 Continue to incentivize developers to address recommended design standards for affordable housing developments consistent with Sec. 3-920.A.3.c.i-iii. of the City of Clearwater Community Development Code. Other criteria could include but are not limited to: • Provide direct and visual access to open space for residents. • Consider play areas when developing family housing. • Provide nighttime outdoor illumination for safety. • Use landscape standards and buffers to screen nuisances and to separate public and private areas. City of Clearwater Local Housing Incentive Strategies | 36 Economic Development & Housing Department • Centrally-locate common facilities. • Use Crime Prevention Through Environmental Design (CPTED) when practical and financially feasible. • Include electric vehicle charging infrastructure. Implementation: Recommendation 13.1 is partially implemented by the Community Development Code. City staff will continue to consider “other criteria” for potential amendments to Sec. 3-920.A.3.c.i-iii. of the Community Development Code in support of affordable housing. 2.2.3 Communication and Marketing of Affordable Housing Meeting Synopsis: During the first AHAC meeting on September 12, 2023, the AHAC discussed the barrier of “not-in-my- backyard” (NIMBY). Such sentiments about affordable housing result from a lack of understanding. Unfortunately, affordable housing often falls victim to misconceptions about its appearance and occupants. Because the public is not actively calling for affordable housing, there is a need for political will and advocacy to push the discussion forward with a collective voice. The AHAC discussed that when people do not feel connected to affordable housing, they do not support it. The relationship between affordable housing and the City’s social and economic success is not understood. Further education about workforce housing is needed to change NIMBY to “YIMBY.” Also, during the first AHAC meeting, the AHAC discussed cooperating more closely with landlords to incentivize affordable housing units. Such incentives could include a landlord liaison, case workers to improve landlord-tenant connections, rehabilitation grants to improve rental housing, and rebates for providing long-term (versus short-term) rental units. The AHAC also discussed affordability monitoring requirements as a barrier to affordable housing, noting that such requirements can be cumbersome to implement and enforce. During the second AHAC meeting on October 3, 2023, the AHAC discussed the importance of “Housing First” and the need for a quarterly publication (e.g., newsletter) to highlight affordable housing successes and provide regular benchmarking communication beyond the City’s online dashboard. The newsletter format may keep residents more engaged with affordable housing. The AHAC also discussed the City of St. Petersburg’s housing incentives, including an employee rental assistance program, which is paid by their General Fund. The AHAC continued to discuss the need for a landlord liaison program to incentivize long-term rentals over short-term rentals. The AHAC noted that the City of St. Petersburg has a landlord rebate program for rental unit improvements, if provided for affordable housing. The AHAC directed City staff to work with the NAHAB to learn what other communities are doing in this incentive area. The AHAC continued Recommendation 14.1 with no changes, but directed City staff to work with the NAHAB to learn what other communities are doing in this incentive area. City of Clearwater Local Housing Incentive Strategies | 37 Economic Development & Housing Department During the third AHAC meeting on October 24, 2023, communication/marketing was not further discussed. Evaluation of Existing Strategy: The Economic Development & Housing Department continues to develop materials to better market its services to prospective developers of affordable housing. The Economic Development & Housing Department works with the Public Communications Department to create awareness of affordable housing programs through marketing materials, presentations, and press releases. The Department also partners with the Neighborhoods Division to promote programs and create awareness. The City’s “Affordable Housing and Community Development” webpage is a one-stop resource for affordable housing developers and persons seeking housing assistance: https://www.myclearwater.com/My-Government/City-Departments/Affordable-Housing-and- Community-Development The webpage publishes plans and reports produced by the Housing Division, as well as information on the City’s homeless prevention initiatives. Additionally, the Department worked with the IT and Budget departments to create a dashboard on the City’s webpage for benchmarking housing data. This information was also presented to City Council in May 2023. The “Affordable and Workforce Housing Dashboard” can be viewed at the link below: https://www.myclearwater.com/My-Government/Transparency/Affordable-and-Workforce- Housing-Dashboard The City also continues to coordinate with Amplify Clearwater to promote affordable housing. AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendation 14.1 from the 2022 LHIS report with no changes: 14.1 Continue to improve current communication channels and marketing materials to reach different stakeholders interested in affordable housing. Some of the suggested actions include but are not limited to: • Conduct an educational campaign, in conjunction with regular City communications, to rebrand affordable housing as workforce housing that supports the diverse needs of residents through a variety of unit/product types compatible with the City’s neighborhoods. • Partner with Amplify Clearwater and others to broadly promote the benefits of, and opportunities for, affordable housing development in the City and to communicate successes. City of Clearwater Local Housing Incentive Strategies | 38 Economic Development & Housing Department • Prepare, update, and keep current marketing materials for the general public in order to promote the different housing programs that the City offers, including homebuyer education and down payment assistance to support homeownership. • Prepare, update, and keep current marketing materials that help developers and the general public to understand the application criteria, permitting process, and the number of incentives available for rehabilitation and new construction of affordable housing units in the City. • Make accessible to the public an inventory and a map of suitable residential vacant land available for development. • Include a section on the City’s webpage called, “Affordable Housing & Community Development,” specifically dedicated to the promotion of affordable housing. • Share outcomes and analytics with appropriate City boards and committees. Implementation: City staff of the Economic Development & Housing Department will continue to develop an educational campaign to rebrand affordable housing and form a partnership with Amplify Clearwater to promote the City’s Affordable Housing webpage and content thereon. In coordination with the Public Communications Department, City staff will improve marketing of affordable housing incentives, including communication of affordable housing successes and outcomes with developers and other City boards and committees. NAHAB Assignment: In response to direction from the 2023 AHAC, City staff will work with the NAHAB to learn what other communities are doing in this incentive area. 2.2.4 Financing Meeting Synopsis: During the first AHAC meeting on September 12, 2023, the AHAC discussed financial barriers to affordable housing, particularly for rental housing. Rental assistance is not keeping up with the housing market. For example, funding for rental assistance is not enough to match demand, and rents are so high that available funding covers the gap for fewer and fewer households every year. To eliminate this barrier, there is a need to increase funding for rental assistance and other types of financial assistance (e.g., utility payments, etc.). During the second AHAC meeting on October 3, 2023, City staff discussed code violation liens, lien reduction requests, and the administrative processes of the Code Enforcement Board. After discussion, the AHAC continued Recommendations 15.1 and 15.2 with no changes. During the third AHAC meeting on October 24, 2023, the Consultant proposed a minor change to Recommendation 15.1 to capture the financial assistance incentives discussed during the first AHAC meeting on September 12, 2023. This proposed change was presented to the AHAC. The AHAC accepted the proposed change to Recommendation 15.1. City of Clearwater Local Housing Incentive Strategies | 39 Economic Development & Housing Department Additionally, also during the third AHAC meeting, the AHAC discussed adding a new recommendation to the LHIS Report to support adequate staffing to achieve the AHAC’s recommendations. The AHAC recognized the need to allocate money to the Economic Development & Housing Department for sufficient staffing to get work done. After discussion, the AHAC added a new Recommendation 15.3. Evaluation of Existing Strategy: The Economic Development & Housing Department continues to leverage funds with other non-profit housing providers (e.g., Habitat for Humanity, Foundations, Affordable Housing Developers, Development Corporations, CHDOs, etc.) to finance the development of affordable housing, and continuously seeks relationships with new qualified organizations. City staff also seeks new public- private partnerships to help offset public investment and reduce private developer costs, as well as partnerships with other local governments (e.g., Pinellas County) to co-fund impactful projects. In 2023, the City utilized/encumbered $3.3 million in American Rescue Plan Act - Local Fiscal Recovery Funds (ARPA-LFRF) for affordable and workforce housing. This funding expands opportunities for down payment assistance, rehabilitation, and new construction. The City also implemented $5,000 in emergency grants to support maintenance of affordable units. The City worked with North Greenwood CRA to award other ARPA-LFRF-funded programs to support small maintenance and repair programs for seniors in the North Greenwood community. The City also engaged an independent financing expert to conduct subsidy analyses for multi-family affordable and workforce housing projects. AHAC Recommendation: Upon review of current City practices, the AHAC continued Recommendation 15.2 from the 2022 LHIS report with no changes, modified Recommendation 15.1, and added new Recommendation 15.3 as shown in strikethrough/underline: 15.1 Diversify financial strategies to contribute to the new construction and maintenance of affordable housing and financial assistance to obtain affordable housing. 15.2 Evaluate the feasibility of reducing/paying code violation liens on lots suitable for affordable housing development. 15.3 Ensure City staffing levels are adequate to achieve the AHAC recommendations of the LHIS Report. Implementation: Recommendations 15.1 will continue to be implemented by City staff of the Economic Development & Housing Department, with further attention to making information available on the City’s website. Recommendation 15.2 will require a change to City Council policy regarding feasibility, and implementation of new Recommendation 15.3 will need to be further evaluated. City of Clearwater Local Housing Incentive Strategies | 40 Economic Development & Housing Department 2.2.5 Partnerships Meeting Synopsis: During the first AHAC meeting on September 12, 2023, the AHAC discussed several third-party barriers to affordable housing that require partnerships outside of local government. These third-party barriers include interest rates/debt service, property taxes, insurance premiums (or the ability to obtain coverage), and construction costs and supply issues. Notably, these barriers are particularly problematic for lower income households and the elderly living on fixed incomes. The rising costs of construction materials and supply issues continue to drive up the cost of housing production. Although the City of Clearwater does not have the ability to influence these barriers directly, the City may offer other incentives to offset the negative impacts of these barriers. Such incentives may include lender partnerships, financial assistance (including down payment assistance), rehabilitation grants (to help residents obtain insurance or reduce the cost of insurance), and property tax or construction material tax exemptions (e.g., under the Live Local Act). During the second AHAC meeting on October 3, 2023, the AHAC mentioned the formation of a new Housing Alliance partnership to advocate for affordable housing. The AHAC also discussed Housing Quality Standards inspections and timing concerns. The AHAC noted that engagement early in the process and better communication/education with lenders and realtors is needed. For example, inspections may fail due to minor issues (e.g., working smoke detector) that could be fixed early in the process. Some delays result from making repairs based on inspections, and some delays result from the Down Payment Assistance (DPA) approval process. City staff noted that the City has made some adjustments to improve the process. The AHAC noted that other cities (e.g., cities of St. Petersburg and Largo) accept third party inspections which could expedite the process. An inspector “pool” was discussed. The AHAC also discussed benchmarking DPA amounts and accessibility improvement loans. The current recommendation identifies DPA loan amounts and inspection timing to facilitate closings. Partnerships to address third-party barriers are referenced, which will be continued. On October 3, 2023, the AHAC continued Recommendation 16.1 with no changes. During the third AHAC meeting on October 24, 2023, the AHAC discussed bringing employers to the affordable housing discussion, since major employers may have capital investment dollars for workforce housing. The AHAC also discussed employer-provided housing assistance programs (e.g., DPA, rental assistance, etc.) and potential partnerships with such programs. The AHAC discussed available land owned by major employers that may be suitable for affordable housing and could be developed in support of workforce housing. To that end, the AHAC discussed who would facilitate such coordination, with potential for a third-party (e.g., developer) or countywide partnership rather than City responsibility only. There was also discussion of limited federal funding for such housing given it would be restricted to employees, but that employer-provided housing could take some City of Clearwater Local Housing Incentive Strategies | 41 Economic Development & Housing Department pressure off the housing inventory. The City’s role could be facilitating relationships between employers and affordable housing developers. As a result of the AHAC’s discussion, the AHAC modified Recommendation 16.1 to add a new bullet specific to establishing partnerships with major employers to coordinate the supply of affordable housing. A reference to lender training was added (see discussion under Incentive Area No. 1). The AHAC also discussed partnering with the private sector and non-profits and reducing the operational costs of affordable housing through solar, weatherization, and other energy-saving measures. The committee discussed the advantages and disadvantages of different operational solutions and tiered energy efficiency systems (e.g., types of insulation, windows, water heaters, electric versus gas, solar and other aspects), and settled on adding clarification to the last bullet of Recommendation 16.1 to include operational costs and to emphasize long-term affordability. Evaluation of Existing Strategy: The Economic Development & Housing Department strives to keep an updated list of affordable housing units and maintains a list of housing partners on the City’s website at: https://www.myclearwater.com/government/city-departments/affordable-housing/resources-for- residents The Department also partners with other affordable housing providers to offer mentoring and technical training, and to address topics such as foreclosure, Fair Housing, and other relevant issues. The Department continues to improve its partnerships with local lenders, continues to work closely with Pinellas County to seek mutual opportunities for the development of affordable housing and co- fund impactful projects, and monitors statewide initiatives through the City’s lobbyist. The Department is continuously seeking new, qualified organizations and provide guidance through the development process to those unfamiliar with Clearwater processes. AHAC Recommendation: Upon review of current City practices, the AHAC modified Recommendation 16.1 from the 2022 LHIS report as shown in strikethrough/underline : 16.1 Develop public and private partnerships for the provision of affordable housing: • Prepare, advertise, and maintain an inventory of affordable housing providers/developers and any other related organization. • Encourage partnerships between current and new affordable housing developers for mentoring and technical training. • Establish partnerships with major employers to coordinate the supply of workforce housing. • Encourage and support joint development opportunities between the private sector and non–profits to develop affordable housing. City of Clearwater Local Housing Incentive Strategies | 42 Economic Development & Housing Department • Engage lenders in training and ongoing discussion with the City relative to underwriting and credit standards, technology solutions, as well as the development of financial products in an effort to maximize the financing options available to potential first-time homebuyers through conventional and other lenders. • Coordinate with Pinellas County joint programs for the provision of affordable housing, including the Pinellas County Countywide Housing Strategy and Advantage Pinellas Housing Compact. • Monitor, and encourage citizens to lobby for, the development of statewide legislative initiatives to gauge the local impact of their provisions. • Coordinate with the private sector and non-profits to provide homebuyer education, home warranties and other strategies that reduce the ongoing maintenance risk of homeownership. • Increase down payment assistance loan amounts to be viable for the homebuyer while remaining financially feasible for the continued operation of the City’s program. • Improve the timing of Housing Quality Standards inspections to facilitate closings on homes with down payment assistance loans, if feasible under funding source requirements. • Partner with the private sector and non-profits to address third-party barriers to affordable housing and to identify appropriate incentives to reduce labor and material costs for developers and long-term maintenance, operational, and insurance costs for homeowners. Implementation: Recommendation 16.1 is already implemented by City staff of the Economic Development & Housing Department through ongoing public and private partnerships, which will be continued. Efforts to reduce the maintenance risk of homeownership and to address third-party barriers to affordable housing will require further coordination with these partners. City staff will coordinate with and closely monitor local, regional, and statewide affordable housing initiatives. Appendix Economic Development & Housing Department APPENDIX A: City of Clearwater Resolutions A.1 Resolution #08-15, AHAC Members A.2 Resolution #14-26, AHAC Members A.3 Resolution #17-34, AHAC Members A.4 Resolution #20-50, AHAC Members A.5 Resolution #22-19, AHAC Members A.6 Resolution #23-12, AHAC Members A.7 Resolution #09-41, Affordable Housing Inventory List A.8 Resolution #13-10, Affordable Housing Inventory List A.9 Resolution #16-14, Affordable Housing Inventory List A.10 Resolution #19-10, Affordable Housing Inventory List A.11 Resolution #22-13, Affordable Housing Inventory List A.12 Resolution #23-13, Affordable Housing Inventory List Appendix Economic Development & Housing Department APPENDIX B: Affordable Housing in Clearwater B.1 Housing Affordability Affordability refers to the capacity that all income levels have to access a “decent and adequate” housing unit within the housing market, either for rental or ownership. One measurement of affordable housing is the percentage of annual income that a household pays toward housing-related costs. The U.S. Department of Housing and Urban Development (HUD) defines “Cost Burdened” as when a household spends more than 30% of their income on housing costs. However, for some State programs the burden could be up to 35% depending on a specific household’s capacity. A household that pays more than 50% of its annual income toward housing costs is considered by HUD to be “Severely Cost Burdened.” According to estimates sourced from the Shimberg Center for Affordable Housing and Florida Housing Data Clearinghouse, in 2021, 39% of the City’s households pay more than 30% of their income for housing. By comparison, 34% of households statewide are cost burdened. Approximately 18% of the City’s households pay more than 50% of income for housing. The City of Clearwater defines affordable housing in Housing Element Policy C.1.2.5 of the current Comprehensive Plan and Section 8-102. Definitions of the Community Development Code: “Any residential dwelling unit leased or owned by a household with a household income of one hundred twenty percent (120%) or less of the adjusted area median family income for Pinellas County, Florida, as determined by the U.S. Department of Housing and Urban Development (HUD). The rental rates for leased Workforce Affordable Housing Units shall not exceed the rates published by the Florida Housing Finance Corporation for annual “Maximum Rents by Number of Bedroom Unit” for the Tampa-St. Petersburg-Clearwater Metropolitan Statistical Area (MSA). For non-rental units, the sales price may not exceed ninety percent (90%) of the average area price for the Tampa-St. Petersburg-Clearwater MSA, as established by the annual revenue procedure which provides issuers of qualified mortgage bonds, as defined in Section 143(a) of the internal Revenue Code, and issuers of mortgage credit certificates, as defined in Section 25(c) of the Internal Revenue Code, with the nationwide average purchase price for the residences located in the United States.” B.2 Barriers and Incentives According to HUD, a regulatory barrier is "a public regulatory requirement, payment, or process that significantly impedes the development or availability of affordable housing without providing a commensurate health and/or safety benefit."2 Understanding barriers is the first step to transform them into incentives for the supply of affordable housing. The AHAC conducted a comprehensive overview of 2 Stowell, C; Shelburne, M. (2004). Responding to HUD's Affordable Communities Initiative: Will It Make a Difference? The Practitioner Planner, American Planning Association, Winter 2004. Appendix Economic Development & Housing Department affordable housing barriers to understand potential relationships of what, from the City’s perspective, could be done to incentivize the supply of affordable housing. This comprehensive approach helped the AHAC to look beyond the analysis required by Section 420.9076, F.S. and to prioritize recommendations. In that sense, the recommendations of the AHAC targeted areas and barriers within the domain of the City of Clearwater’s basic responsibilities: provide policy direction through the City’s Comprehensive Plan; provide incentives through the Community Development Code; and facilitate information and the permitting process. Chart 1 summarizes potential barriers to affordable housing. Chart 1: Affordable Housing Barriers Appendix Economic Development & Housing Department B.3 Issues in Supplying Affordable Housing Built-out communities, such as Clearwater, have pressures for the provision of affordable housing due to increasing land values; limited availability of vacant developable land; skyrocketing construction costs due to inflation and demand for building material supplies; and labor market imbalances. In addition, other third-party costs of home acquisition (i.e., property taxes and insurance) create a financial burden for citizens. Beginning in 2008 and most recently in 2022, the AHAC identified the most significant issues for the provision of affordable housing in the City. The following summarizes the significant issues that are relevant in 2023: • Investor Real Estate/Short Term Rentals Competition (Barrier). In 2023, the AHAC discussed investor real estate, short-term rentals such as Airbnb, and general inflation as barriers to affordable housing. It was noted that investors take affordable housing off the market, drive-up costs, and compete with residents and affordable housing developers to buy properties. The AHAC discussed reasons why landlords/property owners may be choosing short-term rentals over long-term rentals. The AHAC also discussed potential incentives to eliminate this barrier, including increased code enforcement and financial incentives (e.g., rebates, etc.) to make long-term rentals more attractive to landlords/property owners. The AHAC requested data and analysis regarding non-owner-occupied housing in the City of Clearwater, and a cost comparison analysis of short-term versus long-term rentals. • Limited Housing Supply and Inventory (Barrier). Because the City of Clearwater is mostly built- out, affordable housing opportunities are limited due to lack of available land. New housing supply occurs by infill development, and the existing housing inventory is decades old and requires significant maintenance. This limited supply and inventory results in a competitive housing market, which drives up costs and is compounded by investor real estate competition (see above). • Third Party Barriers – Interest Rates/Debt Service, Property Taxes, Insurance Premiums, Construction Costs/Supply Issues (Barrier). In 2023, the AHAC discussed the negative impacts of third-party barriers, including interest rates/debt service, property taxes, insurance premiums (or the ability to obtain coverage), and construction costs and supply issues. Notably, these barriers are particularly problematic for lower income households and the elderly living on fixed incomes. The rising costs of construction materials and supply issues continue to drive up the cost of housing production. Although the City of Clearwater does not have the ability to influence these barriers directly, the City may offer other incentives to offset the negative impacts of these barriers. Such incentives may include lender partnerships, financial assistance (including down payment assistance), rehabilitation grants (to help residents obtain insurance or reduce the cost of insurance), and property tax or construction material tax exemptions (e.g., under the Live Local Act). • NIMBY-ism/Misconceptions About Affordable Housing (Barrier). In 2023, the AHAC discussed the barrier of “not-in-my-backyard” (NIMBY) sentiments about affordable housing resulting from a lack of understanding. Unfortunately, affordable housing often falls victim to misconceptions about its appearance and occupants. Because the public is not actively calling for affordable Appendix Economic Development & Housing Department housing, there is a need for political will and advocacy to push the discussion forward with a collective voice. The AHAC discussed that when people do not feel connected to affordable housing, they do not support it. The relationship between affordable housing and the City’s social and economic success is not understood. Further education about workforce housing is needed to change NIMBY to “YIMBY.” • Housing Providers/Landlords (Incentive). In 2023, the AHAC discussed cooperating more closely with landlords to incentivize affordable housing units. Such incentives could include a landlord liaison, case workers to improve landlord-tenant connections, rehabilitation grants to improve rental housing, and rebates for providing long-term (versus short-term) rental units. The AHAC also discussed affordability monitoring requirements as a barrier to affordable housing, noting that such requirements can be cumbersome to implement and enforce. • Rental Assistance/Gap Funding (Incentive). In 2023, the AHAC discussed financial barriers to affordable housing, particularly for rental housing. Rental assistance is not keeping up with the housing market. For example, funding for rental assistance is not enough to match demand, and rents are so high that available funding covers the gap for fewer and fewer households every year. To eliminate this barrier, there is a need to increase funding for rental assistance and other types of financial assistance (e.g., utility payments, etc.). Appendix Economic Development & Housing Department APPENDIX C: Values, Principles and Vision C.1 The Value of Affordable Housing The AHAC discussed, confirmed, and amended the value that affordable housing brings to the City’s development. The AHAC found that affordable housing in the City of Clearwater: A) Supports a dynamic and competitive economy. There is an intrinsic relationship between a dynamic economy and affordable housing. The existence of affordable housing units is a variable that supports business location thus job creation. The City, which is nearly built out, has the opportunity to capitalize on its existing urban fabric through urban renewal and infill development. Such investment in the City would have positive impacts on the local economy and increase Clearwater’s ability to compete with other cities. B) Improves social well-being and builds sense of community. Consideration of social well-being, including long-term housing stability, is imperative for the future of the City. There is a need for improved job opportunities, as well as for a simple, understandable process for achieving housing, especially for those in low to moderate-income households. Education and motivation for home ownership are also important aspects of the City’s future. C) Ensures that Aspires to have housing that fits the City’s workforce can live within the City. There is a growing need for affordable “workforce” housing within the community, specifically for police, fire, and other service employees. There is also a need to draw the workforce back into the City to reduce commute distances, to reduce crime, and to restore a sense of pride in the community. D) Everyone deserves a safe affordable home. The City recognizes that housing is a fundamental human need. C.2 Principles for Clearwater’s Affordable Housing The AHAC discussed, confirmed, and amended the principles that provision of affordable housing in the City of Clearwater should embrace. The AHAC found that affordable housing in the City of Clearwater should be: 1) Affordable over the long-term. Affordable housing is readily available and reasonably priced. Mortgage rates for affordable housing are structured to allow people to keep their homes over the long-term and to age in place. Rental rates for affordable housing are fair and reasonable. The cost of maintaining a home (e.g., fees, maintenance, etc.) is practical. 2) Diverse supply that provides for a mix of income levels and the diverse needs of residents. Appendix Economic Development & Housing Department Affordable housing is comprised of diverse unit types that support a mix of income levels and the diverse needs of residents, incorporating rental and ownership opportunities. 3) Designed to be sustainable, energy and cost efficient, and to minimize physical barriers to accessibility. Affordable housing uses innovative and sustainable materials and technologies. Floor plans are designed for “living” and construction materials, including fixtures, are energy and cost efficient. Structures are safe, functional, and accessible. 4) In aesthetic character with the surrounding neighborhood. Affordable housing blends into the architectural fabric and aesthetic character of the community. Public open spaces are designed for safety and visibility but well-landscaped. Fences or other barriers are architectural and transparent. 5) Strategically located and pedestrian-oriented with access to mass transit, open spaces, educational institutions, and employment or workforce training opportunities. Affordable housing is located near civic centers, educational institutions, and employment opportunities. Residents enjoy pedestrian-oriented facilities with access to mass transit and open spaces. 6) Incentivized to promote incorporation of affordable housing into all non-affordable housing developments. Affordable housing is incentivized to promote the construction of mixed-income housing developments that incorporate units affordable to diverse income levels in the same project. C.3 Vision In order to develop a vision for affordable housing as part of the Local Housing Incentive Strategies, the AHAC summarized the value of providing affordable housing for the City as well as the principles. The following statement summarizes the AHAC’s vision of affordable housing for the City: The City of Clearwater will incentivize the development of a diverse supply of housing that is safe, accessible, affordable, sustainable, and energy and cost efficient, that blends into the aesthetic character of all the City’s neighborhoods proximate to public amenities and employment opportunities, which supports an inclusive community and the diverse needs of residents. Appendix Economic Development & Housing Department APPENDIX D: Advisory Committee Meeting Summaries D.1 AHAC Meeting #1, September 12, 2023 2023 Update of Local Housing Incentive Strategies AHAC Meeting #1 | September 12, 2023 | 9:00 a.m. Clearwater East Community Library (2465 Drew St, Clearwater, FL 33765) MEETING SUMMARY The City of Clearwater requested that Wade Trim facilitate an update of the City’s Local Housing Incentive Strategies (LHIS) report, which was last updated in 2022. An 11-member Affordable Housing Advisory Committee (AHAC) representing various affordable housing interests was appointed by the City Council on September 7, 2023, to evaluate and update the 2022 LHIS report. The first meeting with the AHAC was held on September 12, 2023, at Clearwater East Community Library (2465 Drew St, Clearwater, FL 33765). Nine (9) AHAC members, City staff, and the City’s consultant attended the meeting: • Robyn Fiel Representative of the banking or mortgage industry in connection with affordable housing • David Harder Representative of those areas of labor engaged in home building in connection with affordable housing • Linda Byars An advocate for low-income persons in connection with affordable housing • Kevin Chinault (Chair) Representative of a not-for-profit provider of affordable housing • Lindsay Dicus-Harrison Representative of those who are actively engaged as a real estate professional in connection with affordable housing • Bruce Rector Representative of the Clearwater Community Development Board • Camille Hebting Representative of employers within the City of Clearwater • Jacqueline Rivera Representative of essential services personnel • Kathleen Beckman A locally elected official (City Councilmember) • Charles (Chuck) Lane City of Clearwater, Economic Develop. & Housing, Assistant Director • Terry Malcolm-Smith City of Clearwater, Economic Develop. & Housing, Program Admin. • Gina Clayton City of Clearwater, Planning & Development, Director • Lauren Matzke City of Clearwater, Planning & Development, Assistant Director • Amanda Warner Wade Trim, Planner (City’s Consultant) • Connor Baird Wade Trim, Planner (City’s Consultant) Two (2) AHAC members were not in attendance: Carmen Santiago (citizen who resides within the City of Clearwater) and Pierre Cournoyer (representative of the residential home building industry). The purpose of the first AHAC meeting was to educate the new committee on the City’s existing LHIS report, review its values, principles, and vision, as well as identify current barriers and potential incentives related to the facilitation of affordable housing in the City of Clearwater. The first AHAC meeting was publicly advertised on the City’s website, held in-person with opportunity for public comment, and recorded for later viewing on the City’s website. Welcome and Introductions AHAC Chair, Kevin Chinault, called the meeting to order and introduced the Consultant and Chuck Lane. Chuck Lane introduced new committee member, David Harder, and welcomed him to the AHAC. Each committee member and supporting City staff then introduced themselves. The Consultant explained the purpose of the meeting and provided an overview of the agenda for the meeting, to include a presentation and facilitated committee discussion. Appendix Economic Development & Housing Department Summary of Presentation to AHAC The Consultant presented an overview of the LHIS update process, including the history and duties of the AHAC, meeting requirements, schedule of events toward approval/submittal, definitions of affordable housing, and components of the LHIS report. The overview was presented in Microsoft PowerPoint format. AHAC members were asked to choose between two schedule options, Option A (two meetings before public hearing) or Option B (three meetings before public hearing). After discussion, the AHAC unanimously voted for Option B, with AHAC meetings on September 12th, October 3rd, and October 24th and the public hearing on November 14th. City staff and the Consultant acknowledged and confirmed the schedule change. With the schedule change, the overall schedule of events presented to the AHAC included: • August 8, 2023 – City designates staff and selects AHAC members • September 7, 2023 – City Council appoints members to AHAC • September 12, October 3, and October 24, 2023 – AHAC meets to update LHIS report • November 14, 2023 – AHAC holds public hearing to approve updated LHIS report • December 7, 2023 – City Council holds public hearing to approve updated LHIS report for submittal to Florida Housing Finance Corporation (FHFC) • December 31, 2023 – Deadline to submit LHIS report to FHFC • March 31, 2024 – City Council to adopt amendments to LHAP to incorporate LHIS • May 2, 2024 – Submit amended LHAP with proof of City Council approval to FHFC The Consultant presented the value statements of the 2022 LHIS report and invited feedback from the AHAC members on whether the values still resonate with current affordable housing issues in the City of Clearwater. The AHAC discussed whether value C., “Ensures that the City’s workforce can live within the City” should be revised to read, “Aspires to have housing that fits the City’s workforce.” The AHAC was concerned about the word, “ensures” since it may not be practically achievable. After discussion, the AHAC agreed to revise value C. to emphasize the word, “aspires.” Later in the meeting, the committee discussed adding a new value to read, “D. Everyone deserves a safe affordable home.” The AHAC agreed to add new value D for consideration at the next AHAC meeting on October 3, 2023. The AHAC deemed all other values in the 2022 LHIS report still relevant to affordable housing in the City of Clearwater. These values will be continued in the 2023 LHIS report. The Consultant presented the principle statements of the 2022 LHIS report and invited feedback from the AHAC members on whether the principles still resonate with current affordable housing issues in the City of Clearwater. The AHAC made no changes to the principles. The Consultant presented the vision statement of the 2022 LHIS report and invited feedback from the AHAC members on whether the vision still resonates with current affordable housing issues in the City of Clearwater. The AHAC discussed adding the word, “accessible” to the description of housing supply in the vision statement to read, “… a diverse supply of housing that is safe, accessible, affordable, sustainable, and energy and cost efficient, ….”. After discussion, the AHAC agreed to revise the vison statement to include the word, “accessible.” The AHAC made no other changes to the vision statement. Committee Discussion During the meeting, AHAC members were asked to discuss any perceived barriers to affordable housing that presently exist, as well as potential incentives to reduce these barriers. Members were asked to consider barriers and incentives with regard to City programs/procedures, the City’s Comprehensive Plan, and the City’s Community Development Code. The following provides a summary of the committee’s discussion of current issues affecting the provision of affordable housing in the City of Clearwater. Investor Real Estate/Short Term Rentals Competition (Barrier) The AHAC discussed investor real estate, short-term rentals such as Airbnb, and general inflation as barriers to affordable housing. It was noted that investors take affordable housing off the market, drive-up costs, and compete with residents and affordable housing developers to buy properties. The AHAC discussed reasons why Appendix Economic Development & Housing Department landlords/property owners may be choosing short-term rentals over long-term rentals. The AHAC also discussed potential incentives to eliminate this barrier, including increased code enforcement and financial incentives (e.g., rebates, etc.) to make long-term rentals more attractive to landlords/property owners. The AHAC requested data and analysis regarding non-owner-occupied housing in the City of Clearwater, and a cost comparison analysis of short-term versus long-term rentals. Third Party Barriers – Interest Rates/Debt Service, Property Taxes, Insurance Premiums, Construction Costs/Supply Issues (Barrier) The AHAC discussed the negative impacts of third-party barriers, including interest rates/debt service, property taxes, insurance premiums (or the ability to obtain coverage), and construction costs and supply issues. Notably, these barriers are particularly problematic for lower income households and the elderly living on fixed incomes. The rising costs of construction materials and supply issues continue to drive up the cost of housing production. Although the City of Clearwater does not have the ability to influence these barriers directly, the City may offer other incentives to offset the negative impacts of these barriers. Such incentives may include lender partnerships, financial assistance (including down payment assistance), rehabilitation grants (to help residents obtain insurance or reduce the cost of insurance), and property tax or construction material tax exemptions (e.g., under the Live Local Act). NIMBY-ism/Misconceptions About Affordable Housing (Barrier) The AHAC discussed the barrier of “not-in-my-backyard” (NIMBY) sentiments about affordable housing resulting from a lack of understanding. Unfortunately, affordable housing often falls victim to misconceptions about its appearance and occupants. Because the public is not actively calling for affordable housing, there is a need for political will and advocacy to push the discussion forward with a collective voice. The AHAC discussed that when people do not feel connected to affordable housing, they do not support it. The relationship between affordable housing and the City’s social and economic success is not understood. Further education about workforce housing is needed to change NIMBY to “YIMBY.” Housing Providers/Landlords (Incentive) The AHAC discussed cooperating more closely with landlords to incentivize affordable housing units. Such incentives could include a landlord liaison, case workers to improve landlord-tenant connections, rehabilitation grants to improve rental housing, and rebates for providing long-term (versus short-term) rental units. The AHAC also discussed affordability monitoring requirements as a barrier to affordable housing, noting that such requirements can be cumbersome to implement and enforce. Rental Assistance/Gap Funding (Incentive) The AHAC discussed financial barriers to affordable housing, particularly for rental housing. Rental assistance is not keeping up with the housing market. For example, funding for rental assistance is not enough to match demand, and rents are so high that available funding covers the gap for fewer and fewer households every year. To eliminate this barrier, there is a need to increase funding for rental assistance and other types of financial assistance (e.g., utility payments, etc.). Live Local Act The consultant presented a summary of the Live Local Act and its relationship to affordable housing and local government policies and regulations. The AHAC discussed the required triennial inventory of publicly owned lands suitable for affordable housing. Chuck Lane provided a status update regarding the latest inventory update and clarified that the inventory will be expanded to include other nonresidential properties (i.e., not limited to residential only). Public Comment AHAC Chair, Kevin Chinault, invited public comment and asked if anyone was there to speak publicly. Appendix Economic Development & Housing Department Brian Beckman requested to speak publicly during the AHAC meeting and commented incentives should be available for small things to expediate approvals and small costs (e.g., $3,000 to $5,000 subsidy) so that such costs are not passed to the renter or owner. Beth Davis with Clearwater Alliance for Housing discussed the reality of housing costs and the City’s budget from property tax revenue as a potential source of funding to subsidize affordable housing. Mr. Santana with Clearwater Alliance for Housing discussed how essential workers, many of which are Hispanic, cannot afford to live in the city and are forced to commute from other counties in the region. He emphasized the importance of supporting essential workers being able to live in the city. Mr. Santana also stated the need for better communication with the Hispanic community that may not be able to attend meetings or obtain information about affordable housing and related public services in the city. Jessica Martin asked a question about foreclosure programs and potential donation of foreclosed properties. Chuck Lane responded that the City does have a foreclosure program and tries to work with homeowners to resolve issues before they reach the point of foreclosure. The City also has a separate foreclosure program related to other types of properties. The City works to repurpose such properties for affordable housing when feasible in coordination with housing providers. Next Steps After the committee discussion and before public comment, the Consultant referenced the 2022 LHIS report that was previously completed by the City. The Consultant requested that AHAC members review the 2022 LHIS report as to whether past recommendations should be continued, modified, or removed as part of the LHIS update. After public comment, Chuck Lane provided a brief update about several affordable housing projects underway in the City. AHAC Chair, Kevin Chinault, adjourned the first AHAC meeting. The second AHAC meeting will be held on October 3, 2023, at 9:00 a.m., at a location to be determined. During this second AHAC meeting, City staff and the Consultant will respond to questions generated during the first AHAC meeting or through review of the City’s current practices, and then facilitate AHAC discussion of critical recommendations for inclusion in the 2023 LHIS report. If any AHAC members will be absent on October 3, 2023, questions or comments should be submitted directly to Chuck Lane in advance. The committee is hereby reminded that the AHAC is a public advisory board and is subject to Florida’s “Sunshine Law” therefore committee members may not discuss AHAC matters with other committee members outside of a properly noticed and recorded public meeting. AHAC members are encouraged to contact City staff directly to discuss AHAC matters. Appendix Economic Development & Housing Department D.2 AHAC Meeting #2, October 3, 2023 2023 Update of Local Housing Incentive Strategies AHAC Meeting #2 | October 3, 2023 | 9:00 a.m. Clearwater East Community Library (2465 Drew St, Clearwater, FL 33765) MEETING SUMMARY The City of Clearwater requested that Wade Trim facilitate an update of the City’s Local Housing Incentive Strategies (LHIS) report, which was last updated in 2022. An 11-member Affordable Housing Advisory Committee (AHAC) representing various affordable housing interests was appointed by the City Council on September 7, 2023, to evaluate and update the 2022 LHIS report. The first meeting with the AHAC was held on September 12, 2023. The second meeting with the AHAC was held on October 3, 2023, at Clearwater East Community Library (2465 Drew St, Clearwater, FL 33765). Seven (7) AHAC members, City staff, and the City’s consultant attended the meeting: • Pierre Cournoyer Representative of the residential home building industry • Robyn Fiel Representative of the banking or mortgage industry in connection with affordable housing • David Harder Representative of those areas of labor engaged in home building in connection with affordable housing • Linda Byars An advocate for low-income persons in connection with affordable housing • Kevin Chinault (Chair) Representative of a not-for-profit provider of affordable housing • Bruce Rector Representative of the Clearwater Community Development Board • Kathleen Beckman A locally elected official (City Councilmember) • Charles (Chuck) Lane City of Clearwater, Economic Develop. & Housing, Assistant Director • Lauren Matzke City of Clearwater, Planning & Development, Assistant Director • Amanda Warner Wade Trim, Planner (City’s Consultant) • Connor Baird Wade Trim, Planner (City’s Consultant) Four (4) AHAC members were not in attendance: Lindsay Dicus-Harrison (representative of real estate professionals in connection with affordable housing), Carmen Santiago (citizen who resides within the City of Clearwater), Camille Hebting (representative of employers within the City of Clearwater), and Jacqueline Rivera (representative of essential services personnel). The purpose of the second AHAC meeting was to review the LHIS process and schedule; confirm updates to the affordable housing values, principles, and vision statement; continue to review and discuss the contemporary barriers identified by the AHAC during the first meeting on September 12, 2023; receive direction on whether to maintain, modify, or remove any recommendations from the 2022 LHIS report to address those contemporary barriers; and to identify any new incentive recommendations in response to the AHAC’s evaluation of the City’s current practices regarding affordable housing. Welcome and Introductions AHAC Chair, Kevin Chinault, called the meeting to order and asked the committee members to introduce themselves and state the fields they represent. Approval of AHAC Meeting Minutes from September 12, 2023 AHAC Chair, Kevin Chinault, stated that the September 12, 2023, meeting minutes were not yet available due to technical issues, but would be provided at the next AHAC meeting for the committee’s approval. Appendix Economic Development & Housing Department Summary of Presentation to AHAC AHAC Chair, Kevin Chinault, introduced the Consultant. Wade Trim Planner, Amanda Warner (Consultant), then explained the purpose of the meeting and provided an overview of the agenda for the meeting, to include a presentation in Microsoft PowerPoint format and facilitated AHAC discussion. The Consultant reviewed the LHIS update process and schedule of events toward approval/submittal. The schedule of events included: • August 8, 2023 – City designates staff and selects AHAC members • September 7, 2023 – City Council appoints members to AHAC • September 12, October 3, and October 24, 2023 – AHAC meets to update LHIS report • November 14, 2023 – AHAC holds public hearing to approve updated LHIS report • December 7, 2023 – City Council holds public hearing to approve updated LHIS report for submittal to Florida Housing Finance Corporation (FHFC) • December 31, 2023 – Deadline to submit LHIS report to FHFC • March 31, 2024 – City Council to adopt amendments to LHAP to incorporate LHIS • May 2, 2024 – Submit amended LHAP with proof of City Council approval to FHFC In response to the first AHAC meeting on September 12, 2023, the Consultant proposed specific changes to the affordable housing values and vision statement as discussed by the committee. These changes are shown below (in strikethrough/underline). Affordable Housing Values . . . C) Ensures that Aspires to have housing that fits the City’s workforce can live within the City. D) Everyone deserves a safe affordable home. Affordable Housing Vision The City of Clearwater will incentivize the development of a diverse supply of housing that is safe, accessible, affordable, sustainable, and energy and cost efficient, that blends into the aesthetic character of all the City’s neighborhoods proximate to public amenities and employment opportunities, which supports an inclusive community and the diverse needs of residents. The AHAC accepted the proposed changes to existing value C, proposed new value D, and the vision statement. The AHAC also introduced, discussed, and accepted a change to existing principle #6 as shown below (in strikethrough/underline). Affordable Housing Principles . . . 6) Incentivized to promote incorporation of affordable housing into all non-affordable housing developments. In response to the change to existing principle #6, the AHAC discussed and the Consultant confirmed the definition of “affordable housing” to be included in the 2023 LHIS Report. The Consultant reiterated the 11 incentive areas under Section 420.9076, F.S., and the additional five AHAC-initiated incentive areas from the previous 2022 LHIS Report. The Consultant then presented the contemporary barriers to Appendix Economic Development & Housing Department affordable housing identified during the first AHAC meeting on September 12, 2023, and in response to City staff’s comments regarding the City’s current practices. The existing recommendations within the 2022 LHIS report were discussed with the committee. If an AHAC-identified barrier to affordable housing and corresponding incentive was already addressed by an existing recommendation within the 2022 LHIS report, those recommendations were flagged within the presentation. Committee Discussion During the second meeting, the Consultant facilitated AHAC discussion of recommendations for inclusion in the 2023 LHIS report. The discussion focused on strategies to address the barriers and incentives identified by the AHAC during the first AHAC meeting on September 12, 2023. Strategies are needed to address investor real estate and short-term rentals competition; third party barriers (e.g., interest rates and debt service, property taxes, insurance premiums, construction costs and supply issues); misconceptions about affordable housing (e.g., NIMBY-ism); housing providers and landlords; and rental assistance or other funding gaps. The following provides a summary of the committee’s discussion of recommendations to incentivize the provision of affordable housing in the City of Clearwater. 1) Expedited Review No discussion related to expediting review processes occurred during the first AHAC meeting on September 12, 2023. During the second AHAC meeting on October 3, 2023, the “Request for Expedited Permit Processing for Affordable Housing Activity” form was discussed, along with the duration of single-family permit reviews. The AHAC inquired about the effectiveness of Recommendation 1.1, which requires reviews of single-family permit applications to be completed in four days of the initial submittal and three days of all subsequent submittals. Although the initial review by City staff occurs quickly, City staff and the committee noted that often there is a longer duration “back and forth” with the applicant and contractors to address those review comments that can delay the process. The AHAC noted that Recommendation 1.2 is reliant on applicant feedback to determine whether the listed measures are successful. City staff noted efforts to work with applicants. Regarding Recommendation 1.3, although a specific list of mentors is not yet available, City staff will work on developing a list in the coming year. City staff noted that mentoring already occurs informally through networking and referrals from City staff. Recommendation 1.4 regarding the dissemination of information via a brochure and website is partially implemented. While information is readily available on the City’s website (e.g., purchase assistance, etc.), there still needs to be a brochure oriented toward the public that can be distributed at in-person events. The AHAC discussed how the City’s website is “fair” but should be benchmarked against other communities for improvement (e.g., City of Tallahassee). City staff noted that staffing issues have been a hurdle to implementing Recommendation 1.4, but that development of a brochure and further website improvements will be assigned in the coming year. The AHAC requested that the Neighborhood and Affordable Housing Advisory Board (NAHAB) be provided with a mid-year progress report regarding the development of a brochure. The AHAC also suggested that City staff work with the City’s Public Communications Department or an outside consultant to help design the brochure to ensure effective messaging and public access. The AHAC discussed Recommendation 1.5, and the fact that no templates have been submitted. The AHAC noted that architects and developers may be hesitant to share such templates, citing intellectual property concerns. The AHAC discussed whether the City should provide affordable housing templates (e.g., single-family homes) or examples of lot configurations (e.g., corner lots) to expedite site planning. The AHAC noted that while templates add predictability to the process, their effectiveness as an expediting incentive is unknown. The AHAC suggested changing the word, “template” to “building example” or similar. The AHAC identified the need for a Appendix Economic Development & Housing Department workshop with builders to determine why no templates have been submitted. City staff will hold a builders’ workshop and report back to the NAHAB. Although all recommendations were discussed during the second AHAC meeting, only changes to Recommendation 1.5 were proposed by the committee. These changes focus on clarifying the intent of expediting the permit review process. Upon review of current City practices, the AHAC continued Recommendations 1.1., 1.2, 1.3, and 1.4 from the 2022 LHIS Report with no changes, and modified Recommendation 1.5 as shown in strikethrough/underline: 1.5 Encourage affordable housing developers of single-family homes to submit frequently used template building example plans for pre-screening by the Building Official to further expedite the staff permit review process. The AHAC requested that the Neighborhood and Affordable Housing Advisory Board (NAHAB) be provided with a mid-year progress report regarding the development of a brochure. City staff will hold a builders’ workshop and report back to the NAHAB. 2) Modification of Fees No discussion regarding the modification of fees occurred during the first AHAC meeting on September 12, 2023. During the second AHAC meeting on October 3, 2023, the AHAC discussed fee benchmarking. City staff noted that building permit fees were just recently lowered for affordable housing. A larger citywide fee benchmarking study is forthcoming in the future. City staff provided information about the City’s current fee incentives for affordable housing. The AHAC made no changes to Recommendations 2.1, 2.2, 2.3, or 2.4 during the second AHAC meeting. Upon review of current City practices, the AHAC continued Recommendations 2.1, 2.2, 2.3, or 2.4 from the 2022 LHIS report with no changes. 3) Flexible Densities Flexible densities were discussed during the first AHAC meeting on September 12, 2023, in the context of the Live Local Act, Chapter 2023-17, Laws of Florida. Under the Live Local Act, cities may approve affordable housing projects, including mixed-use projects, on land zoned for commercial or industrial if at least 10% of units are affordable. The Live Local Act also requires cities to allow multi-family and mixed-use in any area zoned commercial, industrial, or mixed-use if 40% of units are affordable for a least 30 years. If a project meets the affordability thresholds under the Live Local Act, cities may not restrict the project’s density below the highest allowed residential density anywhere in the city. Moreover, cities may not restrict the project’s height below the highest allowed height within one mile of the project, or three stories, whichever is higher. During the second AHAC meeting on October 3, 2023, City staff discussed the Live Local Act and noted that the City is working on implementation to include a Frequently Asked Questions (FAQ) resource on the City’s website. The City is tackling related policy changes first, with changes to the Community Development Code later. The AHAC made no changes to Recommendations 3.1, 3.2, or 3.3 during the second AHAC meeting. Upon review of current City practices, the AHAC continued Recommendations 3.1., 3.2, and 3.3 from the 2022 LHIS report with no changes. 4) Infrastructure Capacity Appendix Economic Development & Housing Department The City’s infrastructure capacity was not identified as an affordable housing barrier. The City of Clearwater is nearly built-out and has sufficient infrastructure capacity for infill development. Therefore, there is no need to reserve infrastructure capacity. The AHAC discussed infrastructure capacity with City staff and continued the previous recommendation of “no recommendation” from the 2022 LHIS report with no changes. Upon review of current City practices, the AHAC made no change to the recommendation of “no recommendation” as previously approved. 5) Accessory Dwelling Units During the first AHAC meeting on September 12, 2023, the AHAC discussed accessory dwelling units (ADUs) in the context of short-terms rentals such as Airbnb. Although the City’s Community Development Code allows for ADUs in nonresidential zoning districts, the allowance of ADUs on residential lots incentivizes affordable housing only if occupancy/tenure requirements are in place to discourage short-term rental of such units. Relatedly, the AHAC discussed investor real estate and general inflation as barriers to affordable housing. It was noted that investors take affordable housing off the market, drive-up costs, and compete with residents and affordable housing developers to buy properties. The AHAC discussed reasons why landlords/property owners may be choosing short-term rentals over long-term rentals. The AHAC also discussed potential incentives to eliminate this barrier, including increased code enforcement and financial incentives (e.g., rebates, etc.) to make long-term rentals more attractive to landlords/property owners. The AHAC requested data and analysis regarding non-owner-occupied housing in the City of Clearwater, and a cost comparison analysis of short-term versus long-term rentals. During the second AHAC meeting on October 3, 2023, the committee continued Recommendations 5.1, 5.2, and 5.3 with no changes. Recommendation 5.1 is already implemented by the Community Development Code. Recommendation 5.2 and 5.3 are partially implemented by policies and will be revisited during the City’s Comprehensive Plan update process through 2024. However, the AHAC discussed the need for more immediate implementation of those policies, including specific Community Development Code standards such as parking and occupancy/tenure flexibility, and the need for education about ADUs as affordable housing. Upon review of current City practices, the AHAC continued Recommendations 5.1, 5.2, and 5.3 from the 2022 LHIS report with no changes. 6) Parking Reductions No discussion regarding parking or setback reductions occurred during the first AHAC meeting on September 12, 2023. During the second AHAC meeting on October 3, 2023, the AHAC discussed parking and setback reductions in the context of flexibility to support affordable housing. The AHAC discussed how single-family residential standards are lagging multi-family standards in terms of site design flexibility and the “best use” of land. City staff noted that the Community Development Code was recently amended to allow flexibility by administrative review for residential infill. City staff also noted that the City is working on specific standards for North Greenwood to incentivize other housing types (e.g., duplex and quadruplex) while preserving the look and feel of the neighborhood. City staff noted the need to balance flexible site design with expeditious review. The AHAC also discussed the need to balance off-street parking reduction with safety concerns. The committee discussed the need for education about parking, such as where residents are allowed to park and current parking regulations/laws in the city. Code enforcement of parking regulations was discussed to reserve sidewalks and right-of-way for their intended uses. To that end, the AHAC noted that sidewalk systems need to be completed Appendix Economic Development & Housing Department to improve the usability of neighborhoods, reduce vehicle reliance, and offset the impacts of off-street parking reduction when allowed. The AHAC made no changes to Recommendations 6.1 and 6.2, since the AHAC discussion is broadly captured by those two recommendations. Upon review of current City practices, the AHAC continued Recommendations 6.1 and 6.2 from the 2022 LHIS report with no changes. 7) Flexible Lot Configurations No discussion regarding flexible lot configurations occurred during the first AHAC meeting on September 12, 2023. During the second AHAC meeting on October 3, 2023, the AHAC’s discussion of Strategic Incentive No. 6 (Parking Reductions) continued into the discussion of Strategic Incentive No. 7 (Flexible Lot Configurations). Upon review of current City practices, the AHAC continued Recommendation 7.1 from the 2022 LHIS report with no changes. 8) Modification of Street Requirements Street requirements were not identified as an affordable housing barrier during meetings with the AHAC and City staff. Therefore, modification of the City’s existing street requirements was not recommended. Upon review of current City practices, the AHAC made no change to the recommendation of “no recommendation” as previously approved. 9) Pre-Adoption Policy Consideration No specific issues with the City’s current pre-adoption policy consideration process were identified during meetings with the AHAC and City staff. The current process is working. Upon review of current City practices, the AHAC continued Recommendations 9.1 and 9.2 from the 2023 LHIS report with no changes. 10) Inventory of Public Lands The inventory of public lands was discussed during the first AHAC meeting on September 12, 2023. The inventory was discussed within the context of the Live Local Act, which requires the inventory to be created and published prior to October 1, 2023, and triennially updated thereafter. City staff commented that the latest inventory (City Resolution #23-13, September 7, 2023), includes lots not zoned residential but that are appropriate for affordable housing consistent with the Live Local Act. At the second AHAC meeting on October 3, 2023, City staff further described the latest inventory published prior to October 1, 2023, which has 31 properties appropriate for affordable housing. Nonresidential properties are now included on the list. City staff coordinates with Pinellas County regarding their list. Habitat for Humanity is currently being considered for one property. The AHAC discussed nonconforming lots which may be considered substandard (e.g., too small) for development. City staff noted that platted lots of record are allowed one unit by right. City staff also noted ongoing coordination with code enforcement and foreclosures. Appendix Economic Development & Housing Department The AHAC inquired about the scoring system and noticing methods for the City’s lot disposition policy. City staff strives to make developers aware of the lot disposition policy; however, anyone can request to get on the list to receive notices. Recommendations 10.1, 10.2, 10.4, and 10.5 are ongoing. Upon review of current City practices, the AHAC continued Recommendations 10.1, 10.2, 10.3, 10.4, and 10.5 from the 2022 LHIS report with no changes. 11) Proximity to Transportation, Employment, and Mixed-Use Development No specific issues with the City’s current policies regarding proximity to transportation, employment, and mixed- use development were identified during meetings with the AHAC and City staff. The City’s current policies remain acceptable to the committee. Upon review of current City practices, the AHAC continued Recommendation 11.1 from the 2022 LHIS report with no changes. 12) Additional – Adaptive Reuse Adaptive reuse was discussed during the first AHAC meeting on September 12, 2023, in the context of the Live Local Act, Chapter 2023-17, Laws of Florida, whereby cities may approve affordable housing projects, including mixed-use projects, on land zoned for commercial or industrial if at least 10% of units are affordable. The Live Local Act also requires cities to allow multi-family and mixed-use in any area zoned commercial, industrial, or mixed-use if 40% of units are affordable for a least 30 years. During the second AHAC meeting on October 3, 2023, the AHAC discussed whether Recommendation 12.1 had been implemented. City staff cited reuse of an assisted living facility using the City’s density bonus, and potential reuse of a school site (e.g., North Ward Elementary School). Upon review of current City practices, the AHAC continued Recommendation 12.1 from the 2022 LHIS report with no changes. 13) Additional – Land Development Code No specific issues with the City’s Community Development Code were identified during meetings with the AHAC and City staff. The current standards remain acceptable. City staff referenced the Live Local Act and preemption for affordable housing in commercial, industrial, or mixed-use zoning districts. Upon review of current City practices, the AHAC continued Recommendation 13.1 from the 2022 LHIS report with no changes. 14) Additional – Communication/Marketing During the first AHAC meeting on September 12, 2023, the AHAC discussed the barrier of “not-in-my-backyard” (NIMBY). Such sentiments about affordable housing result from a lack of understanding. Unfortunately, affordable housing often falls victim to misconceptions about its appearance and occupants. Because the public is not actively calling for affordable housing, there is a need for political will and advocacy to push the discussion forward with a collective voice. The AHAC discussed that when people do not feel connected to affordable housing, they do not support it. The relationship between affordable housing and the City’s social and economic success is not understood. Further education about workforce housing is needed to change NIMBY to “YIMBY.” Appendix Economic Development & Housing Department Also, during the first AHAC meeting, the AHAC discussed cooperating more closely with landlords to incentivize affordable housing units. Such incentives could include a landlord liaison, case workers to improve landlord- tenant connections, rehabilitation grants to improve rental housing, and rebates for providing long-term (versus short-term) rental units. The AHAC also discussed affordability monitoring requirements as a barrier to affordable housing, noting that such requirements can be cumbersome to implement and enforce. During the second AHAC meeting on October 3, 2023, the AHAC discussed the importance of “Housing First” and the need for a quarterly publication (e.g., newsletter) to highlight affordable housing successes and provide regular benchmarking communication beyond the City’s online dashboard. The newsletter format may keep residents more engaged with affordable housing. The AHAC also discussed the City of St. Petersburg’s housing incentives, including an employee rental assistance program, which is paid by their General Fund. The AHAC also continued to discuss the need for a landlord liaison program to incentivize long-term rentals over short-term rentals. The AHAC noted that the City of St. Petersburg has a landlord rebate program for rental unit improvements, if provided for affordable housing. The AHAC directed City staff to work with the NAHAB to learn what other communities are doing in this incentive area. Upon review of current City practices, the AHAC continued Recommendation 14.1 from the 2022 LHIS report with no changes. However, the AHAC directed City staff to work with the NAHAB to benchmark with other communities are doing in this incentive area. 15) Additional – Financing During the first AHAC meeting on September 12, 2023, the AHAC discussed financial barriers to affordable housing, particularly for rental housing. Rental assistance is not keeping up with the housing market. For example, funding for rental assistance is not enough to match demand, and rents are so high that available funding covers the gap for fewer and fewer households every year. To eliminate this barrier, there is a need to increase funding for rental assistance and other types of financial assistance (e.g., utility payments, etc.). During the second AHAC meeting on October 3, 2023, City staff discussed code violation liens, lien reduction requests, and the administrative processes of the Code Enforcement Board. Upon review of current City practices, the AHAC continued Recommendations 15.1 and 15.2 with no changes. However, the Consultant proposes a minor change to Recommendation 15.1 to capture the incentives discussed during the first AHAC meeting on September 12, 2023. This proposed change will be presented to the AHAC at the third AHAC meeting on October 24, 2023. The proposed change is shown below in strikethrough/underline: 15.1 Diversify financial strategies to contribute to the new construction and maintenance of affordable housing and financial assistance to obtain affordable housing. 16) Additional – Partnerships During the first AHAC meeting on September 12, 2023, the AHAC discussed third-party barriers to affordable housing that require partnerships outside of local government. These third-party barriers include interest rates/debt service, property taxes, insurance premiums (or the ability to obtain coverage), and construction costs and supply issues. Notably, these barriers are particularly problematic for lower income households and the elderly living on fixed incomes. The rising costs of construction materials and supply issues continue to drive up the cost of housing production. Although the City of Clearwater does not have the ability to influence these barriers directly, the City may offer other incentives to offset the negative impacts of these barriers. Such incentives may include lender partnerships, financial assistance (including down payment assistance), Appendix Economic Development & Housing Department rehabilitation grants (to help residents obtain insurance or reduce the cost of insurance), and property tax or construction material tax exemptions (e.g., under the Live Local Act). During the second AHAC meeting on October 3, 2023, the AHAC mentioned the formation of a new Housing Alliance partnership to advocate for affordable housing. The AHAC also discussed Housing Quality Standards inspections and timing concerns. The AHAC noted that engagement early in the process and better communication/education with lenders and realtors is needed. For example, inspections may fail due to minor issues (e.g., working smoke detector) that could be fixed early in the process. Some delays result from making repairs based on inspections, and some delays result from the Down Payment Assistance (DPA) approval process. City staff noted that the City has made adjustments to improve the process. The AHAC noted that other cities (e.g., cities of St. Petersburg and Largo) accept third party inspections which could expedite the process. An inspector “pool” was discussed. The AHAC also discussed benchmarking DPA amounts and accessibility improvement loans. The current recommendation identifies DPA loan amounts and inspection timing to facilitate closings. Partnerships to address third-party barriers are referenced, which will be continued. Upon review of current City practices, the AHAC continued Recommendation 16.1 from the 2022 LHIS report with no changes. Public Comment AHAC Chair, Kevin Chinault, invited public comment and asked if anyone was there to speak publicly. One person stated that they will submit their questions by email. There were no verbal public comments. There were no comments submitted via email. Next Steps The Consultant will respond to AHAC direction to continue or modify recommendations as discussed during the second AHAC meeting held on October 3, 2023. The Consultant will present the updated 2023 LHIS report at the third AHAC meeting. The third AHAC meeting will be held on October 24, 2023, at 9:00 a.m., at the Clearwater East Community Library (2465 Drew St, Clearwater, FL 33765). If any AHAC members will be absent on October 24, 2023, questions or comments should be submitted directly to Chuck Lane, Assistant Director of the City’s Economic Development & Housing Department, in advance. In closing, Chuck Lane reported that the Economic Development & Housing Department is managing three-times more funding with only one additional staff position. The City is working toward outsourcing the housing rehabilitation program while internally managing the DPA program. This may free-up City staff to focus on recommendations of the AHAC in the coming year. City staff thanked the committee and expressed appreciation for the AHAC’s efforts. The committee thanked City staff for their efforts and program support. AHAC Chair, Kevin Chinault, adjourned the second AHAC meeting. The committee is hereby reminded that the AHAC is a public advisory board and is subject to Florida’s “Sunshine Law” therefore committee members may not discuss AHAC matters with other committee members outside of a properly noticed and recorded public meeting. AHAC members are encouraged to contact City staff directly to discuss AHAC matters. Appendix Economic Development & Housing Department D.3 AHAC Meeting #3, October 24, 2023 2023 Update of Local Housing Incentive Strategies AHAC Meeting #3 | October 24, 2023 | 9:00 a.m. Clearwater East Community Library (2465 Drew St, Clearwater, FL 33765) MEETING SUMMARY The City of Clearwater requested that Wade Trim facilitate an update of the City’s Local Housing Incentive Strategies (LHIS) report, which was last updated in 2022. An 11-member Affordable Housing Advisory Committee (AHAC) representing various affordable housing interests was appointed by the City Council on September 7, 2023, to evaluate and update the 2022 LHIS report. The first meeting with the AHAC was held on September 12, 2023, and the second meeting with the AHAC was held on October 3, 2023. The third meeting with the AHAC was held on October 24, 2023, at Clearwater East Community Library (2465 Drew St, Clearwater, FL 33765). Ten (10) AHAC members, City staff, and the City’s consultant attended the meeting: • Pierre Cournoyer Representative of the residential home building industry • Robyn Fiel Representative of the banking or mortgage industry in connection with affordable housing David Harder Representative of those areas of labor engaged in home building in connection with affordable housing • Linda Byars An advocate for low-income persons in connection with affordable housing • Kevin Chinault (Chair) Representative of a not-for-profit provider of affordable housing • Bruce Rector Representative of the Clearwater Community Development Board • Carmen Santiago Citizen who resides within the City of Clearwater • Camille Hebting Representative of employers within the City of Clearwater • Jacqueline Rivera Representative of essential services personnel • Kathleen Beckman A locally elected official (City Councilmember) • Denise Sanderson City of Clearwater, Economic Develop. & Housing, Director • Charles (Chuck) Lane City of Clearwater, Economic Develop. & Housing, Assistant Director • Gina Clayton City of Clearwater, Planning & Development, Director • Amanda Warner Wade Trim, Planner (City’s Consultant) • Connor Baird Wade Trim, Planner (City’s Consultant) One (1) AHAC member was not in attendance: Lindsay Dicus-Harrison (representative of real estate professionals in connection with affordable housing). The purpose of the third AHAC meeting was to continue to discuss the affordable housing barriers identified by the AHAC during the first meeting on September 12, 2023; to confirm the direction received from the AHAC during the second meeting on October 3, 2023, regarding the continuance, modification, or removal of specific recommendations from the 2022 LHIS report; and to identify any new AHAC recommendations considering the City’s current practices regarding affordable housing. Welcome and Introductions AHAC Chair, Kevin Chinault, called the meeting to order and asked the committee members to introduce themselves and state the fields they represent. Approval of AHAC Meeting Minutes from September 12, 2023, and October 3, 2023 AHAC Chair, Kevin Chinault, stated the first order of business, which was to approve the AHAC meeting minutes from September 12, 2023, and October 3, 2023. The AHAC approved the minutes by motion, second, and unanimous approval. Appendix Economic Development & Housing Department Summary of Presentation to AHAC AHAC Chair, Kevin Chinault, introduced the Consultant. Wade Trim Planner, Amanda Warner (Consultant), then explained the purpose of the meeting and provided an overview of the agenda for the meeting, to include a presentation in Microsoft PowerPoint format and facilitated AHAC discussion. The Consultant reviewed the LHIS update process and schedule of events toward approval/submittal. The schedule of events included: • August 8, 2023 – City designates staff and selects AHAC members • September 7, 2023 – City Council appoints members to AHAC • September 12, October 3, and October 24, 2023 – AHAC meets to update LHIS report • November 14, 2023 – AHAC holds public hearing to approve updated LHIS report • December 7, 2023 – City Council holds public hearing to approve updated LHIS report for submittal to Florida Housing Finance Corporation (FHFC) • December 31, 2023 – Deadline to submit LHIS report to FHFC • March 31, 2024 – City Council to adopt amendments to LHAP to incorporate LHIS • May 2, 2024 – Submit amended LHAP with proof of City Council approval to FHFC In response to the first and second AHAC meetings on September 12, 2023, and October 3, 2023, the Consultant proposed specific changes to the affordable housing values, principles, and vision statement as discussed and directed by the committee. These changes are shown below (in strikethrough/underline). Affordable Housing Values . . . C) Ensures that Aspires to have housing that fits the City’s workforce can live within the City. D) Everyone deserves a safe affordable home. Affordable Housing Principles . . . 6) Incentivized to promote incorporation of affordable housing into all non-affordable housing developments. Affordable Housing Vision The City of Clearwater will incentivize the development of a diverse supply of housing that is safe, accessible, affordable, sustainable, and energy and cost efficient, that blends into the aesthetic character of all the City’s neighborhoods proximate to public amenities and employment opportunities, which supports an inclusive community and the diverse needs of residents. The AHAC confirmed the proposed changes to existing value C, proposed new value D, existing principle #6, and the vision statement. The Consultant reiterated the 11 incentive areas under Section 420.9076, F.S., and the additional five AHAC-initiated incentive areas from the previous 2022 LHIS Report. The Consultant then presented the contemporary barriers to affordable housing identified during the AHAC meetings on September 12, 2023, and October 3, 2023, and in response to City staff’s comments regarding the City’s current practices. During the third meeting on October 24, 2023, the AHAC requested the addition of “housing supply and inventory” as another contemporary barrier to be listed in the 2023 LHIS report. Appendix Economic Development & Housing Department Committee Discussion During the third meeting, the Consultant presented a review of the October 3, 2023, AHAC discussion of recommendations for inclusion in the 2023 LHIS report and facilitated further discussion of strategies to address the AHAC-identified barriers to affordable housing. The following provides a summary of the committee’s discussion of recommendations to incentivize affordable housing in the City of Clearwater. 1) Expedited Review During the third AHAC meeting on October 24, 2023, the committee continued to discuss the duration of single- family permit reviews, an affordable housing “mentor” list, affordable housing brochure, builders’ workshop or interviews regarding templates/building example plans, and the request that the NAHAB be updated mid-year regarding the process of those activities. Lender Training Additionally, the AHAC discussed holding lender training for participating lenders in the Down Payment Assistance (DPA) program, including the lenders, builders, and title companies. Pre-Approved Templates/Building Example Plans City staff reported that they met with builders (Tampa Bay Neighborhood Housing Services and Habitat for Humanity) most likely to benefit from pre-approved single-family templates/building example plans and started a conversation about the potential for such plans to expedite permit review. The AHAC then discussed the logistics of such plan submittal in more detail. City staff gave feedback regarding the cost of purchasing building example plans (e.g., pattern book) if City-provided, rather than builder-provided. The AHAC also discussed alternative housing type examples, such as container homes or tiny homes, as accessory dwelling units (ADUs) and maintaining examples of those. Affordable Housing Mentor List The AHAC briefly discussed the affordable housing mentor list and how mentoring would work. Level of Review/Permitting Process The AHAC discussed the City’s review process, specifically related to setback reductions and sidewalks. Regarding sidewalks specifically, it was suggested that the Community Redevelopment Agency (CRA) consider a sidewalk program to complete sidewalk gaps. The AHAC discussed not allowing developers to make a payment in lieu of sidewalk construction. City staff suggested the option of Community Development Block Grant (CDBG) funding for sidewalks in eligible neighborhoods. Specific Expedited Review Recommendations The AHAC discussed making clarifications to Recommendations 1.1 and 1.2 regarding single-family versus multi- family applicability. The AHAC also discussed adding a timeline to Recommendation 1.3, providing an affordable mentor list by end of first quarter 2024, and Recommendation 1.4, development of a brochure also by end of first quarter 2024. The AHAC confirmed the previously proposed change to Recommendation 1.5 to change “template” to “building example” plans. City staff will provide a mid-year progress report to the NAHAB regarding these recommendations. The AHAC requested a comparative analysis of any timing improvements/benefits resulting from these recommendations, ideally at mid-term review but certainly before the AHAC reconvenes in 2024. Minor changes to AHAC recommendations 1.1, 1.2., 1.3, 1.4, and 1.5 were proposed by the committee. These changes focus on clarifying the applicability and timelines of implementation. Upon review of current City practices, the AHAC modified Recommendations 1.1., 1.2, 1.3, 1.4, and 1.5 from the 2022 LHIS Report as shown in strikethrough/underline: Appendix Economic Development & Housing Department 1.1 Continue to use the “Request for Expedited Permit Processing for Affordable Housing Activity” form to fast-track affordable housing projects. Single-family Pprojects submitted with this form will receive priority during the permit review process by completing reviews of single-family permit reviews within four days of the initial submittal and within three days of all subsequent submittals. 1.2 The Assistant Director of Economic Development & Housing and Permit Manager will continue to be the primary and secondary points of contact when submitting multifamily affordable housing projects. Through close coordination, these two staff positions will: • Create and oversee an affordable housing “One Stop Streamline Permitting Process.” • Act as a liaison between the developer and all departments involved in the review and permitting process. • Organize and participate in the pre-application meetings. • Provide necessary information and forms to the developer to avoid delays during the application and review process. • Create a process and definitive project requirement checklist for affordable housing projects for each level of review and stage of permitting. • Create a definitive but feasible review timeline for affordable housing projects considering variables such as the type, size and impact in the community depending on the level of review and stage of permitting. • Release to the applicant and all City departments involved at once, written statements for additional requirements and project determinations. • Track the review process through the City’s online ePermit system. • Report to the developer the status of the application. 1.3 Continue to improve customer service toward potential project applicants by: • Maintaining a positive attitude • Offering a quick response time via email or phone calls • Making available project requirements and forms • Providing a list of potential mentors experienced in affordable housing development by end of first quarter 2024 and updated annually thereafter • Utilizing new technology to enhance administrative efficiencies and to educate developers about the City’s affordable housing incentives and permitting process by means of link sharing, web forms, videos/webinars, virtual meetings/forums, and other tools 1.4 Review and annually update Develop by end of first quarter 2024 and annually update thereafter a brochure and other informational handouts to be published in a prominent location on the City’s Affordable Housing webpage that explain the City's development approval and permitting process to developers, including but not limited to: • Relationship between City and County policies and the regulation of land use, density, and intensity • City-sponsored incentives for affordable housing such as the "Request for Expedited Permit Processing for Affordable Housing Activity" form, Affordable Housing Density Bonus, Parking Reductions, and Nonconforming Exemption for Affordable Housing 1.5 Encourage affordable housing developers of single-family homes to submit frequently used template building example plans for pre-screening by the Building Official to further expedite the staff permit review process. The AHAC requested that the Neighborhood and Affordable Housing Advisory Board (NAHAB) be provided with a mid-year progress report regarding the provision of an affordable housing mentor list, development of a brochure, and success of template/building example plans submittal. Appendix Economic Development & Housing Department 2) Modification of Fees During the third AHAC meeting on October 24, 2023, the AHAC continued to discuss fee benchmarking. The AHAC requested clarification regarding how often fee benchmarking should occur. City staff stated that the City of Clearwater already has low building permit and plan review fees, since recently reduced by 75 percent; however, a larger fee study would be farther in the future. The AHAC discussed whether fee reductions are passed to the end consumer. The committee discussed how such reductions keep affordable housing feasible, along with the amount of assistance provided. The AHAC made a change to Recommendation 2.2 to establish a timeline for assessment of the feasibility of reducing, refunding, or redefining fees. The AHAC made no changes to Recommendations 2.1, 2.3, or 2.4 during the third AHAC meeting. Upon review of current City practices, the AHAC continued Recommendations 2.1, 2.3, and 2.4 from the 2022 LHIS report with no changes, and modified Recommendation 2.2 as shown in strikethrough/underline. 2.2 Continue to Annually assess the financial, legal, and administrative feasibility of reducing, refunding, or redefining (by unit size) the costs of impact fees and/or permitting fees related to the development of affordable housing with the goal of being on par with other municipalities in Pinellas County. 3) Flexible Densities During the third AHAC meeting on October 24, 2023, the AHAC discussed the Live Local Act and noted that the City is working on implementation to include a Frequently Asked Questions (FAQ) resource on the City’s website. The City is tackling related policy changes first, with changes to the Community Development Code later. The AHAC discussed putting a timeline on the Live Local Act FAQ, possibly mid-year. City staff noted that the FAQ is nearly drafted and proposed policies will be taken to City Council in December 2023. The AHAC made changes to Recommendation 3.1 to add reference to the Live Local Act. The AHAC made no changes to Recommendations 3.2 or 3.3 during the third AHAC meeting. Upon review of current City practices, the AHAC continued Recommendations 3.2 and 3.3 from the 2022 LHIS report with no changes, and modified Recommendation 3.1 as shown in strikethrough/underline. 3.1 Continue to provide allowance of density flexibility for affordable housing developments by City policy and to monitor State legislation regarding density flexibility, including but not limited to the Live Local Act. 4) Infrastructure Capacity The AHAC did not further discuss infrastructure capacity on October 24, 2023, and continued the previous recommendation of “no recommendation” from the 2022 LHIS report with no changes. Upon review of current City practices, the AHAC made no change to the recommendation of “no recommendation” as previously approved. 5) Accessory Dwelling Units During the third AHAC meeting on October 24, 2023, City staff discussed the City’s recent Comprehensive Plan updates, which provide new policies pertaining to accessory dwelling units (ADUs). Specifically, Appendix Economic Development & Housing Department Recommendation 5.2 should be updated to reflect new Clearwater 2045 Comprehensive Plan policies in the Quality Places Chapter. The Consultant was directed to follow-up with City staff regarding Recommendation 5.3 regarding alternative housing types and corresponding policy references. The AHAC discussed the relationship between ADUs and affordable housing. City staff discussed Naturally Occurring Affordable Housing (NOAH) and the realities of ADU construction. The AHAC discussed how to offset the costs of ADU construction. The effect on income limits and homestead exemptions were discussed. Partnerships with the Public Housing Authority and Tenant-Based Rental Assistance (i.e., vouchers) were also discussed. In response to AHAC questions, City staff discussed land use restrictions and other measures applicable to City-funded affordable housing projects. The AHAC discussed CRA and tax increment financing restrictions with monitoring. City staff discussed the issue of monitoring. The AHAC continued the discussion of ADUs and parking from October 3, 2023. City staff noted that the City will be working on specific Community Development Code standards, particularly for the North Greenwood CRA, to address ADUs and related issues such as parking and occupancy/tenure flexibility, and further education about ADUs as affordable housing. The AHAC also discussed the barrier of insurance, which is widespread across Florida and not unique to the City of Clearwater. Upon review of current City practices, the AHAC continued Recommendations 5.1 and 5.3 from the 2022 LHIS report with no changes, and modified Recommendation 5.2 as shown in strikethrough/underline. 5.2 Revisit with Implement City Council Comprehensive Plan Policy C.1.1.2 QP 6.1.7 and Policy C.1.1.8 QP 6.1.10 to consider allowing one accessory dwelling units on a residential lot of any size provided that certain criteria are met by providing corresponding standards in the CDC. Such criteria standards may include: • Maximum unit size, parking standards, setback, and height requirements to facilitate review and to ensure neighborhood compatibility, which may be presented using a pattern book or similar means to expedite approval. • Occupancy/tenure requirements so that the principal dwelling unit remains owner-occupied, the accessory dwelling unit is not used for short-term rental, and the number of occupants is limited to that which is reasonable for the unit size. 6) Parking Reductions During the third AHAC meeting on October 24, 2023, parking and setback reductions were not further discussed. The AHAC made no changes to Recommendations 6.1 and 6.2, since the previous AHAC discussion from October 3, 2023, was broadly captured by those two recommendations. Upon review of current City practices, the AHAC continued Recommendations 6.1 and 6.2 from the 2022 LHIS report with no changes. 7) Flexible Lot Configurations During the third AHAC meeting on October 24, 2023, flexible lot configurations were not further discussed. Upon review of current City practices, the AHAC continued Recommendation 7.1 from the 2022 LHIS report with no changes. Appendix Economic Development & Housing Department 8) Modification of Street Requirements Street requirements were not identified as an affordable housing barrier during meetings with the AHAC and City staff. Therefore, modification of the City’s existing street requirements was not recommended. Upon review of current City practices, the AHAC made no change to the recommendation of “no recommendation” as previously approved. 9) Pre-Adoption Policy Consideration No specific issues with the City’s current pre-adoption policy consideration process were identified during meetings with the AHAC and City staff. The current process is working. However, the AHAC discussed whether Senate Bill 170, which requires a business impact estimate prior to passing an ordinance, affects affordable housing. In response, the AHAC made a change to Recommendation 9.2 to include related legislation in the types of regulatory instruments to be reviewed. Upon review of current City practices, the AHAC continued Recommendations 9.1 from the 2022 LHIS report with no changes, and modified Recommendation 9.2 as shown in strikethrough/underline. 9.2 Continue the review process maintained by the Senior Executive Team through which any new regulatory instrument created in the City (Ordinances, regulations, etc.) or by related State legislation can be evaluated for its effect on housing affordability. 10) Inventory of Public Lands At the third AHAC meeting on October 24, 2023, the AHAC discussed the scoring matrix for the City’s Lot Disposition policy, and whether to add an incentive for ADUs. City staff noted that an additional point could be given for inclusion of ADUs. The AHAC discussed adding language to Recommendation 10.5 to add such incentive. The AHAC further discussed whether all lots would be eligible to include an ADU, and how scoring could be affected if a particular lot were not eligible. City staff proposed to discuss the scoring matrix with the NAHAB in more detail, and then provide a progress report to the 2024 AHAC when reconvened. Upon review of current City practices, the AHAC continued Recommendations 10.1, 10.2, 10.3, 10.4, and 10.5 from the 2022 LHIS report with no changes. 11) Proximity to Transportation, Employment, and Mixed-Use Development No specific issues with the City’s current policies regarding proximity to transportation, employment, and mixed- use development were identified during meetings with the AHAC and City staff. The City’s current policies remain acceptable to the committee. However, under the Clearwater 2045 Comprehensive Plan update, those current policies will be replaced. Upon review of current City practices, the AHAC modified Recommendation 11.1 from the 2022 LHIS report as shown in strikethrough/underline. 11.1 The City will maintain and implement Future Land Use Element policies A.2.2.7; A.5.4.4; A.5.4.7; A.6.8.7; A.6.10.8; and C.1.4.2 of the City’s Comprehensive Plan that incentivize affordable housing development proximate to transportation hubs, major employment centers, and mixed-use developments. Appendix Economic Development & Housing Department 12) Additional – Adaptive Reuse During the third AHAC meeting on October 24, 2023, the AHAC discussed more intentionally and proactively promoting adaptive reuse. The AHAC also discussed adding other adaptive reuse categories to Recommendation 12.1, such as hotels, office buildings, and malls, and making a connection to the Live Local Act. Upon review of current City practices, the AHAC modified Recommendation 12.1 from the 2022 LHIS report as shown in strikethrough/underline. 12.1 Continue to allow and promote “adaptive reuse” involving the conversion of surplus and/or outmoded buildings including old churches, school buildings, hospitals, train stations, warehouses, factories, hotels, office buildings, malls, etc. to mixed uses where permitted by zoning district or by the Live Local Act. 13) Additional – Land Development Code No specific issues with the City’s Community Development Code were identified during meetings with the AHAC and City staff. The current standards remain acceptable. The AHAC requested adding a bullet to Recommendation 13.1 for electric vehicle charging infrastructure. Upon review of current City practices, the AHAC modified Recommendation 13.1 from the 2022 LHIS report as shown in strikethrough/underline. 13.1 Continue to incentivize developers to address recommended design standards for affordable housing developments consistent with Sec. 3-920.A.3.c.i-iii. of the City of Clearwater Community Development Code. Other criteria could include but are not limited to: • Provide direct and visual access to open space for residents. • Consider play areas when developing family housing. • Provide nighttime outdoor illumination for safety. • Use landscape standards and buffers to screen nuisances and to separate public and private areas. • Centrally-locate common facilities. • Use Crime Prevention Through Environmental Design (CPTED) when practical and financially feasible. • Include electric vehicle charging infrastructure. 14) Additional – Communication/Marketing During the third AHAC meeting on October 24, 2023, communication/marketing was not further discussed. Upon review of current City practices, the AHAC continued Recommendation 14.1 from the 2022 LHIS report with no changes. During the second AHAC meeting on October 3, 2023, the AHAC directed City staff to work with the NAHAB to benchmark what other communities are doing in this incentive area. 15) Additional – Financing During the third AHAC meeting on October 24, 2023, the Consultant proposed a minor change to Recommendation 15.1 to capture the financial assistance incentives discussed during the first AHAC meeting on September 12, 2023. This proposed change was presented to the AHAC at the third AHAC meeting on October 24, 2023. The AHAC accepted the proposed change to Recommendation 15.1 as shown below in strikethrough/underline: Appendix Economic Development & Housing Department 15.1 Diversify financial strategies to contribute to the new construction and maintenance of affordable housing and financial assistance to obtain affordable housing. Additionally, the AHAC discussed adding a new recommendation to the LHIS Report to support adequate staffing to achieve the AHAC’s recommendations. The AHAC recognized the need to allocate money to the Economic Development & Housing Department for sufficient staffing to get work done. After discussion, the AHAC added a new Recommendation 15.3 as shown below in strikethrough/underline: 15.3 Ensure City staffing levels are adequate to achieve the AHAC recommendations of the LHIS Report. 16) Additional – Partnerships During the third AHAC meeting on October 24, 2023, the AHAC discussed bringing employers to the affordable housing discussion, since major employers may have capital investment dollars for workforce housing. The AHAC also discussed employer-provided housing assistance programs (e.g., DPA, rental assistance, etc.) and potential partnerships with such programs. The AHAC discussed available land owned by major employers that may be suitable for affordable housing and could be developed in support of workforce housing. To that end, the AHAC discussed who would facilitate such coordination, with potential for a third-party (e.g., developer) or countywide partnership rather than City responsibility only. There was also discussion of limited federal funding for such housing given it would be restricted to employees, but that employer-provided housing could take some pressure off the housing inventory. The City’s role could be facilitating relationships between employers and affordable housing developers. As a result of the AHAC’s discussion, the AHAC modified Recommendation 16.1 to add a new bullet specific to establishing partnerships with major employers to coordinate the supply of affordable housing. A reference to lender training was also added (see discussion under Incentive Area No. 1). The AHAC also discussed partnering with the private sector and non-profits and reducing the operational costs of affordable housing through solar, weatherization, and other energy-saving measures. The committee discussed the advantages and disadvantages of different operational solutions and tiered energy efficiency systems (e.g., types of insulation, windows, water heaters, electric versus gas, solar and other aspects), and settled on adding clarification to the last bullet of Recommendation 16.1 to include operational costs and to emphasize long-term affordability. Upon review of current City practices, the AHAC modified Recommendation 16.1 from the 2022 LHIS report as shown in strikethrough/underline. 16.1 Develop public and private partnerships for the provision of affordable housing: • Prepare, advertise, and maintain an inventory of affordable housing providers/developers and any other related organization. • Encourage partnerships between current and new affordable housing developers for mentoring and technical training. • Establish partnerships with major employers to coordinate the supply of workforce housing. • Encourage and support joint development opportunities between the private sector and non–profits to develop affordable housing. • Engage lenders in training and ongoing discussion with the City relative to underwriting and credit standards, technology solutions, as well as the development of financial products in Appendix Economic Development & Housing Department an effort to maximize the financing options available to potential first-time homebuyers through conventional and other lenders. • Coordinate with Pinellas County joint programs for the provision of affordable housing, including the Pinellas County Countywide Housing Strategy and Advantage Pinellas Housing Compact. • Monitor, and encourage citizens to lobby for, the development of statewide legislative initiatives to gauge the local impact of their provisions. • Coordinate with the private sector and non-profits to provide homebuyer education, home warranties and other strategies that reduce the ongoing maintenance risk of homeownership. • Increase down payment assistance loan amounts to be viable for the homebuyer while remaining financially feasible for the continued operation of the City’s program. • Improve the timing of Housing Quality Standards inspections to facilitate closings on homes with down payment assistance loans, if feasible under funding source requirements. • Partner with the private sector and non-profits to address third-party barriers to affordable housing and to identify appropriate incentives to reduce labor and material costs for developers and long-term maintenance, operational, and insurance costs for homeowners. Public Comment AHAC Chair, Kevin Chinault, invited public comment and asked if anyone wished to speak publicly. Jessica Martin inquired about Incentive Area No. 10 and Recommendations 10.1 thru 10.5 regarding the Inventory of Public Lands, noting that the 31 properties on the list equates to 85 potential units of affordable housing under the current code, which should be highlighted. Ms. Martin also asked the AHAC to consider storage container housing as an alternative housing type that could be longer-lasting, sustainable, and eco-friendly (e.g., solar fitted), and possibly configured in multiples on each lot to increase the number of units. There were no comments submitted via email. Next Steps The Consultant will respond to AHAC direction to continue or modify recommendations as discussed during the third AHAC meeting held on October 24, 2023. The updated 2023 LHIS report will be presented for AHAC approval at the AHAC public hearing. The AHAC public hearing will be held on November 14, 2023, at 9:00 a.m., at the Clearwater Main Library (100 N. Osceola Ave, Clearwater, FL 33755). If any AHAC members will be absent on November 14, 2023, questions or comments should be submitted directly to Chuck Lane, Assistant Director of the City’s Economic Development & Housing Department, in advance. In final comments, Kathleen Beckman referenced the Advantage Pinellas Housing Action Plan and encouraged committee members to review the document and stay connected with the Advantage Pinellas Housing Compact. In closing, Chuck Lane stated that City staff is working on the CAPER, the City’s year-end federal report, and reported that the ARPA-funded Emergency Grant program in the amount of $5,000 per grant has completed 69 grants, with 22 grants still in the pipeline. Mr. Lane emphasized the success of the program, which has assisted with emergency repairs, air conditioning units, and other assistance. City staff hopes to continue the program but is not sure what future funding source will be used. Denise Sanderson noted that City staff evaluated State Housing Initiatives Partnership program (SHIP) funding, but monitoring requirements are untenable for the $5,000 grant amount. Ms. Sanderson suggested using general funds for future funding but is not sure if that will be supported. The current grant requires homeowner income qualification and contractor reimbursement but is less arduous than the City’s housing rehabilitation program. AHAC Chair, Kevin Chinault, adjourned the third AHAC meeting. Appendix Economic Development & Housing Department The committee is hereby reminded that the AHAC is a public advisory board and is subject to Florida’s “Sunshine Law” therefore committee members may not discuss AHAC matters with other committee members outside of a properly noticed and recorded public meeting. AHAC members are encouraged to contact City staff directly to discuss AHAC matters. Appendix Economic Development & Housing Department APPENDIX E: Summary of AHAC Recommendations The following summarizes the AHAC’s updated recommendations as outlined in Section II of the LHIS report. The AHAC reviewed the City’s current practices and will meet on November 14, 2023, to hear the following recommendations to incentivize the provision of affordable housing. Once approved by the AHAC, the recommendations will be presented to City Council on December 7, 2023. E.1 Expedited Review Process Recommendation 1.1 Continue to use the “Request for Expedited Permit Processing for Affordable Housing Activity” form to fast-track affordable housing projects. Single-family projects submitted with this form will receive priority during the permit review process by completing reviews of single-family permit reviews within four days of the initial submittal and within three days of all subsequent submittals. Recommendation 1.2 The Assistant Director of Economic Development & Housing and Permit Manager will continue to be the primary and secondary points of contact when submitting multi-family affordable housing projects. Through close coordination, these two staff positions will: • Create and oversee an affordable housing “One Stop Streamline Permitting Process.” • Act as a liaison between the developer and all departments involved in the review and permitting process. • Organize and participate in the pre-application meetings. • Provide necessary information and forms to the developer to avoid delays during the application and review process. • Create a process and definitive project requirement checklist for affordable housing projects for each level of review and stage of permitting. • Create a definitive but feasible review timeline for affordable housing projects considering variables such as the type, size and impact in the community depending on the level of review and stage of permitting. • Release to the applicant and all City departments involved at once, written statements for additional requirements and project determinations. • Track the review process through the City’s online ePermit system. • Report to the developer the status of the application. Recommendation 1.3 Continue to improve customer service toward potential project applicants by: • Maintaining a positive attitude • Offering a quick response time via email or phone calls • Making available project requirements and forms Appendix Economic Development & Housing Department • Providing a list of potential mentors experienced in affordable housing development by end of first quarter 2024 and updated annually thereafter • Utilizing new technology to enhance administrative efficiencies and to educate developers about the City’s affordable housing incentives and permitting process by means of link sharing, web forms, videos/webinars, virtual meetings/forums, and other tools Recommendation 1.4 Develop by end of first quarter 2024 and annually update thereafter a brochure and other informational handouts to be published in a prominent location on the City’s Affordable Housing webpage that explain the City's development approval and permitting process to developers, including but not limited to: • Relationship between City and County policies and the regulation of land use, density, and intensity • City-sponsored incentives for affordable housing such as the "Request for Expedited Permit Processing for Affordable Housing Activity" form, Affordable Housing Density Bonus, Parking Reductions, and Nonconforming Exemption for Affordable Housing Recommendation 1.5 Encourage affordable housing developers of single-family homes to submit frequently used building example plans for pre-screening by the Building Official to further expedite the staff permit review process. E.2 Modification of Fees Recommendation 2.1 Coordinate with Pinellas County regarding data-based rate flexibility within the multi-modal impact fee to support the provision of affordable housing. Recommendation 2.2 Annually assess the financial, legal, and administrative feasibility of reducing, refunding, or redefining (by unit size) the costs of impact fees and/or permitting fees related to the development of affordable housing with the goal of being on par with other municipalities in Pinellas County. Recommendation 2.3 The Planning & Development Department will continue to implement the fee Schedule of Fees Rates and Charges ordinance to provide for a reduction in the Plan Review and Permit Fees for single-family homes. Recommendation 2.4 The Economic Development & Housing Department will continue to assist with the payment of Plan Review and Permit Fees and impact fees utilizing state and federal funds designated for affordable housing. Appendix Economic Development & Housing Department E.3 Flexible Densities Recommendation 3.1 Continue to provide allowance of density flexibility for affordable housing developments by City policy and to monitor State legislation regarding density flexibility, including but not limited to the Live Local Act. Recommendation 3.2 Maintain specific parameters to grant density flexibility for affordable housing projects as allowed in the Community Development Code within the different zoning districts. Recommendation 3.3 Continue to define the density allowance for an affordable housing project as part of a pre-application meeting prior to formal submission of the civil/site engineering requirements. E.4 Infrastructure Capacity We do not recommend that the City of Clearwater include the reservation of infrastructure capacity for housing for very-low-income persons, low-income persons, and moderate-income persons as an incentive for the provision of affordable housing. E.5 Accessory Dwelling Units Recommendation 5.1 Continue to allow for accessory dwelling units in nonresidential zoning districts as described within the City’s Community Development Code. Recommendation 5.2 Implement City Council Comprehensive Plan Policy QP 6.1.7 and Policy QP 6.1.10 to allow accessory dwelling units by providing corresponding standards in the CDC. Such standards may include: • Maximum unit size, parking standards, setback, and height requirements to facilitate review and to ensure neighborhood compatibility, which may be presented using a pattern book or similar means to expedite approval. • Occupancy/tenure requirements so that the principal dwelling unit remains owner-occupied, the accessory dwelling unit is not used for short- term rental, and the number of occupants is limited to that which is reasonable for the unit size. Recommendation 5.3 Provide flexibility for other alternative unit types such as co-housing to incentivize unconventional solutions to address affordable housing needs and support aging- in-place within existing neighborhoods. Appendix Economic Development & Housing Department E.6 Parking Reductions Recommendation 6.1 Continue to allow flexible setback requirements for affordable housing developments. Recommendation 6.2 Continue to tie reductions of off-street parking requirements to proximity and access to alternative modes of transportation, including transit, sidewalks, trails, or other options. E.7 Flexible Lot Configurations Recommendation 7.1 Continue to allow flexible lot configurations for affordable housing developments while remaining sensitive to the character and context of existing neighborhoods. E.8 Modification of Street Requirements Because such standards are in place to benefit public health and safety, we do not recommend that the City utilize the modification of street requirements as an incentive for affordable housing. E.9 Pre-Adoption Policy Consideration Recommendation 9.1 As part of its annual reporting, the Economic Development & Housing Department will continue to review all regulations and ordinances that may affect the cost of housing. Recommendation 9.2 Continue the review process maintained by the Senior Executive Team through which any new regulatory instrument created in the City (Ordinances, regulations, etc.) or by related State legislation can be evaluated for its effect on housing affordability. E.10 Inventory of Public Lands Recommendation 10.1 The Economic Development & Housing Department will continue to maintain the inventory of publicly-owned land suitable for the development of affordable housing. Recommendation 10.2 Continue to publish the public land inventory owned by the City for affordable housing, and a link to Pinellas County’s inventory, on the City’s webpage for prospective developers and non-profit agencies for developing affordable housing. Recommendation 10.3 Continue to make publicly-owned land available to prospective developers and non-profit agencies for developing affordable housing. Appendix Economic Development & Housing Department Recommendation 10.4 The Economic Development & Housing Department will coordinate with the Planning & Development Department to identify properties having repeat code violations that may be suitable for rehabilitation, acquisition, or demolition for affordable housing. Recommendation 10.5 Continue to monitor the policy/procedure for distribution of city owned lots. Consider including energy efficient items and related emerging technologies into the scoring matrix to support environmentally friendly development in partnership with the Greenprint 2.0 timeline. E.11 Proximity to Transportation, Employment & Mixed-Use Development Recommendation 11.1 The City will maintain and implement policies of the City’s Comprehensive Plan that incentivize affordable housing development proximate to transportation hubs, major employment centers, and mixed-use developments. E.12 Adaptive Reuse Recommendation 12.1 Continue to allow and promote “adaptive reuse” involving the conversion of surplus and/or outmoded buildings including old churches, school buildings, hospitals, train stations, warehouses, factories, hotels, office buildings, malls, etc. to mixed uses where permitted by zoning district or by the Live Local Act. E.13 Land Development Code Recommendation 13.1 Continue to incentivize developers to address recommended design standards for affordable housing developments consistent with Sec. 3-920.A.3.c.i-iii. of the City of Clearwater Community Development Code. Other criteria could include but are not limited to: • Provide direct and visual access to open space for residents. • Consider play areas when developing family housing. • Provide nighttime outdoor illumination for safety. • Use landscape standards and buffers to screen nuisances and to separate public and private areas. • Centrally-locate common facilities. • Use Crime Prevention Through Environmental Design (CPTED) when practical and financially feasible. • Include electric vehicle charging infrastructure. Appendix Economic Development & Housing Department E.14 Communication and Marketing of Affordable Housing Recommendation 14.1 Continue to improve current communication channels and marketing materials to reach different stakeholders interested in affordable housing. Some of the suggested actions include but are not limited to: • Conduct an educational campaign, in conjunction with regular City communications, to rebrand affordable housing as workforce housing that supports the diverse needs of residents through a variety of unit/product types compatible with the City’s neighborhoods. • Partner with Amplify Clearwater and others to broadly promote the benefits of, and opportunities for, affordable housing development in the City and to communicate successes. • Prepare, update, and keep current marketing materials for the general public in order to promote the different housing programs that the City offers, including homebuyer education and down payment assistance to support homeownership. • Prepare, update, and keep current marketing materials that help developers and the general public to understand the application criteria, permitting process, and the number of incentives available for rehabilitation and new construction of affordable housing units in the City. • Make accessible to the public an inventory and a map of suitable residential vacant land available for development. • Include a section on the City’s webpage called, “Affordable Housing & Community Development,” specifically dedicated to the promotion of affordable housing. • Share outcomes and analytics with appropriate City boards and committees. E.15 Financing Recommendation 15.1 Diversify financial strategies to contribute to the new construction and maintenance of affordable housing and financial assistance to obtain affordable housing. Recommendation 15.2 Evaluate the feasibility of reducing/paying code violation liens on lots suitable for affordable housing development. Recommendation 15.3 Ensure City staffing levels are adequate to achieve the AHAC recommendations of the LHIS Report. Appendix Economic Development & Housing Department E.16 Partnerships Recommendation 16.1 Develop public and private partnerships for the provision of affordable housing: • Prepare, advertise, and maintain an inventory of affordable housing providers/developers and any other related organization. • Encourage partnerships between current and new affordable housing developers for mentoring and technical training. • Establish partnerships with major employers to coordinate the supply of workforce housing. • Encourage and support joint development opportunities between the private sector and non–profits to develop affordable housing. • Engage lenders in training and ongoing discussion with the City relative to underwriting and credit standards, technology solutions, as well as the development of financial products in an effort to maximize the financing options available to potential first-time homebuyers through conventional and other lenders. • Coordinate with Pinellas County joint programs for the provision of affordable housing, including the Pinellas County Countywide Housing Strategy and Advantage Pinellas Housing Compact. • Monitor, and encourage citizens to lobby for, the development of statewide legislative initiatives to gauge the local impact of their provisions. • Coordinate with the private sector and non-profits to provide homebuyer education, home warranties and other strategies that reduce the ongoing maintenance risk of homeownership. • Increase down payment assistance loan amounts to be viable for the homebuyer while remaining financially feasible for the continued operation of the City’s program. • Improve the timing of Housing Quality Standards inspections to facilitate closings on homes with down payment assistance loans, if feasible under funding source requirements. • Partner with the private sector and non-profits to address third-party barriers to affordable housing and to identify appropriate incentives to reduce labor and material costs for developers and long-term maintenance, operational, and insurance costs for homeowners. RESOLUTION NO. 08-15 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA REGARDING THE AFFORDABLE HOUSING ADVISORY COMMITTEE REQUIRED FOR PURPOSES OF THE STATE HOUSING INITIATIVES PARTNERSHIP PROGRAM ("SHIP") PROGRAM; PROVIDING THAT THE CITY'S NEIGHBORHOOD AND AFFORDABLE HOUSING BOARD NAHAB] SHALL SERVE AS SAID COMMITTEE; APPOINTING EXISTING NAHAB MEMBERS TO THE COMMITTEE; APPOINTING NEW MEMBERS TO THE NEIGHBORHOOD AND AFFORDABLE HOUSING BOARD AND THE COMMITTEE; PROVIDING FOR NEW MEMBER TERMS; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida enacted the State Housing Initiatives Partnership Act ("Act") also known as the William E. Sadowski Affordable Housing Act, which allocates a portion of new and existing documentary stamp taxes on deeds to local governments for development of affordable housing through the SHIP Program; and WHEREAS, the Act requires that in order to receive SHIP funds, the local government appoint an Affordable Housing Advisory Committee to recommend monetary and non-monetary incentives for the Affordable Housing Incentive Plan and that its members be appointed by resolution, and it is desirable that the City Neighborhood and Affordable Housing Advisory Board [NAHAB] serve as the Affordable Housing Advisory Committee; now therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That the following existing members of the Neighborhood and Affordable Housing Board are hereby appointed as members of the Affordable Housing Advisory Committee for the State Housing Initiatives Partnership Program: Donald Brackett (retired builder) representing the residential home building industry Lisa Hughes (Coordinated Child Care) as an advocate for low- income persons in connection with affordable housing Kip Corriveau (Salvation Army) representing not-for-profit provider of affordable housing Peggy Cutkomp (Prudential Tropical Realty) representing those who are actively engaged as a real estate professional in connection with affordable housing Resolution No. 08-15 Laurel Braswell (Homemaker) as citizen who resides within the City of Clearwater Josephine Carbone (retired Realtor) as citizen who resides within the City of Clearwater Section 2. That the following persons are hereby appointed to the Neighborhood and Affordable Housing Board and as members of the Affordable Housing Advisory Committee for the State Housing Initiatives Partnership Program: Samuel Davis (Wells Fargo Mortgage) representing the banking or mortgage industry in connection with affordable housing Nick Pavonetti (PDC Affordable Housing) representing those areas of labor engaged in home building in connection with affordable housing Peter Leach (Southport Financial Services) representing the for- profit provider of affordable housing Jordan Behar (Behar Design and Associates, Inc.), who serves on the local planning agency Kevin Gartland (Clearwater Regional Chamber of Commerce) representing employers within the City of Clearwater Tony Longhorn (Pinellas County School Board) representing essential services personnel The term of office of said six members will be four years per Code of Ordinances Section 2.226(3). Section 3. This resolution shall take effect immediately upon adoption, and is subject to the adoption of Ordinance No. 7981-08. PASSED AND ADOPTED this 19th day of June 2008. y~ In-ank V. Hibbard Mayor Approved as to form:Attest: Leslie K. Doug City Attorney 2 RESOLUTION NO. 14 -26 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA APPOINTING THE AFFORDABLE HOUSING ADVISORY COMMITTEE ( "COMMITTEE ") IN ACCORDANCE WITH FLORIDA STATUTE SECTION 420.9076, AND REQUIRED FOR PURPOSES OF THE STATE HOUSING INITIATIVES PARTNERSHIP ( "SHIP ") PROGRAM; PROVIDING THAT THE CITY'S NEIGHBORHOOD AND AFFORDABLE HOUSING ADVISORY BOARD ( "NAHAB ") SHALL SERVE AS SAID COMMITTEE; APPOINTING EXISTING NAHAB MEMBERS TO THE COMMITTEE; APPOINTING ADDITIONAL MEMBERS TO THE COMMITTEE IN ACCORDANCE WITH SECTION 2.228, CODE OF ORDINANCES OF THE CITY OF CLEARWATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida enacted the State Housing Initiatives Partnership Act ( "Act ") also known as the William E. Sadowski Affordable Housing Act, which allocates a portion a new and existing documentary stamp taxes on deeds to local governments for development of affordable housing through the SHIP Program; and WHEREAS, the Act requires that in order to receive SHIP funds, the local government appoint an Affordable Housing Advisory Committee to recommend monetary and non - monetary incentives for the Affordable Housing Incentive Plan and that its members be appointed by resolution; and it is desirable that the City Neighborhood and Affordable Housing Advisory Board ( "NAHAB ") serve as the Affordable Housing Advisory Committee; now therefore BE IT RESOVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1: That the following existing members of the Neighborhood and Affordable Housing Advisory Board are hereby appointed as members of the Affordable Housing Advisory Committee: Michael Potts representing the residential home building industry Linda Kemp representing the banking or mortgage industry in connection with affordable housing Lisa Hughes as an advocate for low- income persons in connection with affordable housing Peggy Cutkomp representing those who are actively engaged as a real estate professional in connection with affordable housing Vicki Adelson as citizen who resides within the City of Clearwater Kristin Dailey representing employers within the City of Clearwater Resolution No. 14 -26 SECTION 2: That the following persons are hereby appointed to the Affordable Housing Advisory Committee: Ronald Spoor representing those areas of labor engaged in home building in connection with affordable housing Michael Boutzoukas who serves on the local planning agency Peter Leach representing the for - profit provider of affordable housing Bob Clifford representing essential services personnel Jacqueline Rivera representing a not - for - profit provider of affordable housing SECTION 3: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 9 n Hi day of August , 2014. Approved as to form: C._// Laura Mahony Assistant City Attorney Ceorie- cy'Ckk( George N. Cretekos Mayor Attest: Rosemarie CaII City Clerk Resolution No. 14 -26 DocuSign Envelope ID:5F8D2D34-A2A9-46BE-91 DO-1329F93A7AFB RESOLUTION NO. 23-12 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA APPOINTING THE AFFORDABLE HOUSING ADVISORY COMMITTEE ("COMMITTEE") IN ACCORDANCE WITH FLORIDA STATUTE SECTION 420.9076, AND REQUIRED FOR PURPOSES OF THE STATE HOUSING INITIATIVES PARTNERSHIP ("SHIP") PROGRAM; PROVIDING THAT THE CITY'S NEIGHBORHOOD AND AFFORDABLE HOUSING ADVISORY BOARD ("NAHAB") AMONG SEVERAL OTHER INDIVIDUALS SHALL SERVE AS SAID COMMITTEE; APPOINTING EXISTING NAHAB MEMBERS TO THE COMMITTEE; APPOINTING ADDITIONAL MEMBERS TO THE COMMITTEE IN ACCORDANCE WITH SECTION 2.228, CODE OF ORDINANCES OF THE CITY OF CLEARWATER; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida enacted the State Housing Initiatives Partnership Act (the "Act") also known as the William E. Sadowski Affordable Housing Act, which allocates a portion of new and existing documentary stamp taxes on deeds to local governments for development of affordable housing through the SHIP Program; and WHEREAS, the Act requires that in order to receive SHIP funds, the local government shall appoint an Affordable Housing Advisory Committee to recommend monetary and non-monetary incentives for the Affordable Housing Incentive Plan and that its members be appointed by resolution; and it is desirable that the City Neighborhood and Affordable Housing Advisory Board ("NAHAB") among several other individuals serve on the Affordable Housing Advisory Committee; now therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1: That the following members of the Neighborhood and Affordable Housing Advisory Board are hereby appointed, for a term ending upon City Council adoption of the 2023 Local Housing Incentive Strategy (anticipated prior to December 31, 2023), as members of the Affordable Housing Advisory Committee: Robyn Fiel representing the banking or mortgage industry in connection with affordable housing Linda Byars as an advocate for low-income persons in connection with affordable housing Lindsay Dicus-Harrison representing those who are actively engaged as a real estate professional in connection with affordable housing Carmen Santiago as citizen who resides within the City of Clearwater Camille Hebting representing employers within the City of Clearwater Kevin Chinault representing a not-for-profit provider of affordable housing Resolution No. 23-12 DocuSign Envelope ID:5F8D2D34-A2A9-46BE-91 DO-1329F93A7AFB VACANT representing those areas of labor engaged in home building in connection with affordable housing SECTION 2: That the following persons are hereby appointed, for a term ending upon City Council adoption of the 2023 Local Housing Incentive Strategy, to the Affordable Housing Advisory Committee: Pierre Cournoyer, representing the residential home building industry Bruce Rector, who serves on the City of Clearwater's local planning agency Jacqueline Rivera, representing essential services personnel Kathleen Beckman, as a locally elected official SECTION 3: This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this Th day of September 2023. Ly cuSigned by: iw& a"Sf Brian J. Aungst, Sr. Mayor Approved as to form:Attest: DS ADoc uSigned by:: E D-ocuSignedby: kfd, Q-du id...F Mathew J. Mytych. Esq. Rosemarie Call Assistant City Attorney City Clerk Resolution No. 23-12 RESOLUTION 09-41 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, DETERMINING THE CITY HOLDS FEE SIMPLE TITLE IN AND TO 2 PARCELS OF LAND LYING AND BEING SITUATE WITHIN ITS CORPORATE LIMITS THAT ARE APPROPRIATE FOR USE AS AFFORDABLE HOUSING AS DEFINED IN SECTION 166.0451, FLORIDA STATUTES; ESTABLISHING AN INVENTORY LISTING OF SAID PARCELS; PROVIDING AN EFFECTIVE DATE. WHEREAS, Chapter 166.0451, Florida Statutes, requires that every three years each municipality within the State of Florida shall prepare an inventory list of all real property within its jurisdiction to which the municipality holds fee simple title that is appropriate for use as affordable housing; and, WHEREAS, the inventory list must include the address and legal description of each such property and specify whether the property is vacant or improved; and, WHEREAS, the governing body of the municipality must review the inventory list at a public hearing, and may revise it at the conclusion of the public hearing; and, WHEREAS, Resolution 08-01 established the first Affordable Housing Inventory in 2008 with twenty-nine (29) parcels of city-owned land; and, WHEREAS, after further review and physical inspection of each parcel, certain parcels adopted therein have now been determined to be inappropriate for said list because of lot size or location in a community redevelopment area; and, WHEREAS, the list is hereby revised to include only those properties deemed appropriate for use as affordable housing; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That the following two parcels of vacant land as identified in EXHIBIT "A" appended hereto are hereby determined to be appropriate for use Resolution No. 09-41 OZ::s!~ n ~C/)zzml -lmu 'l:I: r- lXImN~C:C"l0C/)::U8~~C"l~ coo' u"'0CIC:C"l oco..."",u'll...""~o Ci)::O:r-o z"Si""Ci)"'o-C"l cooooco>c: N ,Ill ::uIoocoo .. o N 3: KEN BURKE, CLERK OF COURTANDCOMPTROLLERPINELLAS COUNTY, FLINST# 2013201914 06120/2013 at 01:31 PM OFF ype GOV RECORDING6 pocType $ 27.00 RESOLUTION 13 -10 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, DETERMINING THE CITY HOLDS FEE SIMPLE TITLE IN AND TO TWO PARCELS OF LAND LYING AND BEING SITUATE WITHIN ITS CORPORATE LIMITS THAT ARE APPROPRIATE FOR USE AS AFFORDABLE HOUSING AS DEFINED IN SECTION 166.0451, FLORIDA STATUTES; ESTABLISHING AN INVENTORY LISTING OF SAID PARCELS; PROVIDING AN EFFECTIVE DATE. WHEREAS, Chapter 166.0451, Florida Statutes, requires that by July 1, 2007, and every three years thereafter, each municipality within the State of Florida shall prepare an inventory list of all real property within its jurisdiction to which the municipality holds fee simple title that is appropriate for use as affordable housing; and, WHEREAS, the inventory list must include the address and legal description of each such property and specify whether the property is vacant or improved; and, WHEREAS, the governing body of the municipality must review the inventory list at a public hearing, and may revise it at the conclusion of the public hearing; and, WHEREAS, the City Council now desires to formally establish the 2013 Affordable Housing Inventory list of real property deemed appropriate for use as affordable housing as required by law; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That the following two (2) parcels of vacant land as more particularly described in EXHIBIT "A ", attached hereto and incorporated herein, are hereby determined to be appropriate for use as affordable housing as defined in Section 166.0451 and 420.0004, Florida Statutes. Section 2. That the City holds fee simple title in and to both of said parcels. Section 3. That the inventory listing of the herein described parcels of land shall be titled the "2013 Affordable Housing Inventory List ". Resolution No. 13 -10 Section 4. That the City Clerk is hereby directed to record this Resolution in the Public Records of Pinellas County, Florida. Section 5. That this resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 6th day of June , 2013. Approved as to form: Laura Lipowski Mahony Assistant City Attorney c eo(1 t , Cit'kcIos George N. Cretekos, Mayor Attest: MU06- 1313 - 002/46844/1] Resolution No. 13 -10 EXHIBIT "A" 2013 AFFORDABLE HOUSING INVENTORY LIST 918 PALMETTO ST. PENNSYLVANIA SUB., LOT 5 VACANT 1454 S. MLK, JR. AVE. COMMENCE AT THE NW CORNER OF VACANT S. MLK, JR. AVE. AND WOODLAWN ST. THEN RUN N 320 FT TO THE POINT OF BEGINNING; THEN W 260.4 FEET; THEN N 225.00 FEET; THEN E 260.4 FEET; THEN S 225.00 FEET TO THE POINT OF BEGINNING. MU06- 1313 - 002/46844/1] Resolution No. 13 -10 RESOLUTION 19-10 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, DETERMINING THE CITY HOLDS FEE SIMPLE TITLE IN AND TO NINETEEN PARCELS OF LAND LYING AND BEING SITUATE WITHIN ITS CORPORATE LIMITS THAT ARE APPROPRIATE FOR USE AS AFFORDABLE HOUSING AS DEFINED IN SECTION 166.0451, FLORIDA STATUTES; ESTABLISHING AN INVENTORY LISTING OF SAID PARCELS; PROVIDING AN EFFECTIVE DATE. WHEREAS, Chapter 166.0451, Florida Statutes, requires that by July 1, 2007, and every three years thereafter, each municipality within the State of Florida shall prepare an inventory list of all real property within its jurisdiction to which the municipality holds fee simple title that is appropriate for use as affordable housing; and, WHEREAS, the inventory list must include the address and legal description of each such property and specify whether the property is vacant or improved; and, WHEREAS, the governing body of the municipality must review the inventory list at a public hearing, and may revise it at the conclusion of the public hearing; and, WHEREAS, the City Council now desires to formally establish the 2019 Affordable Housing Inventory list of real property deemed appropriate for use as affordable housing as required by law; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That the following nineteen (19) parcels of vacant land as more particularly described in EXHIBIT "A", attached hereto and incorporated herein, are hereby determined to be appropriate for use as affordable housing as defined in Section 166.0451 and 420.0004, Florida Statutes. Section 2. parcels. Section 3. That the inventory listing of the herein described parcels of land shall be titled the "2019 Affordable Housing Inventory List". That the City holds fee simple title in and to all of said Resolution No. 19-10 Section 4. That the City Clerk is hereby directed to record this Resolution in the Public Records of Pinellas County, Florida. Section 5. That this resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ifS/` day of'34A-A-(2-, 2019. C rtcAcrAdes George N. Cretekos, Mayor Approved as to form: Attest: 0LL L I W ` J L. a fi L Laura Mahony dor Rosemarie Call, ity C e k Assistant City Attorney II Resolution No. 19-10 EXHIBIT "A" 2019 AFFORDABLE HOUSING INVENTORY LIST 1454 S. MLK, JR. AVE. 1011 LA SALLE ST. 1002 LA SALLE ST. 1408 MONROE AVE. 1112 PALM BLUFF ST. 912 NICHOLSON ST. 1415 TAFFT AVE. 1009 N GARDEN AVE. COMMENCE AT THE NW CORNER OF S. MLK, JR. AVE. AND WOODLAWN ST. THEN RUN N 320 FT TO THE POINT OF BEGINNING; THEN W 260.4 FEET; THEN N 225.00 FEET; THEN E 260.4 FEET; THEN S 225.00 FEET TO THE POINT OF BEGINNING. 22/29/15/00000/320/1300 GREENWOOD MANOR, LOT 7 AND SOUTH '/ OF LOT 6. 10/29/15/33498/000/0070 PALM PARK SUB., BLOCK D, LOT 15 10/29/15/65718/004/0150 LINCOLN PLACE SUB., BLOCK 4, LOT 4 10/29/15/51948/004/0040 GREENWOOD PARK NO. 2 SUB., BLOCK F, LOT 39 10/29/15/33552/006/0390 PINE CREST SUB BLK 2, LOT 7 AND % VAC ALLEY ADJ ON N 10/29/15/69138-002-0070 VACANT VACANT VACANT VACANT VACANT VACANT LINCOLN PLACE SUB., BLOCK 1, LOT 16 VACANT 10/29/15/51948/001/0160 ELDRIDGE, J. J. PART OF LOTS 36 & 37 VACANT DESC FROM SW COR OF SD LOT 36 TH NE'LY 33.7FT ALG WLY LOT LINE FOR POB TH CONT NE'LY 41.3FT ALG W'LY LOT LINE TO POINT 12.5FT N OF SW COR OF SD LOT 37 TH E'LY 125FT ALG LINE PARALLEL TO S BNDRY OF LOT 37 TO E'LY BNDRY OF SD LOT 37 TH SWLY 65.07FT ALG E'LY LOT LINES TO POINT 9.30FT N OF SE COR OF LOT 36 TH NWLY TO POB 09/29/15/25542/004/0360 Resolution No. 19-10 1304 N MADISON AVE. FAIRMONT SUB BLK G, LOT 11 & N 19.2FT OF LOT 12 10/29/15/26892/007/0110 1529 S WASHINGTON CAROLINA TERRACE ANNEX LOT 16 AVE. 22/29/15/13680/000/0160 VACANT 1002 GRANT ST. NORWOOD 1ST ADD BLK 6, LOT 6 VACANT 10/29/15/61758/002/0060 1004 GRANT ST. NORWOOD 1ST ADD BLK B, LOT 7 VACANT 10/29/15/61758/002/0070 0 MARSHALL ST. NORWOOD 1ST ADD BLK B, N 1/2 OF LOT 8 VACANT 10/29/15/61758/002/0080 1006 GRANT ST. NORWOOD 1ST ADD BLK B, S 1/2 OF LOT 8 VACANT 10/29/15/61758/002/0081 406 VINE AVE. DREW PARK LOT 8 VACANT 10/29/15/22518/000/0080 1125 PIERCE ST. PADGETTS SUB, R.H. OF ORIG LOTS 2 VACANT 5 LOT 8 LESS A TRIANGLE 45.5 FT X 65FT IN SW COR IN ST 15/29/15/65214/002/0080 1129 PIERCE ST. O PENNSYLVANIA AVE. 1006 N MARTIN LUTHER KING JR. BLVD. PADGETT'S SUB, R.H. OF ORIG LOTS 2 & VACANT 5 LOT 9 15/29/15/65214/002/0090 PALM PARK UNNUMBERED BLK, S 50FT OF W 100FT OF LOT 32 10/29/15/65718/000/0321 PALM PARK UNNUMBERED BLK, S 50FT OF E 100FT OF LOT 32 LESS RD RM/ ON E 10/29/15/65718/000/0325 VACANT VACANT Resolution No. 19-10 Resolution No. 23-13 RESOLUTION 23-13 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, DETERMINING THE CITY HOLDS FEE SIMPLE TITLE IN AND TO THIRTY-ONE PARCELS OF LAND LYING AND BEING SITUATE WITHIN ITS CORPORATE LIMITS THAT ARE APPROPRIATE FOR USE AS AFFORDABLE HOUSING AS DEFINED IN SECTION 166.0451, FLORIDA STATUTES; ESTABLISHING AN INVENTORY LISTING OF SAID PARCELS; PROVIDING AN EFFECTIVE DATE. WHEREAS, Chapter 166.0451, Florida Statutes, as amended requires that by October 1, 2023, and every three years thereafter, each municipality within the State of Florida shall prepare an inventory list of all real property within its jurisdiction to which the municipality or any dependent special district within its boundaries holds fee simple title that is appropriate for use as affordable housing; and WHEREAS, the inventory list must include the address and legal description of each such property and specify whether the property is vacant or improved; and WHEREAS, the governing body of the municipality must review the inventory list at a public hearing, and may revise it at the conclusion of the public hearing; and WHEREAS, the City Council now desires to formally establish the 2023 Affordable Housing Inventory List of real property deemed appropriate for use as affordable housing as required by law. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That the following thirty-one (31) parcels of vacant land as more particularly described in EXHIBIT “A”, attached hereto and incorporated herein, are hereby determined to be appropriate for use as affordable housing as defined in Section 166.0451 and 420.0004, Florida Statutes. Section 2. That the City or the City of Clearwater Community Redevelopment Agency holds fee simple title in and to all of said parcels. Section 3. That the inventory listing of the herein described parcels of land shall be titled the “2023 Affordable Housing Inventory List”. Section 4. That the City Clerk is hereby directed to record this Resolution in the Public Records of Pinellas County, Florida. Resolution No. 23-13 Section 5. That this resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this _____ day of _________________, 2023. _____________________________ Brian Aungst, Sr., Mayor Approved as to form: Attest: ______________________________ ______________________________ Matthew J. Mytych, Esq. Rosemarie Call, City Clerk Assistant City Attorney Resolution No. 23-13 EXHIBIT “A” 2022 AFFORDABLE HOUSING INVENTORY LIST 314 S MADISON MAC DIXSONS SUBDIVISION LOT 3 15/29/15/21672/000/0030 VACANT 828 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P71 15/29/15/57010/000/0710 VACANT 830 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 70 15/29/15/57010/000/0700 VACANT 832 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 69 15/29/15/57010/000/0690 VACANT 834 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 68 15/29/15/57010/000/0680 VACANT 835 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 72 15/29/15/57010/000/0720 VACANT 836 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 67 15/29/15/57010/000/0670 VACANT 837 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 73 15/29/15/57010/000/0730 VACANT 838 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 66 15/29/15/57010/000/0660 VACANT 839 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 74 15/29/15/57010/000/0740 VACANT 840 NATHANS LN MEDITERRANEAN VILLAGE IN THE PARK LOT P- 65 15/29/15/57010/000/0650 VACANT 1351 CLEVELAND ST OVERBROOK BLK 3, LOTS 5, 6, 15 & 16 15/29/15/64890/003/0050 VACANT Resolution No. 23-13 1359 CLEVELAND ST OVERBROOK BLK 3, LOTS 1,2,3 AND 4 VACANT 15/29/15/64890/003/0010 14 S EVERGREEN AVE OVERBROOK BLK 3, LOTS 19 AND 20 15/29/15/64890/003/0190 VACANT 1356 PARK ST OVERBROOK BLK 3, LOTS 17 AND 18 15/29/15/64890/003/0170 VACANT 900 PALMETTO ST JURGEN'S ADD TO CLEARWATER BLK F, LOTS 4 & 5 10/29/15/45000/006/0040 VACANT 406 VINE AVE. DREW PARK LOT 8 10/29/15/22518/000/0080 VACANT 1321 N MLK JR. AVE GREENWOOD PARK BLK C, LOT 17 10/29/15/33534/003/0170 VACANT 1317 N MLK JR. AVE GREENWOOD PARK BLK C, LOT 18 10/29/15/33534/003/0180 VACANT 1106 TANGERINE ST GREENWOOD PARK BLK C, LOT 19 10/29/15/33534/003/0190 VACANT 1313 N MLK JR. AVE GREENWOOD PARK NO. 2 BLK D, LOT 32 10/29/15/33552/004/0320 VACANT 1011 ENGMAN ST PALM PARK BLK D, LOTS 5,6 AND 7 10/29/15/65718/004/0050 VACANT 1017 ENGMAN ST PALM PARK BLK D, LOT 8 LESS E 10FT FOR R/W 10/29/15/65718/004/0080 VACANT 1050 N MLK JR. AVE PALM PARK UNNUMBERED BLK, S 1/2 OF LOT 31 LESS RD R/W 10/29/15/65718/000/0311 1010 N MLK JR. AVE PALM PARK UNNUMBERED BLK, S 50FT OF E 100FT OF LOT 32 LESS RD R/W ON E 10/29/15/65718/000/0325 VACANT 0 PENNSYLVANIA AVE PALM PARK UNNUMBERED BLK, S 50FT OF W 100FT OF LOT 32 10/29/15/65718/000/0321 VACANT VACANT 1004 GRANT ST. NORWOOD 1ST ADD BLK B, LOT 7 10/29/15/61758/002/0070 Resolution No. 23-13 1002 GRANT ST. NORWOOD 1ST ADD BLK B, LOT 6 10/29/15/61758/002/0060 VACANT 1007 MARSHALL ST. NORWOOD 1ST ADD BLK B, N 1/2 OF LOT 8 10/29/15/61758/002/0081 VACANT 1006 GRANT ST. NORWOOD 1ST ADD BLK B, S 1/2 OF LOT 8 10/29/15/61758/002/0080 VACANT 1423 TAFT AVE. LINCOLN PLACE BLK 1, LOT 16 10/29/15/51948/001/0160 VACANT Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1487 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Authorize agreements with BayCare Urgent Care, LLC, and Life Extension Clinics, Inc. dba Life Scan Wellness Centers for Employment Related Health Care Services in the cumulative annual amount of $465,000.00 with three, one-year renewal options pursuant to RFP 53-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: On August 1, 2023, Request for Proposals #53-23, Employment Related Health Care Services was issued. Three responses were received and evaluated by a committee consisting of representatives from Clearwater Fire & Rescue (CFR), Clearwater Police Department (CPD) and the Human Resources Department. BayCare Urgent Care (BayCare) was selected to provide pre-employment physicals, Department of Transportation (DOT) random, DOT post-accident, and citywide reasonable suspicion drug and alcohol testing, for Non-CFR and CPD Employees. The services to be provided by Life Extension Clinics, Inc. dba Life Scan Wellness Centers (LifeScan) include pre-employment and annual physicals for Police and Fire & Rescue personnel. Both CFR and CPD have utilized LifeScan for several years due to the comprehensive diagnostic testing provided. The Fraternal Order of Police’s (FOP) negotiated agreements include the requirement for LifeScan’s services for officers and supervisors. LifeScan’s physicals include a performance-based fitness evaluation that is evaluated against prior years’ results. The ultrasound component of LifeScan’s physical has been credited with identifying significant conditions that were able to be addressed early and possibly prevented permanent health conditions. The cumulative annual amount of $465,000.00 is estimated to be broken down as follows: ·BayCare: $140,000.00 ·LifeScan: $325,000.00 This authorization includes three, one-year renewal options. APPROPRIATION CODE AND AMOUNT: FY2024 Funding is available through appropriation codes: 6467410-521500 Pre-Employment Physicals and Drug Testing, DOT Physical 5909831-530100 Citywide Drug Testing - Random, Reasonable Suspicion, Post Accident 0101156-521500 Police Pre-Employment Physicals and Annual Physicals 0101220-521500 Fire & Rescue Pre-Employment Physicals and Annual Physicals 0101252-521500 Fire & Rescue Pre-Employment Physicals and Annual Physicals STRATEGIC PRIORITY: Superior Public Service: Promote a Diverse and Talented Workforce through competitive opportunity, employee wellness, and rewarding career growth. Promoting a Diverse and Talented Workforce through collaborative engagement and inclusive practices. Page 1 City of Clearwater Printed on 11/28/2023 S; t i PRIGIFFAND FWAUITIFUT,BAY 170 BEACH trw. REQUEST FOR PROPOSALS 53-23 Employment Related Health Care Services August 1, 2023 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time,Auaust 31. 2023, to provide employment related health care services. Brief Description: The City of Clearwater seeks a variety of health care services from provider(s), not limited to employee physicals (pre-employment and fit for duty), drug and alcohol testing (reasonable suspicion, random and DOT), and occupational Fire and Police physicals. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING,to the Procurement contact below: Scott Burrows Procurement Analyst Scott.burrows@myclearwater.com This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager Lori.voael(cDmvclearwater.com Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 07.2021 INSTRUCTIONS i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations),shall be directed solely to the contact listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. i.3 VENDOR CONFERENCE/SITE VISIT: Yes No Mandatory Attendance: Yes No Date and Time: n/a Location: n/a If so designated above, attendance is mandatory as a condition of submitting a proposal. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE&TIME FOR SUBMISSION AND OPENING: Date: August 31, 2023 Time: 10:00 AM (Local Time) The City will open all proposals properly and timely submitted and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting the Procurement Division. i.5 PROPOSAL FIRM TIME: 120 Days from Opening Proposal shall remain firm and unaltered after opening for the number of days shown above. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. i.6 PROPOSAL SECURITY: Yes 0.00 ® No If so designated above, a proposal security in the amount specified must be submitted with the proposal. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such proposal security shall be forfeited to the City of Clearwater should the proposer selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes 0.00 ®No If required herein, the Contractor, simultaneously with the execution of the Contract,will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to Employment Related Health Care Services 2 RFP 53-23 INSTRUCTIONS 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. 1.7 SUBMIT PROPOSALS TO: It is recommended that proposals are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Proposers may mail or hand-deliver proposals to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, V FI, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Proposals will be received at this address. Proposers may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City's Procurement Office as the official time. i.9 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City's final approval and execution of the contract, proposer does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than (seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for Employment Related Health Care Services 3 RFP 53-23 INSTRUCTIONS opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. 02 FORM AND CONTENT OF PROPOSALS.Unless otherwise instructed or allowed, proposals shall be submitted on the forms provided. An original and the designated number of copies of each proposal are required. Proposals, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the proposal be submitted. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for "Brand Name or Equal," the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City's needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. 04 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City's discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred,suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending,the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals;to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City's discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does Employment Related Health Care Services 4 RFP 53-23 INSTRUCTIONS not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City's right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. i.21 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City's additional expenses related to the protest. This fee shall not exceed 5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater- Procurement Division 100 So Myrtle Ave, 3rd FI Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 Employment Related Health Care Services 5 RFP 53-23 INSTRUCTIONS— EVALUATION i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. 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 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity-e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer's facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information,will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City's sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria Points Background and Demonstrated Experience of Provider(Tab 2) 20 Scope of Services Available and Cost of Services (Tab 3) 25 Scheduling, Timeliness of Services, Reporting Capabilities (Tab 4) 25 Locations and Hours of Operation (Tab 5) 25 References (Tab 6)5 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. Employment Related Health Care Services 6 RFP 53-23 INSTRUCTIONS— EVALUATION i.25 PRESENTATIONS/INTERVIEWS Presentations and/or interviews may be requested at the City's discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.26 BEST& FINAL OFFERS. The City may request best &final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best&finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City's intent to award a Contract are posted to Purchasing's website. It is the proposer's responsibility to check the City of Clearwater's website at https://www.myclearwater.com/business/rfp to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: 08/01/23 Advertise Tampa Bay Times: 08/02/23 Responses due: 08/31/23 Review proposals: 08/31/23—09/15/23 Presentations (if requested): Late September 2023/ Early October 2023 Award recommendation: October 2023 Council authorization: 11/16/23 Contract begins: 01/01/24 Employment Related Health Care Services 7 RFP 53-23 STANDARD TERMS AND CONDITIONS S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: "vendor, contractor, consultant, supplier, proposer, company, persons", "purchase order, PO, contract, agreement", City, Clearwater", "bid, proposal, response, quote". S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor's employees, not City employees. Accordingly, Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. SA 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 NOW 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 Employment Related Health Care Services 8 RFP 53-23 STANDARD TERMS AND CONDITIONS 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 2746 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. Employment Related Health Care Services 9 RFP 53-23 STANDARD TERMS AND CONDITIONS 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.CalllaD-mvclearwater.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 Employment Related Health Care Services 10 RFP 53-23 STANDARD TERMS AND CONDITIONS 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 Employment Related Health Care Services 11 RFP 53-23 STANDARD TERMS AND CONDITIONS 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. Employment Related Health Care Services 12 RFP 53-23 STANDARD TERMS AND CONDITIONS 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 orjudgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued,will be free of defects in materials and workmanship,will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement 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. Employment Related Health Care Services 13 RFP 53-23 STANDARD TERMS AND CONDITIONS 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. Employment Related Health Care Services 14 RFP 53-23 STANDARD TERMS AND CONDITIONS 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. Employment Related Health Care Services 15 RFP 53-23 DETAILED SPECIFICATIONS 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.PROJECT GOAL. The City of Clearwater (City) desires to establish contract(s) with reputable providers, preferably in the Clearwater city limits, for the medical services outlined herein (i.e. clinic, medical office, hospital), for efficiency and consistency in providing quality services to potential and existing employees. Current pricing and services are included in Exhibit A - BAYCARE and LIFESCAN Current Cost Amounts 2023. 3.SCOPE OF SERVICES. Pre-Employment Physicals: 0 Estimated number of annual Pre-Employment Physicals: 180-250 All physical examinations will be conducted by a physician or physician assistant licensed in the State of Florida to practice general medicine. The examining physician may employ medical assistants. Physicals shall include a medical history form based on minimal physical requirements associated with the job description (not limited to height, weight, blood pressure, heart rate), audiogram, back screen (if required), and spirometry for lifeguards over the age of 18. Pre-Employment Drua Testina 0 Estimated number of annual Pre-Employment Drug Testing's: 170-250 Drug screening for specific positions could include a dip, full panel, oral-fluid test, and/or DOT 5 five) panel. In the event the awarded provider(s) is unavailable to handle the screenings an alternate provider(s)can be used in lieu of the awarded provider. Reasonable Suspicion Drua and Alcohol Testina 0 Estimated number of annual Reasonable Suspicion Testings: 4 Screenings for both DOT/PHMSA and non-DOT/PHMSA employees; may occur at various times of the day, including nights and weekends, to include post-accident, and random drug or alcohol testing. Both quick dip and send-out are required, DOT requires 5 (five) panel drug screening while others are a regular panel. Random DOT/PHMSA—Safety Sensitive Drua and Alcohol Testina Estimated number of annual random 5 (five) panel drug tests: 102 Estimated number of annual random breath alcohol tests: 36 Estimated number of annual post-accident drug and alcohol tests: 3 Screenings may occur at various times of the day, including nights and weekends.All DOT/PHMSA testing, including pre-employment, reasonable suspicion and random, shall be conducted in adherence with the DOT testing regulations, utilizing the Federal Drug Testing Custody and Control Form, a DOT-approved collector, a DOT Certified Medical Review Officer, and a certified Employment Related Health Care Services 16 RFP 53-23 DETAILED SPECIFICATIONS laboratory. (DOT = Department of Transportation; PHMSA = Pipeline and Hazardous Materials Safety Administration) It is our preference that the selected provider(s)would be available and willing to participate in random DOT/PHMSA testing as early as 7:00 a.m. due to business needs. Fire and Police Pre-Em to mentand Annual Physical and Fitness Evaluations Estimated number of pre-employment physicals: 16 Fire and 16 Police Estimated number of annual NFPA 1582/1583 physicals: 196 Fire and 260 Police Estimated number of annual OSHA respirator testing: 196 Fire Provider(s)shall be capable of performing a comprehensive physical, entailing all elements of the NFPA 1582 firefighter physical guidelines, the NFPA 1583 Wellness Fitness Initiative, and OSHA Respirator Testing. The current LifeScan pre-employment and annual physical examinations include but are not limited to ultrasound imaging assessments, extensive lab blood profiles, fitness evaluation, and a wellness plan including diet and nutritional analysis. Respondents in this category must be able to demonstrate that the proposed physicals meet or exceed the comprehensive nature of the City's current LifeScan physicals. 4.ADDITIONAL REQUIREMENTS. Selected provider(s)must be available and willing to participate in hearings, arbitrations, or appeals associated with employee(s)who grieve test/results. 5.LOCATION(S). Proximity of health center/facilities to the City of Clearwater is a significant consideration of this RFP. A minimum of one (1) location, preferably in the Clearwater city limits, shall be available 24 hours a day, seven (7) days a week, for post-crash, random, and reasonable suspicion alcohol, and drug screening testing. A minimum of one (1) location, preferably in the Clearwater city limits, shall be available five (5) days for pre-employment screenings,which will also include DOT/PHMSA testing. It is our preference that potential provider(s)have the ability to work with other partners outside the State of Florida to assist with business needs of out-of-state candidates. This would include pre- employment physical and drug testing. 6.QUALIFICATIONS. Medical personnel shall be properly licensed to provide required services within the state of Florida at all locations and times to include DOT/PHMSA testing. Copies of licenses shall be provided with submittal. 7.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. Employment Related Health Care Services 17 RFP 53-23 DETAILED SPECIFICATIONS c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of$2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. d. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars)disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s)of the insurance policy's renewal date(s)for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured"on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition, when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFP#53-23 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 reauest 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. Employment Related Health Care Services 18 RFP 53-23 MILESTONES 1.ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. January 2024 through December 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 herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Three (3), 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 proposal. a.The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b.During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. C.At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for the one (1)year renewal term. Employment Related Health Care Services 19 RFP 53-23 RESPONSE ELEMENTS 1.PROPOSAL SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered,firm must submit one (1)signed original (identified as ORIGINAL) response, five (5) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. NOTE: If submitting proposals electronically, copies are not required. 2.PROPOSAL FORMAT(the following should be included and referenced with index tabs) NOTE: Every proposal received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non- responsive to this RFP. Table of Contents: Identify contents by tab and page number TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: 1. The proposer's understanding of the work to be performed. 2. A positive commitment to perform the service within the time period specified. 3. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project. TAB 2—Background and Demonstrated Experience of Provider. Include the following: 1. A statement of qualifications, abilities, experience and expertise in providing the requested services. a. A description of qualifications — professional, financial and otherwise — which are necessary to provide the City with the required services for the specified period of time; provide appropriate staffing, provide necessary resources, and show a history of demonstrated competence. b. An assessment of the provider's abilities to meet the needs of the City, taking into consideration the requested services, additional services and/or expertise offered that exceed the requirements, or the provider's inability to meet some of the requirements of the specifications. 2. Identification of professional medical staff initially assigned to the City. Resumes with relevant experience should be included. TAB 3—Scope of Services Available and Cost of Services. Provide a detailed list of the specific services requested, as well as additional services that would be available to the City. Describe provider's role and willingness to participate in any employee grievance as a result of testing process/results. Include the cost of each service and any supplemental information relative to the Scope of Services. TAB 4 -Scheduling, Timeliness of Services, Reporting Capabilities. Provide a detailed explanation for the following performance elements: 1. Explain the provider's scheduling process, availability of appointments, and notification requirements. 2. Overview the provider's timeliness of services — approximate wait times for patients/customers — and provide any available summarized patient survey feedback or comments. 3. Provide details regarding the nature of reporting capabilities available, the structure, delivery method(s), frequency, etc. TAB 5— Locations and Hours of Operation. Provide a detailed list of the provider's location(s), hours of operation, and other relevant information. TAB 6 — References. Provide a minimum of three (3) references, preferably from other public entities or companies in the region, for whom you have provided similar services. Include the Employment Related Health Care Services 20 RFP 53-23 RESPONSE ELEMENTS name of entity, contact person's names, phone number, e-mail address, mailing address, type of service provided, and term of contract or dates services were provided. It is recommended that reference letters and/or Exhibit B — Reference Form be included with submittal for each reference. TAB 7 -Other Forms. The following forms should be completed and signed: 1. Exceptions/Additional Materials/Addenda form 2. Vendor Information form 3. Vendor Certification of Proposal form 4. Scrutinized Companies form(s)as required 5. E-Verify Eligibility form 6. Copies of licenses and/or certifications 7. W-9 Form. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) Employment Related Health Care Services 21 RFP 53-23 EXCEPTIONS/ADDITIONAL MATERIAL/ADDENDA Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions(mark one): Special Note — Any material exceptions taken to the City's Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledaement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor's responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: Employment Related Health Care Services 22 RFP 53-23 VENDOR INFORMATION Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Name:Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name:Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide su000rtina documentation for your certification,if aoolicable. Employment Related Health Care Services 23 RFP 53-23 VENDOR CERTIFICATION OF PROPOSAL 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. I) 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: Employment Related Health Care Services 24 RFP 53-23 SCRUTINIZED COMPANIES FORMS 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 FORMAS 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 Employment Related Health Care Services 25 RFP 53-23 SCRUTINIZED COMPANIES FORMS 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 Employment Related Health Care Services 26 RFP 53-23 E-VERIFY ELIGIBILITY FORM 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 NEWLYHIRED 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 Employment Related Health Care Services 27 RFP 53-23 MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER For US Mail------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP#53-23 Employment Related Health Care Services Due Date: 08/31/23, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 For US Mail------------------------------------------------------------------------------ For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP#53-23 Employment Related Health Care Services Due Date: 08/31/23, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd FI Clearwater FL 33756-5520 For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------ Employment Related Health Care Services 28 RFP 53-23 REQUEST FOR PROPOSAL No. 53-23 Employment Related Health Care Services Solicitation Response Listing FOR THE CITY OF CLEARWATER Due/Opening: August 31, 2023; 10:00 a.m. 1) BayCare Urgent are LLC 2) Life Extension Clinics, Inc. 711 S. Belcher Road dba Life can Wellness Centers Clearwater, FL 33764 1011 North MacDill Avenue 727-642-6602 Tampa, FL 33607 813-876-0625 3) Occupational Health Centers of the Southwest, PA dba. Concentra Medical Centers 6170 Ulmerton Road, Suite 101 Clearwater, FL 33760 727-532-7661 ADVERTISED: TAMPA BAY TIMES 8/2/2023 POSTED: myclearwater.com 08/01/23 -08/31/23 REQUEST FOR PROPOSALS #53-23 Employment Related Health Care Services City of Clearwater, FL Procurement Division Https://www.myclearwater.com/business/rfp Due Date:August 31, 2023 at 10:00 A.M. Local Time Submitted By: LIFE EXTENSION CLINICS, INC. dba: Life Scan Wellness Centers 1011 North MacDill Avenue Tampa, Florida 33607 Patricia Johnson, CEO TABLE OF CONTENTS TAB 1: Letter of Transmittal TAB 2: Background and Demonstrated Experience of Provider TAB 3: Scope of Services Available and Cost of Services TAB 4: Scheduling, Timeliness of Services, Reporting Capabilities TAB 5: Locations and Hours of Operation TAB 6: References TAB 7: Other Forms RFP # 53-23 Employment Related Health Care Services EXTENSION CLINICS, INC. D/B/A Life Scan Wellness Centers TAB 1: LETTER of TRANSMITTAL Legal Name: D/B/A: Corporate Address: Testing Sites: Contact Numbers: Authorized Signature: Email: Incorporated: Corporate Medical Director: To: RFP: Due Date: Life Extension Clinics, Inc Life Scan Wellness Centers 1011 North MacDill Avenue Tampa, Florida 33607 On-site locations designated and provided by the City of Clearwater, FL Life Scan Wellness Centers Clinic/Pinellas 11200 Seminole Blvd. Largo, FL 33778 Phone: (813) 876-0625 Fax: (813) 876-0653 Patricia Johnson, CEO Patricia.Johnson@lifescanwellness.com Florida, August 1998 Anthony L. Capasso, M.D., P. A City of Clearwater, FL RFP# 53-23 Employment Related Health Care Services August 31, 2023 at 10:00 a.m. EST On behalf of Life Scan Wellness Centers, I am pleased to present this response to the City of Clearwater for RFP#53-23 "Employment Related Health Care Services". Life Scan Wellness Centers is responding to following components of the RFP scope of services: Fire and Police Pre-Employment and Annual Physicals and Fitness Evaluations and Pre-Employment Drug Testing. Life Scan Wellness Centers acknowledges receipt of the complete set of RFP documents and all Addenda for this RFP. There are no Addendum. Life Scan Wellness Centers proposes to provide an on-site program for the City of Clearwater Fire and Police Departments annual physicals at location(s) designated and provided by the City of Clearwater Fire and Police Departments. For pre-employment and any make-up physicals, Life Scan Wellness Centers has a brick and mortar clinic located in Pinellas County (Largo). Life Scan Wellness Centers follows the guidelines outlined in the current editions of NFPA 1582 and NFPA 1583 as well as FDLE requirements. Life Scan Wellness Centers will commit to perform the services within the time period specified in the RFP. Life Scan Wellness Centers will meet and exceed the scheduling requirements as per RFP. BACKGROUND: Life Scan Wellness Centers is the nation’s leading provider of Public Safety compliant physicals. In 1998, Life Scan Wellness Centers innovated the Life Scan Wellness model utilizing ultrasound- aided physical exams for Public Safety Departments that have been incorporated into the annual and candidate physical exam standards for over 650 Fire Service, EMS, and Law Enforcement Departments providing over 50,000 physicals annually. We have clients throughout the State of Florida with three brick and mortar locations and business in 26 states. Our commitment to the fire service is well established. Life Scan Wellness Centers is a nationally recognized expert and educator regarding the health and fitness of first responders. LIFE 1011 North MacDill Avenue Tampa, FL 33607 Life Scan Wellness Centers is represented by Chief Todd LeDuc, Ret. on the technical committee of NFPA 1582, IAFC Safety, Health, and Survival Section, and the IAFF/IAFC Wellness Fitness Initiative Committees. We recognize the vital importance of combining the key components of health, wellness, and fitness to generate the healthiest, most productive employees. LIFE SCAN WELLNESS CENTERS PUBLIC SAFETY PHYSICALS: The Life Scan Public Safety Physical includes a NFPA 1582 compliant comprehensive physical exam with a Life Scan Wellness Centers Advanced Practice Registered Nurse (APRN) that includes a hands-on assessment, advanced laboratory blood profiles, mental health and sleep evaluations, vision, audiometry, and a personalized wellness plan. Each Life Scan Wellness Centers Public Safety Physical includes extensive cardiovascular and pulmonary testing as well as a comprehensive WFI Fitness Evaluation. Our Clinical Exercise Physiologists have the expertise and experience to assess the physical fitness levels of each employee in relationship to theircardiovascular and overall health condition and will recommend personal fitness goalsas well as diet and nutritional improvements. Each Life Scan Wellness Centers' Public Safety Physical also incorporates enhancedearly detection ultrasound screenings of the internal organs, vascular system, and heart for the early detection of major diseases such as heart disease, stroke, cancer, and aneurysms. At the conclusion of the Life Scan Wellness Centers exam, each patient is given a comprehensive understanding of their current health as well as their health risk stratification and recommendations. CONFIDENTIALITY All medical records and information will remain confidential and maintained by the Life Scan Wellness Center proprietary Electronic Medical Records System. Information will be accessible by request from the individual. All areas of confidentiality will be according to the confidentiality requirements of the RFP. SUMMARY Life Scan Wellness Centers thoroughly understands the requirements contained in the scope of work. As an on- going program of Health, Wellness, and Fitness, Life Scan Wellness Centers will continue to be your health and wellness team dedicated to identifying areas of concern, monitoring the recommended interventions and programs, and assuring that your employees attain and maintain a level of health and well-being that is crucial to perform their jobs optimally and greatly reduce the chance for illness and injury. KEY CONTACTS FOR CITY PROJECT •Business Liaison and Contracting: Patricia Johnson, CEO•Project Manager: Jennifer Connelly, CAO•Clinical Director: Kaleah Simmons, Clinical Director and ARNP Thank you for the opportunity to respond to the City of Clearwater RFP #53-23 Employment Related Health Care Services. Authorized Signature: Patricia Johns 1011 North MacDill Avenue Tampa FL 33607 TAB 2: BACKGROUND AND DEMONSTRATED EXPERIENCE OF PROVIDER Corporate Name: Life Extension Clinics, Inc. D/B/A: Life Scan Wellness Centers Founded: August 1998 Number of years in business: 25 years Medical Director: Anthony Capasso, M.D. Number of years as Medical Director for Life Scan: 18 years 1.Statement of Qualifications:a.Description of Qualifications: Professional, Financial, and Otherwise: Life Scan Wellness Centers has over 25 years of proven experience as the nationwide leader in Public Safety Annual Physicals. Life Scan has the financial stability, staffing, experience, and capability to perform the on-site annual medical evaluations/ physicals and clinic-based candidate physicals as outlined in the scope of services in this RFP. Life Scan Wellness Centers has been providing services similar to the RFP Scope of Services continuously in the State of Florida and in twenty-six states across the United States for 25 years. Life Scan Wellness Centers is a privately held S-Corporation with its ownership vested entirely in its founding partners, Patricia Johnson, CEO/President and Michael Terrana, Esq., CFO/Vice President. Life Scan Wellness Centers is a financially solvent, well-capitalized going concern. Life Scan Wellness Centers has zero debt and has established a credit history that proves its dedication to fiscal responsibility, sound financial management, and its ability to operate within the parameters of its present ownership without the need for outside investment or additional capitalization. Life Scan Wellness Centers has demonstrated its ability to succeed as evidenced by its increasing profitability despite its continuing efforts to offer added value benefits to its comprehensive program without any noteworthy increase in the price of the program. b.Assessment of Providers Abilities to meet the needs of the City:Life Scan Wellness Centers proposes to provide services for the City of Clearwater with our Life Scan Wellness Centers’ Police and Firefighter Annual and Pre-Employment Physicals. For over twenty-five years our mission has been to bring a new level of health, wellness, and fitness to Public Safety Departments. Life Scan Wellness tackles the big health issues in public safety: Cancer, Heart Disease, and Behavioral Health. Our Life Scan program was the first public safety physical in the United States that is both NFPA 1582/1583/FDLE compliant as well as provides the early detection and prevention of cancer and heart disease with our progressive approach. Our Life Scan Wellness Program was designed by the founders in 1998. Our Life Scan public safety physical is not just a series of different random tests but an integrated exam that combines the essential components of NFPA 1582/1583/FDLE with our unique model of ultrasound imaging screenings, advanced blood work, extensive physical exam, cardiopulmonary testing, and medically related fitness evaluations with a foundation in patient education. Our Life Scan ultrasound-aided physical exam has been the cornerstone of our Life Scan Wellness physicals since our onset and the key to our success in the fight against cancer and heart disease. •The Life Scan Wellness Centers’ APRN will perform the physicals with the collaboration of Life Scan Wellness Centers' medical director, Dr. Capasso. •Life Scan Wellness Centers has multiple clinical/fitness teams that can undertake a range of differing projects. Life Scan Wellness Centers has Florida teams that can meet the requirements outlined in the RFP. •Life Scan Wellness Centers will be able to perform the services with-in the time period specified with the RFP-(Anticipated beginning and end date of initial term: January 2024-December 2024) Life Scan Wellness Program: •NFPA 1582 Compliant Physicals for Police and Firefighters •NFPA 1583 Compliant Fitness Evaluation for Police and Firefighters •IAFF/IAFC Health and Wellness Initiative •FDLE Pre- Employment Physicals •Pre- Employment Drug Testing •Hazmat Physicals •SWAT Team Physicals •Bomb Squad Physicals •OSHA Respirator Medical Clearance •OSHA Respirator Mask Fit Testing •Annual and Candidate Medical Clearance •Ultrasound Units: Terason •EKG Stress Units: Welch Alyn, Laptop computer based. •Treadmill(s): Stationary treadmill provided by the City of Clearwater Police and Fire Departments. •Fitness Testing equipment: provided by Life Scan Wellness Centers •Audiometry Equipment: Welch Alyn audiometer •Vision: Titmus Vision Screener Equipment 2. Identification of Professional and Medical Staff Principal: Patricia Johnson, CEO, and co-founder of Life Scan Wellness Centers, has over thirty- five years of medical expertise and is an authority on the health and wellness of public employees and public safety officers. Patricia focuses on the distinctive medical needs of fire and police departments. Patricia integrated occupational medical services with preventative medicine specializing in the early detection and prevention of both chronic and acute diseases including heart attacks, strokes, cancer, and other catastrophic diseases, for the benefit of government entities. Patricia will be the business liaison with the City of Clearwater Fire and Police Departments. Principal: Michael Terrana, Esq., CFO and co-founder of Life Scan Wellness Centers, has over thirty-five years as a practicing attorney and member of the Florida Bar. Since retiring, Mike serves full time in his position of Chief Financial Officer and Chief Legal Counsel for Life Scan Wellness Centers. Mike is responsible for ensuring legal and corporate compliance as well as the fiscal stability of Life Scan Wellness Centers. Mike oversees all contracts and serves as corporate counsel. Corporate Medical Director and Florida Medical Director: Anthony Capasso, M.D. Dr. Capasso is Board Certified in Internal Medicine and has over 25 years in medical practice. He is fully experienced in occupational health related to first responders, post offer employment physicals, firefighter and police physicals and medical clearance, HAZMAT medical clearance, and internal medicine. Dr. Capasso is the supervisory medical director and directs the medical clearance reviews. Dr. Capasso has served as the Life Scan Wellness Centers’ corporate medical director for over 18 years. Clinical Director: Kaleah Simmons, APRN is the Life Scan Wellness Centers’ Lead Nurse Practitioner. She is responsible for the supervision of the medical specialists and for the continuing education as well as medical procedures and protocol for the Life Scan Wellness Center medical program. Ms. Simmons will ensure quality control over medical reporting and records and manage scheduling timelines. Ms. Simmons works in conjunction with Dr. Capasso to direct the medical protocol for the Life Scan Wellness Centers and has extensive experience with Public Safety Physicals and interpretation including annual and candidate medical clearances. Chief Strategy Officer: Chief Todd J. LeDuc, MS, CFO, FIFirE (Ret.) served over thirty years at Broward County Sheriff Fire Rescue in Florida retiring as Assistant Fire Chief. He is a Member of the International Association of Fire Chief’s (IAFC) Safety, Health & Survival Section Board of Directors. In his role with Life Scan Wellness Centers, Todd is focused on assuring the highest levels of clinical excellence as well as forging national partnerships screenings are available for identification of occupational cardiac disease, cancer and behavioral health. Chief LeDuc will be the public safety health and wellness liaison with the City of Clearwater Fire and Police Departments. Chief Administrative Officer and Project Manager: Jennifer Connelly. Jennifer is the Life Scan Wellness Centers Administrative Director and Project Manager. Jennifer will be the liaison with the City of Clearwater Fire and Police Departments. She is responsible for the supervision of the medical staff. Jennifer will ensure quality control over medical reporting and records and manage scheduling timelines. OFF-SITE CLINICAL STAFF The clinical staff works in teams of three and each of them is experienced in all aspects of the Scope of Work including NFPA 1582/1583. The team that will be designated to the City of Clearwater Fire and Police Departments will be determined upon award of contract and will be approved by the City of Clearwater Fire and Police Departments prior to the initiation of the program. The team will be full-time Life Scan Wellness employees that are experienced and trained in our procedures and processes and are Florida certified/ licensed. Mid-Level Practitioner (Advanced Practice Registered Nurse) Life Scan Wellness Centers Mid-Level Practitioners (APRN) will perform the annual employment physicals, clinical assessments, administer the infectious disease program, and medical clearance. Our nurse practitioners have extensive experience providing medical clearances, pre-placement employment physicals, NFPA 1582 occupational medical exams, WFI, and OSHA Respirator Medical Clearance. They each have a thorough understanding of the unique needs, physical requirements, and mental stress related to the profession of firefighter and police personnel. All on-site APRN’s will be Floridia licensed. Clinical Exercise Physiologist Life Scan Wellness Centers Clinical Exercise Physiologists are experienced in cardiovascular and stress testing and interpretation, lung capacity (pulmonary function) testing and interpretation, firefighter and law enforcement fitness evaluations, diet and nutrition, body composition, and all aspects of NFPA 1582, NFPA 1583, and WFI fitness assessments. All Life Scan Wellness Centers physiologists are trained and experienced in OSHA Respiratory Clearance. Sonographer, Ultrasound Technician Life Scan Wellness Centers ultrasound sonographers are fully cross trained in all modalities of ultrasound including vascular, heart, abdominal, and general ultrasound. Our ultrasound sonographers provide a key component to the overall health assessments, early detection testing, and education of our patients. ACLS certified ACLS certified BLS certified. Ohio State University, Columbus, Ohio. Bachelor of Science--Biology Cum Laude. ANTHONY L. CAPASSO, M.D., EDUCATION 1984-1987 1984-1986 Cleveland State University, Cleveland, Ohio. POST GRADUATE TRAINING 1988-1990 Ohio State College of Medicine, Columbus, Ohio 1991-1993 University of Alabama School of Medicine, Birmingham Alabama, M.D. 1993-1994 University of Florida Health Science Center, Jacksonville Florida; Internal Medicine Internship. 1994 University of Hawaii Integrated Medical Residency Honolulu, Hawaii; Internal Medicine Residency 7/1/94 - 12/4/94 1995-1996 University of Florida Health Science Center, Jacksonville Florida; Internal Medicine Residency. Graduation July 1996 HONORS AND AWARDS 1984-1987 Dean's List 1985 Summa Award, University College, Ohio State University. 1987 Graduate Cum Laude, College of Arts and Sciences, Ohio State University. 1989 Honorary Letter from the Department of Anatomy for outstanding performance, Ohio State College of Medicine. CERTIFICATION Diplomat of the National Board of Medical Examiners, June 1993 Diplomat ABIM, August 1998 MEDICAL LICENSURE FL ME 0069518 TAB 2: Staff CV's and Licenses Life Scan Wellness Centers Medical Director MEMBERSHIPS 1984-1987 National Key Honor Society, Ohio State University 1988-1993 American Medical Student's Association 1991-1993 Tuscaloosa County Medical Association 1991-1993 Larry Mayes Society 1993-1997 American Medical Association 1994-1997 ACP Member 1999-present Duval County Medical Society EMPLOYMENT 2007-present Life Scan Wellness Centers-Medical Director 2003-present Hospice of Jacksonville –Associate Medical Director 1997-present Smart for Life Jacksonville-Medical director 2002-present Anthony L. Capasso M.D. P.A.-private practice 2001- 2003 University Of Florida – Clinical Assistant Professor 1999-2000 Premier Family Care - Internal Medicine 1998-1999 Jacksonville Emergency Consultants - Emergency Medicine 1997-1998 Premier Family Care - Local Tenum 1996-1997 South Beaches Medical - Internal Medicine 1996-1998 Bamen Venus M.D.P.A. - CCU intensivist KALEAH J. SIMMONS, FNP,MSN EXPERIENCE Life Scan Wellness Centers Nurse Practitioner and Clinical Director- Aug 2020-Current Tampa, FL Lakeland Regional Health-Cardiovascular Unit Clinical Resource Nurse-PT-June 2020-Aug 2020 Lakeland, Fl Family First Homecare-Tampa RN-Pediatric Home Care-PRN-June 2020-Aug 2020 Robert Dole Veterans Affairs Nurse Manager-FT- November 2014 to May 2018 Wichita, KS 67218 EDUCATION Mesa Community College, Sun City Arizona Associate, Nursing 2007 Southwestern College, Winfield Kansas Bachelors of Science, Nursing 2014 Walden University, Minneapolis, MN Master of Science, Family Nurse Practitioner 2019 CREDENTIALS/CERTIFICATIONS ADN Board Examination 2007 APRN Certification Examination 2019 ACLS and BLS 2021 Certified Medical Surgical RN (CMSRN) 2019 DEA (Currently licensed in: FL, MT, OH, CT, TX, CA) 2020 DOT (training in progress) 2023 Florida License Certified Nurse Practitioner 4/30/2025 Tab 2: Staff CV's and Licenses Barbara A. Palinchik , MSN, NP-C Work Experience ADVANCED PRACTICE REGISTERED NURSE -Life Scan Wellness Centers Years with Company: 2018 to present Responsibilities include the on-site annual and pre-employment NFPA 1582 physicals for public safety, clinical assessments, administer the infectious disease program, and medical fit for duty clearances. Provides patient education, wellness plans, and health promotion for long term risk reduction. Education: Bachelor of Science, Nursing Arizona State University, 2015 Master of Science in Nursing, Family Nurse Practitioner Program, The Catholic University of America, 2018 License: WA APRN license 10/02/2023 Certifications: Family Nurse Practitioner Advanced & Basic Life Support Certification 2023 Basic Cardiac Life Support Certified RN EXPERIENCE Life Scan Wellness Centers 2018 to present American Mobile Nurses 2011-2013 Medical Solutions- 2013-201 Tab 2: Staff CV's and Licenses Name on License Type License State License Active License Status License Original Issue Date License Expiration Date Compact Status PALINCHIK, BARBARA ANN CERTIFIED NURSE PRACTITIONER FLORIDA APRN9200514 YES UNENCUMBERED 09/25/2018 07/31/2024 N/A Advanced Practice license/recognition information Focus/Specialty: Family Prescription authority:YES Certification expiration date: NOT SUPPLIED Focus/Specialty expiration date:NOT SUPPLIED QuickConfirm License Verification Report Primary Source Boards of Nursing Report Summary for BARBARA ANN PALINCHIK [NCSBN ID: 41047215] As of Tuesday October 11 2022 11:06:37 AM US Central Time Disclaimer of Representations and Warranties Through a written agreement, participating individual state boards of nursing designate Nursys as a primary source equivalent database. NCSBN posts the information in Nursys when, and as, submitted by the individual state boards of nursing. NCSBN may not make any changes to the submitted information and disclaims any responsibility to update or verify such information as it is received from the individual state boards of nursing. Nursys displays the dates on which a board of nursing updated its information in Nursys. This report is not sufficient when applying to another board of nursing for licensure. Use the "Nurse License Verification for Endorsement" service to request the required verification of licensure. Contact the board of nursing for details about the Nurse Practice Act, which includes nurse scope of practice and privileges and information about advanced nursing practice roles (practice privileges, prescription authority, dispensing privileges & independent practice privileges). UNENCUMBERED means that the nurse has a full and unrestricted license to practice by the state board of nursing. OREGON (RN) PENNSYLVANIA (RN) SOUTH CAROLINA (RN) SOUTH DAKOTA (RN) TENNESSEE (RN) TEXAS (RN) UTAH (RN) VERMONT (RN) VIRGINIA (RN) WASHINGTON (RN) WEST VIRGINIA (RN) WISCONSIN (RN) WYOMING (RN) Nonparticipating: MI.Nonparticipating boards of nursing do not submit licensure data to Nursys. Please contact them for authorization to practice details. APRN authorization to practice details are not available. UNENCUMBERED means that the nurse has a full and unrestricted license to practice by the state board of nursing. License type information RN: Registered Nurse PN: Practical Nurse (aka Licensed Practical Nurse (LPN), Vocational Nurse (VN), Licensed Vocational Nurse (LVN)) CNP: Certified Nurse Practitioner CNS: Clinical Nurse Specialist CNM: Certified Nurse Midwife CRNA: Certified Registered Nurse Anesthetist License status information Unencumbered (full unrestricted license to practice) Cease & Desist Denial of License Expired Other license action Probation Reprimand Restriction Revoked Suspension Voluntary agreement to refrain from practice Voluntary Surrender Nurse Licensure Compact (NLC) information Multistate licensure privilege: Authority to practice as a licensed nurse in a remote state under the current license issued by the individual's home state provided both states are party to the Nurse Licensure Compact (NLC) and the privilege is not otherwise restricted. Single state license:A license issued by a state board of nursing that authorizes practice only in the state of issuance. Privilege to Practice (PTP): Multistate licensure privilege is the authority under the Nurse Licensure Compact (NLC) to practice nursing in any compact party state that is not the state of licensure. All party states have the authority in accordance with existing state due process law to take actions against the nurse's privilege such as: revocation, suspension, probation or any other action which affects a nurse's authorization to practice. © 2022 National Council of State Boards of Nursing Inc. All rights reserved. www.nursys.com REBECCA C. KNECHT, MS. Work Experience EXERCISE PHYSIOLOGY Life Scan Wellness Centers 2017-present Perform pulmonary function testing and submaximal cardiac stress tests on first responders. Review health history of patient and work closely with nurse practitioner and ultrasound tech to evaluate health and fitness of individuals. Calculate body composition through skinfold measurement and BMI. Perform and read both resting and exercise EKG during submaximal stress test. Take manual blood pressure both at rest and during exercise. Discuss and customize exercise and diet regimen with each patient Howard County General Hospital: Cardio/Pulmonary Exercise Physiologist 2014-2017 Johns Hopkins Howard County General Hospital: Exercise Physiologist 2015- 2017 Education George Washington University, Washington, DC 2013-2015 Major: Master of Science in Clinical Exercise Physiology West Virginia University, Morgantown, WV- major: Sport and Exercise Physiology 2008-2012 Certifications Advanced Cardiac Life Support Basic Life Support ACSM Certified Exercise Physiologist ACE Fitness Nutrition Specialist Tab 2: Staff CV's and Licenses Reem Regno, RDMS, RDCS, RVT Life Scan Wellness Centers Ultrasound Technician: 2012 – Current Responsibilities include providing public safety patients with the Life Scan early detection ultrasound screenings of cardiac (echocardiogram), carotid arteries, thyroid, abdominal organs, aorta, and pelvic organs. Duties also include analysis of data and medical record keeping, laboratory test performance, and maintenance of a clean and sanitary facility. Advantone Medical transcriptionist: 2011 – 2012 Transcribe audio clips into hard data for pharmaceutical companies, expedite records to appropriate authorities for further management. Animal Wellness Clinic Asst. Veterinary Technician: 2008 – 2012 Assist with medical record keeping, laboratory test performance, such as blood, urine and fecal screening, preparation of animal patients for surgery or examination, x-rays, medication and fluid administration, maintenance of a clean and sanitary facility, animal care. Registrations/Certifications RDMS (AB, OB/GYN), RDCS, RVT BLS with American Heart Association Education: Broward College, Coconut Ck, FL. Associates of Science in Diagnostic Medical Sonography University of South Florida, Tampa, FL. Bachelor of Arts and Sciences in Psychology Sonography Clinicals: Memorial Regional Hospital (AB, OB/GYN) September - December 2010; Family Care Clinic (OB/GYN) from September – May 2010/2011; Broward General Hospital (AB, OB/GYN) from January– May 2011; Florida Medical Center (Cardiac) from September – May 2011/2012 Tab 2: Staff CV's and Licenses RFP # 53-23 Employment Related Health Care Services, TAB 3: SCOPE OF SERVICES AVAILABLE AND COST OF SERVICES LIFE SCAN WELLNESS CENTERS SCOPE OF SERVICES AVAILABLE: Due to the unique nature of our business, we are extremely qualified and experienced in all aspects of the Scope of Services for Fire and Police Pre-Employment and Annual Physicals and Fitness Evaluations. We are the innovators and sole provider of the Life Scan Wellness Centers annual public safety physicals and have been providing this service for over 25+ years. Our Life Scan Wellness Centers Public Safety physicals are 100% compliant with the following standards and guidelines: NFPA 1582, NFPA 1583, the IAFC/IAFF Wellness Fitness Initiative, FLDE, and OSHA 1910.134 Respiratory Protection Program. Life Scan Wellness Centers is pleased to respond to the following Scope of Services: •Fire and Police Pre-Employment and Annual Physical and Fitness Evaluation •Pre-Employment Drug Testing for Fire and Police Life Scan Wellness Centers agrees to participate in employee grievance as a result of related testing process/results. LIFE SCAN WELLNESS CENTERS IS NOT RESPONDING TO THE FOLLOWING IN THE SCOPE OF SERVICES: •Pre-Employment physicals to non-certified employees. •Pre-Employment drug testing to non-certified employees. •Reasonable Suspicion Drug and Alcohol Testing •Random DOT/PHMSA- Safety Sensitive Drug and Alcohol Testing LIFE SCAN WELLNESS CENTERS 2024 QUOTE: City of Clearwater RFP# 53-23 Employment Related Health Care Services 8/31/2023 COST Public Safety Physical Exam (NFPA 1582 compliant) Medical & Occupational/Environmental Questionnaire Included Comprehensive Hands-On Physical Exam Included Vital Signs: Height, Weight, Blood Pressure, Pulse Included Sleep Disorder Evaluation and Mental Health Screening Included Back Health Evaluation Included Urinalysis Included Audiogram Included Titmus Occupational Vision with Peripheral, Depth Perception, and Color Included Breast Exam with Self-Exam education Included Personal Consultation with review of testing results Included Laboratory Tests: Comprehensive Metabolic Panel, Blood Chemistry Included Complete Blood Count, Hematology Panel Included Hemoccult Stool Test for Colon Cancer Screening Included Total Lipid Panel Included Thyroid Test TSH Included Glucose Included Hemoglobin A1C Included Men: PSA (Prostate cancer marker) and Testosterone Included CA 125 Ovarian cancer marker-Women Included Ultrasound Screenings (Early Detection of Heart Disease and Cancer): Echocardiogram (Heart Ultrasound) Included Carotid Arteries Ultrasound Included Aorta and Aortic Valve Ultrasounds Included Liver Ultrasound Included Gall Bladder Ultrasound Included Kidneys Ultrasound Included Spleen Ultrasound Included Bladder Ultrasound Included Thyroid Ultrasound Included Men: Prostate and Testicular Ultrasounds Included Women: Ovaries and Uterus Ultrasounds Included Cardiopulmonary Testing Cardiac Stress Test (Treadmill with 12 lead, sub-maximal, Bruce Protocol) Included EKG, 12 Lead Included Spirometry, PFT Lung Capacity with OSHA Respirator Medical Clearance Included OSHA Respirator Medical Clearance Included Fitness Evaluations per NFPA 1583~IAFF/IAFC Wellness Fitness Initiative: Fitness tests for muscular strength & endurance Included Sit and Reach, Planking, Grip Strength, Included Sit Up Test, Wall Sit, Flexibility Included VO2 Max Calc for Aerobic Capacity Included Body Weight and Composition Included Personal Fitness Rx Included LIFE SCAN PUBLIC SAFETY PHYSICAL EXAM $ 490.00 Life Scan Wellness NFPA Proprietary EMR Data Management System Proprietary EMR/ Data Storage, Enhanced Data Dashboards, Administrative Management, Patient & Client Portals $ 25.00 Life Scan Wellness Centers TOTAL COST $ 515.00 OPTIONAL TESTS AVAILABLE Line-Item COST Chest X-Ray, 2 view with radiologist review $88.00 Lumber X-Ray with radiologist review $88.00 Confirmatory Radiologist Review $30.00 Hazmat Heavy Metals and Hazmat Cholinesterase $81.00 Hazmat Cholinesterase $81.00 Hepatitis A Titer $42.00 Hepatitis B Screening Test $65.00 Hepatitis B Titer $42.00 Hepatitis C Screening Test $65.00 HIV Test, Gen 4 $31.00 Hepatitis Vaccines each shot( A=2 shot series, B=3 shot series) (Based on current market costs) $79.00/ shot PPD TB Skin Test $26.00 QuantiFeron Gold TB Blood Test $80.00 Tdap (Tetanus, Diphtheria, Pertussis) Titer $35.00 OSHA Respirator Mask Fit Testing (PortaCount) $46.00 Drug Screen, I CUP $55.00 Drug Rescreen with confirmation $65.00 ABO $31.00 Nicotine $76.00 Phlebotomist (Blood Draw) Fee $ 24.00 PCET Cardiopulmonary Test $120.00 Advanced Behavioral and Mental Health Assessments Work/Life/Balance Assessment $35.00 First Responder Behavioral and Mental Health Assessment $35.00 Pricing subject to annual increase. Pricing is based on 9 patients per day, 45 per week. All scheduled appointments will be billed. TAB 4: SCHEDULING, TIMELINES OF SERVICES, REPORTING CAPABILITIES Overview: Life Scan Wellness Centers has the proven experience, knowledge, clinical staffing, equipment, and resources to successfully provide the City of Clearwater with an unprecedented public safety health and wellness program and can successfully meet all timelines and performance criteria for the annual and pre-employment physicals. Life Scan Wellness Centers has multiple clinical/fitness teams that can undertake a range of differing projects. The clinical/fitness staff members that will be assigned to the City of Clearwater has extensive experience with Life Scan Wellness Centers in similar projects with over 650 fire departments and law enforcement agencies in the United States caring for over 50,000 first responders and are fully trained in all aspects of the Life Scan Wellness Centers Program and the Scope of Work. Life Scan Wellness Centers has met or exceeded the expectations of every contract and project including budgetary goas, timetables, and quality control objectives. 1: SCHEDULING PROCESS: Phase 1: Conference Call: Life Scan Wellness Centers’ project management teams. 1. Discuss program components and requirements. 2. Determine space requirements and coordinate on-site programs a. 3-4 Rooms to accommodate the following components: • Physical exam • Audiometry testing area with minimal noise • Cardiopulmonary/Fitness evaluations • Ultrasound Exams 3. Plan timeline. 4. Review and approve Patient Packet. 5. Review and approve blood draw program and LabCorp requisitions. 6. Review and approve reporting system. Phase 2: Schedule dates for annual physicals. 1. Annual Firefighter Physicals: 196 firefighter physicals = 21 days+/ Nine patients per day at three intervals of three patients each: 1. Example: 3 @ 8:00 am, 3 @11:00 am, and 3 @ 2:00 pm. 2. Start time will be determined by the City of Clearwater 3. Each physical exam will require approximately 3 hours. 4. Three (3) patients will rotate between the three (3) components of the physical (Ultrasound, Physical Exam, and Cardiovascular/Pulmonary/Fitness). 2. Annual Police Physicals: 252 police physicals = 28 days +/- Nine patients per day at three intervals of three patients each: 1. Example: 3 @ 8:00 am, 3 @11:00 am, and 3 @ 2:00 pm. 2. Start time will be determined by the City of Clearwater 3. Each physical exam will require approximately 3 hours. 4. Three (3) patients will rotate between the three (3) components of the physical (Ultrasound, Physical Exam, and Cardiovascular/Pulmonary/Fitness). 3. Police and Firefighter Pre-Employment Physicals and make up physicals as needed. a. These physicals will be schedule as needed at the Life Scan Wellness Center location in Pinellas County (Largo) Phase 3: Blood Draws (2-5 weeks prior to physicals) Phase 4: Life Scan Wellness Centers Physical Exams Phase 5: Reporting based on the City of Clearwater requirements. 2: TIMELINESS: Life Scan Wellness Centers’ on-site scheduling model of three patients rotating between the three components ensures that there is a minimal wait time for our patients. We only schedule nine patients a day and do not over schedule appointments. In addition, being on-site guarantees that the only patients being seen are the Clearwater Police or Firefighters. For the Pre-employment and Make-up physicals that are scheduled in any of our Life Scan Clinics, we utilize the same scheduling model to ensure that there are no wait times for our patients. 3. REPORTING CAPABILITIES: 1. All medical information is confidentially stored and maintained by Life Scan Wellness Centers’ proprietary EMR system for Public Safety and is HIPAA Compliant. All Life Scan Wellness Centers’ reports are customizable based on the individual needs and requirements of each department. In 2024 we will be introducing a secure portal that will give provided enhanced features including a patient portal that with access and portability of records. 2. The employee will receive an electronic link to their Life Scan Wellness Centers’ examination and test results on the day of their Life Scan exam. This includes the summary form, lab results, EKG, exercise data, ultrasound reports and images of abnormal studies, patient educational handouts, and personal wellness plan. 3. City of Clearwater: • Life Scan Wellness Centers will provide the City designees with the fit for duty Medical Clearance report within 14 days of exams. • Final Evaluations will be reviewed and signed by the examining Advanced Registered Practice Nurse/Florida Licensed. • The City of Clearwater will be notified by phone and email immediately for any employee that is found NOT FIT FOR DUTY. RFP # 53-23 Employment Related Health Care Services LIFE SCAN WELLNESS CENTERS COMPREHENSIVE QUALITY ASSURANCE, REPORTING, AND SECURITY POLICY The Life Scan Wellness Centers Comprehensive Safety and Security Policy is a safety and security management plan designed to maintain a safe environment free of hazards and reduce risk of injuries for patients and employees a.Process for employee safety and security:1.New employee orientation and education program and annual recurrent training that address Safety Procedures:i.Blood borne pathogen policyii.Biohazard waste policyiii.Equipmentb.Process and procedures for facilities and equipment security1.Life Scan Wellness Centers will coordinate with the on-site facility manager to determine what the City of Clearwater procedures and processes are for specific site as well as best manner to secure equipment during program.c.Emergency Preparedness Plan 1.Life Scan Wellness Centers will coordinate with the on-site facility manage to determine what City of Clearwater procedures and process are for the specific site.d.Safety Equipment1.Life Scan Wellness Centers routinely maintains and tests all equipment. Any equipment utilized will be tested prior to program start on-site.e.Reporting to Risk Management regarding accidents and/or damages.1.Life Scan Wellness Centers management will receive any accident and or damage reports and report them directly to the Life Scan Wellness Centers and the City of Clearwater. f.Records Confidentially and Security1.Life Scan Wellness Centers stores all patient records in a secure EMR Records Management system. 2.Life Scan Wellness Centers follows all HIPAA, State, and local guidelines regarding patient confidentiality and will review the process with the City of Clearwater prior to scheduling. 3.Incumbent police and firefighters will receive a copy of their personal physical exam results on the day of their physical exam and will have access to records when requested. TAB 5: LOCATION OPTIONS ANNUAL Physicals for Police and Fire Life Scan Wellness Centers has two options available to the City of Clearwater: 1.On-site at location(s) provided by the City of Clearwater. a.Hours to meet the needs of the City 2.Life Scan Wellness Center in Pinellas County: 11200 Seminole Blvd. Suite 100 Largo, Florida 33772 Monday – Friday, 8:30 am to 5:00 pm (727) 258-4818 PRE-EMPLOYMENT Physicals for Police and Fire 1.Life Scan Wellness Center in Pinellas County: 11200 Seminole Blvd. Suite 100 Largo, Florida 33772 Monday – Friday, 8:30 am to 5:00 pm (727) 258-4818 RFP # 53-23 Employment Related Health Care Services TAB 6: References $50,000.00 Acting Division Chief Nathan Thomas (nathan.thomas@palmbayflorida.org) JLorber@fortlderdale.gov RFP 53-23 Employment Related Health Care Services Exhibit B -Reference Form Life Extension Clinics, Inc.ID/BIA Company under Review: Life Scan Wellness Centers R f (N ) Pinellas County Sherrifs Office e erence ame : ----------- Name/Title: Sheriff Bob Gualtieri P . t Annual Physicals for Public Safety ro1ec: --------------- Project Manager:~\ c:...µ \."'\"* ~-:::::::. .D\."14\ \L_ 53-23 RFP No.:-------- City of Clearwater: Employment Related Health RFP Title: Care Services for Police and Fire Department Phone: ( 727 ) 251-5105 Fax: ..... _ _._ _____ _ Total Project Cost: \S G:::o 1 ~ OtherKeyProjectPersonnel: __________________________ _ Describe the scope of work of the contract awarded by your company/agency to this firm. Please include year of project completion: Public Safety 1582 Compliant Physicals 2017-present No. Questions Rating Comments 1. Rate the level of commitment of the firm to your project. Did they devote the time 5 and management staff necessary for successful and timely work? 2. Rate the quality of customer service and S7 the competence and accessibility of the personnel. 3. Rate how well the firm listened and understood the project specific needs of vour organization. 5 4. Rate how well the firm met the major s schedule milestones for the project 5. Rate the firm's success at minimizing and ~ controlling potential mistakes 6. Rate the overall quality of the work. '.::7 7. Rate the technical competence of the s firm and its consultants 8 . Rate the integrity and professionalism c;; of the firm 9. If you have a similar contract to undertake in the future, would the firm be considered? Yes ffi--1.io D 3=Average 4=Good 5=Excellent Signature Date TAB 6: References rgualtieri@pcsonet.com VENDOR INFORMATION Employment Related Health Care Services 23 RFP 53-23 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 proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. Life Extension Clinics, Inc. Life Scan Wellness Centers 1011 North MacDill Avenue Tampa FL 33607 813-876-0625 813-876-0653 Patricia.Johnson@lifescanwellness.com www.Lifescanwellness.com Patricia Johnson 813-876-0625 813-876-0653 Jennifer Connelly 813-876-0625 Patricia.Johnson@lifescanwellness.com 813-876-0653 Jennifer.connelly@lifescanwellness.com TAB 7: Other Forms Vendor Information EXCEPTIONS/ADDITIONAL MATERIAL/ADDENDA Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Special Note — Any material exceptions taken to the City's Terms and Conditions may render a Proposal non-responsive. X No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): X No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor's responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name BayCare Urgent Care Date: Employment Related Health Care Services 22 RFP 53-23 57 TAB 7: Other Forms Scrutinized Companies TAB 7: Other Forms E-Verify TAB 7: Other Forms Vendor Certification SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 5/23/2023 Sihle Insurance Group Inc.1021 Douglas Ave.Altamonte Springs FL 32714 Certificate Department 407-869-5490 407-389-3580 Certificates@sihle.com MSIG Specialty Insurance USA Inc 34886 LIFEEXT-01 Life Extension Clinics Inc.1011 N MacDill AvenueTampa FL 33607 473737584 A 1,000,000 X X HNO 1000294-00 3/2/2023 3/2/2024 Blanket Additional Insured when required by written contract. *For Information Purposes Only* TAB 7: Other Forms Insurance TAB 7: Other Forms Insurance TAB 7: Other Forms Insurance TAB 7: Other Forms W-9 Name on License Type License State License Active License Status License Original Issue Date License Expiration Date Compact Status PALINCHIK, BARBARA ANN CERTIFIED NURSE PRACTITIONER FLORIDA APRN9200514 YES UNENCUMBERED 09/25/2018 07/31/2024 N/A Advanced Practice license/recognition information Focus/Specialty: Family Prescription authority:YES Certification expiration date: NOT SUPPLIED Focus/Specialty expiration date:NOT SUPPLIED QuickConfirm License Verification Report Primary Source Boards of Nursing Report Summary for BARBARA ANN PALINCHIK [NCSBN ID: 41047215] As of Tuesday October 11 2022 11:06:37 AM US Central Time Disclaimer of Representations and Warranties Through a written agreement, participating individual state boards of nursing designate Nursys as a primary source equivalent database. NCSBN posts the information in Nursys when, and as, submitted by the individual state boards of nursing. NCSBN may not make any changes to the submitted information and disclaims any responsibility to update or verify such information as it is received from the individual state boards of nursing. Nursys displays the dates on which a board of nursing updated its information in Nursys. This report is not sufficient when applying to another board of nursing for licensure. Use the "Nurse License Verification for Endorsement" service to request the required verification of licensure. Contact the board of nursing for details about the Nurse Practice Act, which includes nurse scope of practice and privileges and information about advanced nursing practice roles (practice privileges, prescription authority, dispensing privileges & independent practice privileges). UNENCUMBERED means that the nurse has a full and unrestricted license to practice by the state board of nursing. OREGON (RN) PENNSYLVANIA (RN) SOUTH CAROLINA (RN) SOUTH DAKOTA (RN) TENNESSEE (RN) TEXAS (RN) UTAH (RN) VERMONT (RN) VIRGINIA (RN) WASHINGTON (RN) WEST VIRGINIA (RN) WISCONSIN (RN) WYOMING (RN) Nonparticipating: MI.Nonparticipating boards of nursing do not submit licensure data to Nursys. Please contact them for authorization to practice details. APRN authorization to practice details are not available. UNENCUMBERED means that the nurse has a full and unrestricted license to practice by the state board of nursing. License type information RN: Registered Nurse PN: Practical Nurse (aka Licensed Practical Nurse (LPN), Vocational Nurse (VN), Licensed Vocational Nurse (LVN)) CNP: Certified Nurse Practitioner CNS: Clinical Nurse Specialist CNM: Certified Nurse Midwife CRNA: Certified Registered Nurse Anesthetist License status information Unencumbered (full unrestricted license to practice) Cease & Desist Denial of License Expired Other license action Probation Reprimand Restriction Revoked Suspension Voluntary agreement to refrain from practice Voluntary Surrender Nurse Licensure Compact (NLC) information Multistate licensure privilege: Authority to practice as a licensed nurse in a remote state under the current license issued by the individual's home state provided both states are party to the Nurse Licensure Compact (NLC) and the privilege is not otherwise restricted. Single state license:A license issued by a state board of nursing that authorizes practice only in the state of issuance. Privilege to Practice (PTP): Multistate licensure privilege is the authority under the Nurse Licensure Compact (NLC) to practice nursing in any compact party state that is not the state of licensure. All party states have the authority in accordance with existing state due process law to take actions against the nurse's privilege such as: revocation, suspension, probation or any other action which affects a nurse's authorization to practice. © 2022 National Council of State Boards of Nursing Inc. All rights reserved. www.nursys.com MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Employment Related Health Care Services 28 RFP 53-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #53-23 Employment Related Health Care Services Due Date: 08/31/23, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #53-23 Employment Related Health Care Services Due Date: 08/31/23, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ BayCare Urgent Care LLC 711 S. Belcher Rd Clearwater, FL, 33764 Clearwater, FL, 33764 711 S. Belcher Rd BayCare Urgent Care 1 Nathan Keith Waldrep, M.D. Chief Medical Officer Occupational Health | BayCare Urgent Care 711 S. Belcher Road Clearwater, FL, 33764 T. (727) 314-4851 C. (727) 642-3293Keith.Waldrep@BayCare.org BayCareUrgentCare.org Patrick (PJ) Penrose, UCMC Director, Urgent Care and Employer Services Occupational Health | BayCare Urgent Care 711 S. Belcher Road Clearwater, FL, 33764 C. (727) 642-6602Patrick.Penrose@BayCare.org BayCareUrgentCare.org RFP #53-23, Employment Related Health Care Services Thursday, August 31st, 2023 City of Clearwater - Procurement Division 2 August 1st, 2023 Lori Vogel, CPPB Procurement Manager City of Clearwater 100 S Myrtle Ave Clearwater, FL, 33756-5520 Dear Ms. Vogel, BayCare Urgent Care (BUC) values the opportunity to provide occupational medicine services to the City of Clearwater (City). Our team has the necessary experience under similar arrangements with other governmental agencies and large employers, and we're confident we can provide a better solution for the City. Since its inception, BayCare Urgent Care has been driven by both integrity and quality service in the communities we serve. This letter will serve to guarantee our understanding of the requirements specified in this proposal. BayCare Urgent Care is integrated within the leading health care provider in Tampa Bay, BayCare Health Systems. What binds us together-across our divisions and business groups-is our mission of improving the health of all we serve. This is accomplished through community driven health care services that set the standard for high-quality, compassionate care. BayCare's Code of Conduct defines how we live and work: Trust, Dignity, Respect, Responsibility and Excellence. I trust that we are the right choice for your needs and ensure we will prioritize your requests and our commitment to you for a continued successful partnership between The City of Clearwater and BayCare Urgent Care. Patrick "PJ" Penrose Director | BayCare Urgent Care and Employer Services 711 S. Belcher Rd, Clearwater, FL, 33764 3 Table of Contents Mailing Label 1 Cover Page 2 Cover Letter 3 Table of Contents 4-5 Tab 1 - Letter of Transmittal 6 1.1 Understanding of the work 7 1.2 Positive Commitment of the work 7 1.3 Key Representatives 8 Tab 2 - Background and Demonstrated Experience of Provider 9 2.1 Qualifications, Expertise and Experience 10 2.2 Identification of Professional Medical Staff 12 Resumes 13-24Organizational Chart 25 Tab 3 - Scope of Services Available and Cost of Services 26 Scope of Services Available 27 Detailed Services Requested 28-31 Cost of Services 32 Pricing Matrix – General Employees 33-35Pricing Matrix – Fire/Police Employees 36-38Pricing Matrix – Additional A La Carte Services 39 Tab 4 - Scheduling, Timeliness of Services, Reporting Capabilities 40 4.1 Scheduling Process 41 4.2 Timeliness of Services 42 4.3 Reporting Capabilities 43 4 Tab 5 - Locations and Hours of Operation 44 Locations and Hours of Operations Statement 45-46 Listing of Locations with Clinic Supervisor 47-48 Occupational Health Brochure 49-50 Tab 6 – References 51 Quality/Customer Support Services 52 References 53 Exhibit B – Reference Forms 54-55 Tab 7 – Other Forms 56 Exceptions/Additional Materials/Addenda Form 57 Vendor Information Form 58 Vendor Certification of Proposal Form 59 Scrutinized Company Forms 60 Scrutinized Company Forms 61 Copies of Licenses and/or Certifications as Required 63-73 W-9 Form 74 Collector Certificates 75-176 Customized Employer Authorization Form 177 Back Cover 178 5 LETTER OF TRANSMITTAL Tab 1 6 1.1 & 1.2 - Letter of Transmittal Understanding of the work to be performed/positive commitment: BayCare Urgent Care (“BUC”) is under the leadership of Patrick (PJ) Penrose and Dr. Nathan Keith Waldrep, who are leaders in the urgent care and occupational medicine business. Our occupational health team consists of Dr. Christopher Lee who is our Medical Director of Occupational Medicine with Lindsay Summer, Manager of Clinical Operations along with a team of occupational health specialists who will focus on the care of your employees. BUC values the opportunity to continue providing occupational medicine services to the City of Clearwater (“City”). BUC has had the opportunity to partner with the City since 2017, and has provided the necessary experience, capable staff of board-certified physicians and clinicians, to deliver quality pre-employment and annual physicals, drug and alcohol testing, as well as workers’ compensation and fitness for duty examinations. BUC understands, agrees, and is committed to providing the scope of services outlined in the City of Clearwater RFP 53-23: Employment Related Health Care Services. Additionally, services will be provided within desired timeframes outlined in the specifications for each service. The City’s employees and applicants will benefit from an exceptional, patient-centered care experience, with the added benefit of online reservations and a dedicated occupational health team, we are confident in meeting or exceeding expectations for City employees. 7 1.3 Key persons, representatives, and project managers: Key representatives who will be the main contact for the City of Clearwater are as follows: Nathan Keith Waldrep, M.D. Chief Medical Officer Occupational Health | BayCare Urgent Care 711 S. Belcher Road Clearwater, FL, 33764 T. (727) 314-4851 C. (727) 642-3293Keith.Waldrep@BayCare.orgBayCareUrgentCare.org Tim Russell Clinic Supervisor – Occ Health Clinics Occupational Health | BayCare Urgent Care 900 Carillon Pkwy St. Petersburg, FL, 33176 T.(813) 586-7240Timothy.Russell@baycare.orgBayCareUrgentCare.org Patrick (PJ) Penrose, UCMC Director, Urgent Care and Employer Services Occupational Health | BayCare Urgent Care 711 S. Belcher Road Clearwater, FL, 33764 C.(727) 642-6602Patrick.Penrose@BayCare.orgBayCareUrgentCare.org Lindsay Summer Manager of Clinical Operations Occupational Health | BayCare Urgent Care 711 S. Belcher Road Clearwater, FL, 33764 C. (727) 688-6195Lindsay.Summer@baycare.orgBayCareUrgentCare.org Melissa Trippy, B.A. Account ManagerOccupational Health | BayCare Urgent Care 900 Carillon Pkwy, Suite 406 St. Petersburg, FL, 33176 T. (727) 314-4852 C. (941) 724-3318Melissa.Trippy@BayCare.orgBayCareUrgentCare.org BayCare Urgent Care values the opportunity to provide occupational medicine services to the City of Clearwater. We are confident we can provide a better solution for your employees and applicants. Whether its occupational health services, treatment of workplace injuries, or preventative care for your entire staff, we are here for you. 8 BACKGROUND AND DEMONSTRATED EXPERIENCE OF PROVIDER Tab 2 9 2.1 Qualifications, Expertise and Experience At BayCare, we are creating a brand new health care model, whose foundation rests on recognizing and respecting each patient’s humanity; on displaying real compassion and real empathy; on meeting the needs of every community and every individual; and on providing quality care that is always available and easily accessible. Simply put, it’s a new prescription for the future of healthcare. Today, BayCare Urgent Care “BUC” is known as the premium provider of comprehensive occupational medicine services in the greater Tampa Bay area and has a long standing, positive reputation in the community for customer experience and quality patient care. We are confident in being the best choice provider for occupational medicine services referenced in RFP #51-20, Employment Related Health Care Services Proposal for the City of Clearwater “The City.” BUC is proud to service several municipalities and governmental agencies, apart from thousands of employers within our footprint. Having the honor to have been selected as the provider of choice for the City of Clearwater Employment Related Health Care Services for the past 3 years, the City will continue to benefit from an exceptional, patient-centered experience, with the added benefit of online reservations, additional access points, and extended hours for nights and weekends to fit their schedule. Our conveniently located centers provide high-quality medical care, and our BUC team members and medical licensed specialists are ready to perform the needs of this RFP. With clinics that are open extended hours during the week, including weekend hours, which help to provide a convenient resource for the purposes of substance testing when needed. BUC provides a full scope of occupational health services with appropriate staffing, expertise, and experience, as required for the scope of this RFP. Our plan is designed specifically to address this proposal and exceed expectations for quality of care. Our goal has always been to exceed expectations from the moment our patients walk in our door - all the way to them being discharged. We have continued to listen to our customers’ feedback and accommodate their needs when it comes to customer satisfaction, hospitality, and quality of care. 10 We are committed to helping the City of Clearwater maintain a healthy, safe workforce while reducing the overall cost of health care for your company and your employees. Whether it’s substance abuse testing, vaccinations, physicals and special evaluations/ consultations, clearance and evaluations, or review of medical records, we are here for you. BayCare Urgent Care is confident that our experience and adaptability of an ever-changing market would align perfectly with this bid and continued partnership with the City of Clearwater. 11 2.2 – Key BayCare Urgent Care Resumes Resumes of the key member(s) of the Consultant’s team should be included in this area. Include certification and/or licensing information, as applicable. Nathan Keith Waldrep, M.D. –Chief Medical Officer – Ambulatory, Urgent Care & EmployerSolutionsBoard Certified Family Medicine Doctor. Oversees team of Licensed Physicians and Advanced Care Practitioners who staff our clinics, as well as serves as the Licensed MRO for this assignment. 30+ years’ experience. Phone: (727) 314-4851 | Email: Keith.Waldrep@BayCare.Org Patrick “PJ” Penrose, UCMC, CCIM – Director of Urgent Care, Occupational Health, & Employer ServicesUrgent Care Management Certificate, Certified Commercial Investment Member. Responsible for site selection, hospitality, reporting, financial and quality control initiatives for the organization. 10+ years’ experience. Phone: (727) 642-6602 | Email: Patrick.Penrose@BayCare.Org Christopher T. Lee, M.D., MSPH - Medical Director of Occupational MedicineManages the care and management of all workers’ compensation cases and serves as an expert resource for clinicians regarding any occupational services. Phone: (727) 314-4848 | Email: Christopher.Lee@BayCare.Org Lindsay Summer – Manager Clinical Operations:Supports the administration of Clinical Services and facilitates communication and training for the team of providers who staff the BUC clinics. Phone: (727) 314-4848 | Email: Lindsay.Summer@BayCare.Org Jay Milliken, RT – Regional Manager for the West clinicsRadiologic Technologist. Oversees our group of clinic supervisors that run the day-to-day operations of the clinics located in Pinellas and Pasco counties. Responsible for establishing policies and procedures. 20+ years’ experience. Phone: (727) 314-4848 Email: jasper.millikeniii@baycare.org Tim Russell – Clinic SupervisorOversees operations and team members for the three dedicated occupational health clinics, including Carillon, Tampa, and Valrico. Phone: (813)841-9686 Email: Timothy.russell@baycare.org Melissa Trippy, B.A – Account ManagerWill serve as a single point of contact for the City to ensure timely and thorough communication. 10+ years’ experience. 12 Resumes on pages to follow. 13 Patrick (P.J.) Penrose Healthcare Executive Relevant Work Experience Director - Urgent Care and Employer Services at BayCare Health System, Tampa Bay, Florida September 2014 — Present BayCare is the leading, not-for-profit health care system, formed in 1997 by a core group of local hospitals, that connects individuals and families to a wide range of services at hundreds of locations in the Tampa Bay and West Central Florida regions. BayCare is powered by 27,000 team members along with 6,000 physicians and medical professionals; generating $4.9 billion in operating revenue with $497 million in community benefit; across their 15 hospitals, 177 physician practice locations, 21 urgent care centers, 15 outpatient imaging centers, 4 ambulatory surgery centers; completing 677,000 home care visits, 630,000 ER visits, and 159,000 hospital discharges. Education Masters of Arts - Real Estate, University of Florida, Gainesville, Florida August 2001 — July 2002 Bachelor of Science - Finance, University of Florida, Gainesville, Florida August 1997 — May 2001 Minor - Building Construction, University of Florida, Gainesville, Florida August 2001 — July 2002 Professional Certifications/Licenses Lean Leader Certification, BayCare Health System November 2019 Urgent Care Management Certification, UCA February 2016 Certified Commercial Investment Member, CCIM Institute August 2013 Certified General Contractor, State of Florida August 2009 — Present Real Estate Sales Associate, State of Florida April 2003 — Present Additional Appointments Board Member/Treasurer, Polywogs Charities, Inc. November 2019 — Present Founding Member - Urgent Care Quality Group, UPC/Merchant Medicine May 2020 — Present Ambulatory Clinical Excellence Council, BayCare Health System January 2017 — Present Population Health Capabilities Steering Committee, BayCare Health System 14 January 2022 — Present Customer Financial Experience Steering Committee, BayCare Health System August 2022 — Present 15 Nathan Keith Waldrep, M.D. Nathan Keith Waldrep, M.D. Page 1 of 3 EDUCATION B. S. in Chemistry, Birmingham Southern College, Birmingham, AL 1982-84, GPA 3.61 A. S. in Chemistry, Walker College, Jasper, AL 1980-82, GPA 3.68 MEDICAL EDUCATION University of Alabama School of Medicine, Birmingham, FL Graduated in June 1989 Electives/Senior Medicine Acting Internships included: •Senior Family Medicine Acting Internship •Emergency Medicine at Carraway Methodist Medical Center •Ambulatory Internal Medicine •Dermatology, Spring 1989 •Medicine AI, Geriatrics, Winter 1989 •Medicine AI, Rheumatology, Winter 1989 RESIDENCY Tallahassee Memorial Family Practice Program, Tallahassee, FL June 1989-June 1992 BOARD CERTIFICATION Board Certified Family Medicine FL PROFESSIONAL EXPERIENCE BayCare Health Systems, Clearwater, FL March 2014 – present Director/CMO of Urgent Care and Occupational Health Medical staff leadership and mentorship, development and coordination of care provision, and clinical care integration both within the ambulatory division and at the system level. Responsible for development and oversight of quality initiatives. Works in close coordination with operations team to drive results in clinical excellence, customer experience, team member engagement, and financial stability. Bayfront Convenient Care Clinics, St. Petersburg, FL July 1992 – Feb 2014 Medical Director/Lab Director Medical staff supervision, care development and integration, coordinated Occupational Medicine program, and served as Medical Review Officer for the drug screening program. In support of the Director of Operations, participated in all aspects of strategic planning, marketing, revenue cycle management, payer contracting and general operations. 16 Nathan Keith Waldrep, M.D. Nathan Keith Waldrep, M.D. Page 2 of 3 Patient’s First Walk-in Center, Tallahassee, FL Aug 1990 – June 1992 Staff Physician Part-time provider working 10-15 hours per week providing medical care for acute episodic injury and illness. ACTIVITIES/COMMITTEES BayCare: Bayfront-St. Anthony’s Integrated Ambulatory Care Committee (IACC) from 1997-2001 BayCare 2014 to present •Talent Advisory Committee •Employer Engagement Committee •Cerner Physician Champions Committee •Co-chair of BUC-BMC Collaborative/Clinical Integration Committee •BMG Quality and Safety Committee •BMG Credentialing Sub-committee •Organizational Development and Learning: o Champion and Table facilitator for Journey to Extraordinary o Certified room facilitator for Experience Change - Change Management in Action o Certified Mentor for Mentoring with a Purpose HONORS/AWARDS 2015 Gartner Data and Analytics Excellence Awards-This prestigious global award recognized BayCare’s use of “data mining and analytics” to improve treatment at BayCare Urgent Care. This award grew through collaboration with the BayCare Enterprise Analytics and Reports team. The scope of work involved mining relevant data from the EMR and other databases to create a “data warehouse” that analyzed inconsistencies in treatment. The results encouraged physicians to see where practices vary and therefore provide patients with more consistent outcomes and experiences delivering more high-value care at lower costs. PROFESSIONAL/ SOCIETY AFFILIATIONS •Founding Member of Urgent Care Association of America 2005- present •National Association of Ambulatory Care member 1994-2004 •Lambda Chi Alpha Fraternity – scholarship chairman, Birmingham Southern College 1983/1984 PRESENTATIONS AT NATIONAL MEETINGS •April 2019: Urgent Care Antibiotic Stewardship Symposium - This event takes place in conjunction with the Urgent Care Association (UCA) 2019 Conference and Expo in Collaboration with the Urgent Care Foundation (UCF), the College of Urgent Care Medicine (CUCM). Forty leaders, by invitation only, representing the entirety of the Urgent Care industry will meet to focus on the long-term objectives and to share expertise with peers regarding agenda of implementing antibiotic stewardship strategies in the urgent care sector. •March 2019: Medical Marijuana in the Workplace-Presenter for Annual Workers’ Compensation and Employment Law Seminar at Stetson University College of Law, Tampa, FL. 17 Nathan Keith Waldrep, M.D. Nathan Keith Waldrep, M.D. Page 3 of 3 •November 2018: Panel Member, Urgent Care Association of America (UCA) Antibiotic Stewardship Symposium •February 2018 “Telemedicine Advancements”. Annual Workers’ Compensation and Employment Law Seminar as a representative for BayCare Health System at Stetson University College of Law, Tampa, FL. •August 2018: “Workers’ Compensation Care: Through the Lens of a Camera” Panel Member for 2018 Workers’ Compensation International (WCI) Conference session sharing best practices and varied perspectives from the views of the medical provider along with WC carrier, WC attorney and the employer to drive outcomes using advancements in telemedicine. •2004/2005 JCAHO Ambulatory Advisory Committee- Urgent Care Subject Matter Expert, NAFAC, National Association for Ambulatory Care, the national urgent care organization, for the JCAHO Ambulatory Advisory Committee which included 50 members representing all aspects of ambulatory care. The scope of work was to develop the best practice standards used to determine accreditation status. RESEARCH ARAC Research Project- Antibiotic Stewardship: Collaborative Survey “Study to Assess the Impact of Communications Materials Developed for Urgent Care” conducted by the Antibiotic Resistance Center (ARAC), Milken Institute School of Public Health at George Washington University and the Urgent Care Association (UCA). The study examined six groups regarding the effectiveness of various handouts and posters present during the patient encounter. 18 CHRISTOPHER T. LEE, M.D., MSPH Education 2016: University of South Florida College of Public Health – M.S. in Public Health 2010: University of Miami Miller School of Medicine – Doctor of Medicine 2005: University of Texas – B.A. in Biology and Asian American Studies Medical Training 2016: University of South Florida – Occupational Medicine Residency 2013: University of Texas Southwestern – Anesthesiology Residency 2011: University of California San Francisco-Fresno – Internal Medicine Internship Employment 2016 - Present: BayCare Urgent Care – Medical Director of Occupational Medicine Certifications Diplomate, American Board of Preventative Medicine – Specialty: Occupational and Environmental Medicine 19 Lindsay K. Summer, DNP, ARNP EDUCATION University of Alabama, Doctorate Nurse Practice, 2021 University of South Florida, M.S., Nursing 2007 University of North Florida, B. S., Nursing 2002 Dean’s List – 2002 University of Florida, B.S., Engineering Science with honors 2000 Minor: Biomechanics Concentration: Biomedical Engineering Dean’s List – 1998, 1999, 2000 PROFESSIONAL EXPERIENCE (June 2014 – present) BayCare Urgent Care Manager Clinical Services Family Nurse Practitioner National Certification through AANP Certified Medical examiner for CMV drivers Additional skills: occupational medicine, suturing, casting/splinting, joint injections, x-ray interpretation, biopsy, excision, incision & drainage, (Jan. 2013 –2018) St. Pete College; College of Nursing Adjunct Faculty, RN – BSN Program Courses taught: Nursing Leadership Theory and Practicum, Pathophysiology, Informatics and Nursing (July 2007 – May 2014) Carillon Sports & Family Medicine Family Nurse Practitioner (Dec. 2006 – July 2007) St. Anthony’s Hospital, Cardiovascular Intensive Care Unit Staff Nurse (Aug. 2005 – July 2007) University of South Florida, College of Nursing Research Assistant (Sept. 2004 – Oct. 2005) Heartland Home Care Care Manager (Feb. 2004 – Sept. 2004) Pinellas County Health Department, Healthy Families Plus Senior Community Health Nurse (June 2003 – Dec. 2003) SHANDS Hospital-Jacksonville, Outpatient Cardiac Stress Lab Staff Nurse (Sept. 2002 – Nov. 2003) Baptist Medical Center, Cardiovascular Intensive Care Unit Staff Nurse PEER REVIEWED PUBLICATIONS L. Summer, L. Gonzalez, M. Jimeno, K. Christensen, “Development of a Nasogastric Tube Insertion Simulator: ACollaborative Interdisciplinary Effort,” CIN: Computers, Informatics, Nursing, vol. 27, issue 2, pp. 105-113,March/April 2009 20 PROFESSIONAL & COMMUNITY INVOLVEMENT (March 2022 – present) Member – Ambulatory Ethics Committee (May 2016 – 2017) Community Preceptor – Maryville University College of Nursing (May 2015 – 2018) Community Preceptor – Chamberlain College of Nursing (Jan. 2015 – 2020) Community Preceptor – University of Tampa College of Nursing (Jan. 2008 – 2020) Community Preceptor – University of South Florida College of Nursing (Sept 2014 – Dec 2015) Community Preceptor – Florida State University College of Nursing (June 2013 – Dec 2013) Community Preceptor – Georgetown University College of Nursing (Jan. 2013 – May 2013) Community Preceptor – Graceland University College of Nursing (May 2007 – present) Member – American Association of Nurse Practitioners AWARDS & RECOGNITION 2022 – DAISY Nurse Leader Award – BayCare Health System https://www.daisyfoundation.org//daisy-award/honorees/lindsay-k-summer 21 JASPER M. MILLIKEN, III R.T. Education −1981: Aquinas College School of Radiology – A.S. Employment −2006 – Present: BayCare Urgent Care – General Manager −2004-2006: JSA Healthcare – Operations Manager −2003-2004: Impulse Products – Lead Sales −1985-2003: Bayfront Convenient Care Clinics – Urgent Care General Manager Certifications −American Registry of Radiologic Technologists −American Society of Radiologic Technologists −State of Florida Certified Radiologic Technologist −Management Executive Belt-BayCare Healthcare 22 Timothy Russell Occupational Health Clinic Supervisor Timothy Russell moved to Tampa at the age of 6 and became interested in a medical career at age 13 working with the American Red Cross. He has dedicated himself to the pursuit of helping others. He soon decided to apply for his X-ray license and worked at a small osteopathic hospital for several years before being asked to help build a medical practice with x-ray capability. After spending time in a private family practice and gaining additional experience as a medical assistant, he was then asked to join another Primary Care practice to be their Assistant Administrator overseeing the clinical aspect of the clinic. This led to other opportunities in his life, working as a General Manager at a mechanical and process engineering group, occupational medicine, and Administrator of an urgent care for 24 years. Tim joined BayCare Urgent care in 2019 and has now taken on the role of Clinic Supervisor for our 3 dedicated Occupational Health clinics. He continues to support his community and his dream of helping others. 23 Melissa Trippy, B.A. Account Manager, Urgent Care and Occupational Health (all regions) Will serve as the liaison between urgent care clinics and employer. Education −2009: University of South Florida – B.A, Communication - Interpersonal and Organizational −2007: State College of Florida - A.S Employment −2020-Present: BayCare Urgent Care and Employer Solutions - Account Manager −2014 - 2020: BayCare Urgent Care – Account Executive −2012-2014: Bayfront Convenient Care Clinics – Corporate Relations and Marketing −2011-2012: Family Home Health Services – Business Development Manager −2012-2006: Respiratory Medical Services – Marketing and Sales Representative Certifications −Aspiring Leaders, BayCare Health System 24 BayCare Urgent Care Org Chart Sr. VP of Ambulatory PJ Penrose, Director –UC and OM JayMiliken,RegionalManager StephanieMcCormick, ClinicSupervisor Clinic Staffs Brittany Stinson,Clinic Supervisor Clinic Staffs Ashley Baker,Clinic Supervisor Clinic Staffs Heather Joline,Clinic SupportCoordinator Ginger Bibiloni,Regional Manager Elizabeth Lecaros,Clinic Supervisor Clinic Staffs Emily Person,Clinic Supervisor Clinic Staffs Angela G. Wood,Clinic Supervisor Clinic Staffs Tim Russel, Occ Health Clinic Supervisor Clinic Staffs Evelyn O'Neill Clinic SupportCoordinator Keith Waldrep, MD,Director/CMO Christoper Lee,MD, MedicalDirector -OM Staff Physicians Lindsay Summer,Manager ofClinical Svs. ACPs TrainingSpecialists Business Development Team 25 T SCOPE OF SERVICES AVAILABLE AND COST OF SERVICES Tab 3 Tab 3 26 Scope of Services Available BUC offers a range of occupational health services to support the City of Clearwater in maintaining a healthy, safe workforce while reducing the overall cost of health care for your company and your employees. Whether it’s substance abuse testing, treatment of workplace injuries, fitness for duty evaluation or vaccinations for your entire staff, we are here for you. Our conveniently located centers provide high-quality medical care and our BayCare Urgent Care team members and medical licensed specialists are ready to perform the needs of this RFP for the City of Clearwater. Our plan is designed specifically to address the proposal with services we provide by meeting your needs. If selected, BUC will review the account profile for the City of Clearwater that is currently in our company wide database with City representatives. This Accounts Database contains the details for the services to be performed, ensuring consistency across our organization and timely communication. A detailed description of how BUC will perform each of the general and specific tasks of generic scope of services is outlined below. Further details of services included within individual physicals are noted in the cost of services and customized authorization form included in the Other Forms section of bid. 27 Pre-Employment Physicals: All physical examinations will be conducted by a board-certified healthcare provider licensed in the State of Florida. The patient will complete a brief questionnaire relating to their medical history that is based on minimal physical requirements associated with the job description (not limited to height, weight, blood pressure, heart rate). For audiometry testing, the patient will complete a questionnaire relating to their hearing. Each ear will be tested with an audiometer to identify the minimum dB response level at 7 different frequencies. A spirometer will be used to measure the pulmonary function of the employee (lifeguards over the age of 18). After screening history to determine it is safe to proceed, a closed box with a predetermined amount of weight will be used to test patient’s lifting abilities and perform back screen, if requested. Patients must demonstrate the ability to lift the box from floor to counter while using proper body mechanics. Both history and physical exams will be used to screen for arm/shoulder function. The physical exam will include strength and range of motion in all planes. These tests will be performed by a certified medical assistant. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. Pre-Employment Drug Testing: BUC serves as the collector for all substance testing services and has chosen to partner with Alere Laboratories as our substance testing laboratory. With over 30 years of experience and multiple laboratory facilities dedicated to toxicology worldwide, Alere Toxicology offers state- of-the-art technology, automated computer systems, and a skilled laboratory staff to ensure accurate analysis. Alere laboratories are CLIA accredited, DEA registered, SAMHSA certified, US HHS approved, and Florida licensed. For the urine for drugs of abuse test, the test will be administered following detailed specifications. This test will be performed for both full panel and DOT drug screening. Drugs tested for on a 5-panel are amphetamines, cocaine, marijuana, opiates, and phencyclidine (PCP). BUC can utilize a rapid 5-panel test for all NON-DOT collections to expedite the reporting of negative results. DOT Drug screens will be collected and documented on the Federal Chain of Custody Form and specimens will be sent to the lab for confirmation testing. Tests will be performed by a certified drug screen collector and available to be completed at all locations. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. All non-negative results will be sent to the lab for confirmation testing and MRO review. 28 Reasonable Suspicion Drug and Alcohol Testing: Similar to pre-employment drug testing standards noted above, BUC is committed to perform screenings for both DOT/PHMSA and non-DOT/PHMSA employees. BUC understands that these may occur at various times of the day, including nights and weekends, to include post-accident and random drug or alcohol testing. Options for a full panel, and DOT are all available to the City. Tests will be performed by a certified drug screen collector and available to be completed at all locations. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. Random DOT/PHMSA – Safety Sensitive Drug and Alcohol Testing: BayCare Urgent Care is proud to partner with Alere Toxicology to perform Department of Transportation (DOT)/PHMSA drug and alcohol testing. Alere electronically process drug tests for DOT-regulated employees. All DOT Drug screens will be collected and documented on the Federal Chain of Custody Form and specimens will be sent to the lab for confirmation testing. “Combined with online test management platforms, the use of an electronic chain of custody form drives protocol consistency, helps reduce costs, and modernizes administrative functions at the point of collection.” (aleretoxicology.com) Within our drug screening portal, MyeScreen, the City will be able to customize their own random generator at the frequency desired by the client. Tests will be performed by a certified drug screen collector and available to be completed at all locations. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. Alcohol Testing: BayCare’s breath alcohol machine maintenance and calibration meets the manufacturer recommendations. This includes accuracy checking and biannual manufacturer recertification and inspection. All BayCare drug and alcohol technicians are trained and certified consistent with the Department of Transportation standards. Tests will be performed by a certified drug screen collector and available to be completed at all locations. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. 29 Fire and Police Pre-Employment and Annual Physical and Fitness Evaluations BayCare Urgent Care does not currently provide ultrasound imaging assessments for their Pre-Employment and Annual Fire and Police Physicals. We can; however, provide a comprehensive physical, fitness evaluation, and extensive lab blood profiles. Currently, BayCare provides a Group L Police Reserve/Auxiliary physical and agrees to continue providing, if awarded this bid. Pricing for this physical is included in the cost of services section of bid. 30 HEARINGS, ARBITRUATIONS, AND APPEALS BayCare Urgent Care is willing to participate in hearings, arbitrations, or appeals associated with employees(s) test/results. AVAILBILITY OF TESTING: It is our preference that the selected provider(s) would be available and willing to participate in random DOT/PHMSA testing as early as 7:00 a.m. due to business needs. BayCare Urgent Care has a location that has hours of operation beginning at 7:30am and can help to accommodate early morning testing. ADDITIONAL INFORMATION: BayCare Urgent Care has a full range of occupational healthcare services that we can provide to the City of Clearwater in addition to the above noted services. These can include titers/vaccinations, diagnostic testing, and laboratory testing. BayCare also offers health and wellness services for the evaluation of health, wellness, and fitness concerns. Health coaches are available for special consultations or interventions for specific disease management and health improvement initiatives. Copy of Pinellas County location licenses and collector certificates are included in “other forms” section of submittal. 31 *Pricing Detailed on the following page Cost of Services 32 RFP 53-23: Employment Related HealthCare Services Exhibit A - BayCare and LifeScan Current Testing Costs Description BUC 2023 Pricing Group A; includes the following: $ 110.00 Physical Examination Medical History Form Vision Test Audiogram Group B; includes the following: $ 160.00 Physical Examination Medical History Form Vision Test Audiogram DOT Drug test - 5 panel Group C; includes the following: $ 160.00 Physical Examination Medical History Form Vision Test Audiogram Rapid 5 Panel Drug Test Group D; includes the following: $ 160.00 Physical Examination Medical History Form Vision Test - Distance (as indicated on job requirement profile) Audiogram Rapid 5 Panel Drug Test 33 Group E; includes the following: $ 160.00 Medical History Form Vision Test Audiogram Back Screen (25 lb test) Rapid 5 Panel Drug Test Group F; includes the following: $ 50.00 Rapid 5 Panel Drug Test Group G; includes the following: $ 35.00 Back Screen Only (50 lbs) Group H; includes the following: $ 50.00 Spirometry - Physical Group I; includes the following: $ 115.00 Physical Examination Medical History Form Vision Test (Far, Gross, Color, Peripheral) PCLB Form (Pinellas County Licensing Board - we provide) 5 Panel Drug Test (Pre-employment) $ 50.00 Rapid 5 Panel Drug Test (Pre-employment) $ 50.00 5 Panel DOT Drug Test (Pre-employment) $ 50.00 Reasonable: 5 Panel Instant Test $ 50.00 5 Panel laboratory-based $ 50.00 OPTIONAL TESTING Respiratory Physical - OSHA - Initial Test (Group J) $ 110.00 Respiratory Physical - OSHA - Annual Test (Group K) $ 40.00 Audiogram Testing $ 35.00 Pulmonary Function Testing $ 50.00 Vision Only Testing $ 30.00 Physical - OSHA - Respirator Medical History Review $ 40.00 Testing - OSHA - Respirator Fit $ 35.00 34 Substance UDS Rapid 5 Panel Test $ 50.00 Substance Alcohol Breath Test $ 35.00, additional $35.00 for confirmation testing Substance UDS Lab - DOT $ 50.00 Out of Area Service Administration $ 75.00 NO CALL/NO SHOW FOR RANDOM DRUG SCREENING $ 0.00 Oral Fluid Drug Test $ 50.00 *Pricing may change once lab confirms availability of testing 35 Police and Fire Physical Examination – Cost Services Police and Fire Physical Examination Annual and Pre-Employment; Includes the following Physical Exam (NFPA 1582) No bid Vision (Titmus) No bid Hearing Exam No bid Skin cancer assessment No bid Personal consultation with review of testing results No bid Cardio Pulmonary Assessment No bid Resting EKG No bid Treadmill Stress Test with EKG No bid Pulmonary Function Test No bid Ultrasound Imaging Studies No bid Echocardiogram (Heart Ultrasound) No bid Aorta and Aortic Valves Ultrasound No bid Carotid Arteries Ultrasound No bid Thyroid Ultrasound No bid Liver, Pancreas, Gall Bladder, Spleen, & Kidney Ultrasounds No bid Bladder Ultrasound No bid Pelvic Ultrasound for Women (external, ovaries and uterus) No bid Testicular Ultrasound for men No bid Prostate Ultrasound for men No bid Blood and Laboratory Test No bid Hemoccult test No bid Urinalysis No bid Lipid panel No bid Diabetes test (hemoglobin A1C and Glucose) No bid Complete Blood Count No bid Comprehensive Metabolic Panel No bid TSH Thyroid No bid PSA (men) No bid CA-125 (women) No bid 36 Testosterone (men) No bid Fitness Evaluation (NFPA 1583/WFI Guidelines) No bid VO2 Max Calculation No bid Muscular Endurance Testing No bid Muscular Strength Testing No bid Body Fat Test No bid Flexibility Test No bid Nutrition and Diet Recommendations No bid Personal Fitness Recommendations No bid Medical Clearances No bid OSHA Respirator Medical Clearance No bid Medical Clearances No bid Line Item Additional Tests Available As Needed for Police/Fire Annual and Pre- Employment QuantiFeron Gold TB Blood Test No bid Chest X-Ray with Radiologist review No bid Lumbar X-Ray with Radiologist review No bid Hepatitis A Test No bid Hepatitis B Test No bid Hepatitis B Titer No bid Hepatitis C Test No bid PPD TB Skin Test No bid HIV Gen 4 No bid Drug Test (not-DOT, Dip Test) No bid ABO Blood Type No bid OSHA Respirator Mask Fit Test (Portacount) No bid Cholinestrese and Heavy Metals (Hazmat) No bid Tetanus/DP (Based on Current Market cost) No bid Nicotine/Cotinine Screening No bid Hepatitis Vaccines each shot (A=2 shot series, B=3 shot series) (Based on current market costs) No bid No bid Location Options: No bid On-site (location provided by the Fire/Police Department) No bid Pinellas County Wellness Center No bid Tampa Wellness Center No bid Fire Drug Testing - 10 Panel; includes the following: No bid 37 Amphetamine Cocaine THC (marijuana) Meth Amphetamine Opioids PCP Benzos Barbiturates MTD - Methadone MDMA - Molly, Ecstasy Police Drug Testing - 7 Panel; includes the following: No bid Opioids MDMA - Molly, Ecstasy Cocaine Amphetamine Meth Amphetamine THC (marijuana) PCP 38 Additional A La Carte Services – Pricing Matrix Additional Services on Account Profile: PPD TB Test $ 30.00 Vision Testing $ 30.00 Vaccine - Tdap $ 90.00 Vaccine - Td $ 50.00 Vaccine - Hep A $ 105.00 Titer - Hep A $ 60.00 Vaccine - Hep B $ 90.00 Titer - Hep B $ 60.00 Vaccine - Varicella $ 370.00 Chest x-ray (1 view) $ 50.00 Group L: Police Reserve/Auxiliary Physical $ 1,020.00 Physical Examination Medical History Form Vision Test (far, near, peripheral - with and without correction, Ishihara color) Audiogram Spirometry QuantiFERON Gold TB blood test Lift Test (25 lbs) EKG Chest x-ray (2 view) Lab Tests (CBC w/Diff, CMP, Lipids, Acute Hepatitis Panel, Hep B Titer, Hep A Titer, Heavy Metal Screen) Treadmill Stress Test Rapid 10 panel drug test Only if requested: Vaccine - Tdap $ 90.00 39 SCHEDULING, TIMELINESS OF SERVICES, REPORTING CAPABILITIES Tab 4 40 Tab 4 – Scheduling, Timeliness, and Reporting 4.1 Scheduling Process: For consistency and ease, we prefer to have a bulk of the pre-employment physicals scheduled at our occupational health clinic that is open Monday through Friday. The scheduling of services will be coordinated with our dedicated clinic supervisor to ensure consistency and will be the main point of contact to ensure effective communication for The City of Clearwater. Dates and times of appointments will vary based on the nature and complexity of the requested service. All clinics can perform the services for substance testing on a walk-in basis and most locations are open 7 days a week with extended evening and weekend hours of operation. 41 4.2 Timeliness of Services: With scheduled appointments, wait times average 10-20 minutes. BUC has a tracking method to measure this in real-time as well as in retrospective reports. This metric is monitored on a daily basis and operations are adjusted accordingly in an attempt to create the best patient experience. Registration paperwork can be provided prior to scheduled appointments in order to reduce in clinic time for the patient. 42 4.3 Reporting capabilities available/delivery methods: BUC has developed a Central Support Team who have team members responsible for sending documents pertaining to visits that occur at our clinics in a timely manner. These records are sent to the appropriate Designated Employer Representative, per employers’ request. In addition, BayCare Urgent Care will continue to provide The City of Clearwater with access to our employer portal which is a resource for tracking visits via an online portal. The documents that are uploaded to this portal pertain to occupational health and workers’ compensation visits and are usually available by the end of day or within 24 hours of completion of documentation. Substance testing results will continue to be found via myEscreen, which is the third-party online portal where City representatives can view, track, and authorize all substance testing. 43 LOCATIONS AND HOURS OF OPERATION Tab 5 44 Locations and Hours of Operation BayCare Urgent Care has a total of twenty-one locations throughout the Tampa Bay area, three of which have become dedicated occupational health clinics that specialize in the delivery of occupation medicine and will serve as the primary locations for The City of Clearwater employees. These locations will perform the bulk of pre-employment services requested in this bid Monday through Friday. With an additional eighteen clinics open 7 days a week and can be utilized for drug screening services and serve as overflow for any services requested with notice. For consistency and ease, we have a dedicated clinic supervisor to help in coordinating and scheduling visits and will be the main point of contact to ensure effective communication for The City of Clearwater. Dates and times of appointments will vary based on the nature and complexity of the requested service. To augment the services we provide, BUC holds contractual relationships with eScreen and Alere Laboratories for all substance testing services. With over 30 years of experience and multiple laboratory facilities dedicated to toxicology worldwide, Alere offers state-of-the-art technology, automated computer systems, and a skilled laboratory staff to ensure accurate analysis. Alere Laboratories are CLIA accredited, DEA registered, SAMHSA certified, US HHS approved, and Florida licensed. By utilizing our drug screening platform, eScreen, we have the ability to schedule substance testing with other partners outside of the State of Florida and can also help in providing a resource to schedule additional testing, as needed. For the after-hours services needs of the City of Clearwater, BUC has sub-contracted with USA Mobile Drug Testing, a national organization with full-service coverage for on-site and after-hours substance testing. All collectors are certified breath alcohol technicians in compliance with 49 CFR Part 40 and certified DOT urine drug screen collectors. USA mobile drug testing services operate in compliance with both Florida and federal regulations related to drug and alcohol testing. They provide 24/7 mobile on-site drug and alcohol collections. 45 CONVENIENT LOCATIONS o Clearwater: 711 S. Belcher Road, Clearwater (4 miles) o Walsingham: 13670 Walsingham Rd. Largo, FL (8 miles) o Countryside: 3531 N. McMullen Booth Road, Clearwater (12 miles) o Carillon: 900 Carillon Pkwy, St. Petersburg (13 miles) o Tyrone: 1599 66th St. N, St. Petersburg (15 miles) o Northeast: 2331 Fourth St N, St. Petersburg (19 miles) o South Tampa: 1155 S. Dale Mabry Hwy, Tampa (20 miles) The services to be performed at dedicated occupational health clinics will include: • Pre-employment drug testing • Pre-employment Physicals • Reasonable Suspicion Drug and Alcohol Testing • Random DOT/PHMSA – Safety Sensitive Drug and Alcohol Testing • Police Pre-Employment Physical Evaluations The services to be performed at non-dedicated occupational health clinics: • Pre-employment drug testing • Reasonable Suspicion Drug and Alcohol Testing • Random DOT/PHMSA – Safety Sensitive Drug and Alcohol Testing No bid for services: • Fire Pre-Employment and Annual Physical and Fitness Evaluations We are confident that our BUC team members and medical licensed specialists are ready to perform the needs of this RFP. Our plan is designed specifically to address the proposal with services we provide by meeting your needs. A full listing of locations will be noted on the following pages. 46 Modified 8.23.2023 BayCare Urgent Care Locations Occupational Health & Substance Testing Clinics • Hours of Operation: o Carillon and Tampa: Monday through Friday - 7:30 a.m. to 4:00 pm o Valrico: Monday, Wednesday, and Thursday – 7:30am to 4:00 pm To schedule services: Please visit our website: http://baycareoccupationalhealth.org or scan QR Code below: Scroll down Occupational Health Locations section, choose the clinic of your choice. Click on Read More This will direct you to be able to SAVE YOUR SPOT at any of the 3 dedicated Occupational Health locations. (NOTE: Do not utilize “scheduled a FREE consultation” section: this will not reserve your appointment, you must click on “Save your Spot” specific to the clinic you wish to schedule) Business Development Team: Tampa (formerly MLK now on Virginia Ave) **NEW LOCATION as of 7/6/2023!!** Carillon Valrico 2506 W Virginia Ave, Suite. D 900 Carillon Parkway, Suite 106 2016 E. State Road 60 Tampa, FL, 33607 St. Petersburg, FL, 33716 Valrico, FL, 33594 Phone: (813) 586-7240 Phone: (813)586-7240 Phone: (813)586-7240 Fax: (813) 999-8862 Fax: (727) 333-6231 Fax: (813) 999-8835 Clinic Supervisor: Timothy Russell Clinic Supervisor: Timothy Russell Clinic Supervisor: Timothy Russell BUC_Tampa@BayCare.org BUC_Carillon@BayCare.org BUC_Valrico@BayCare.org Melissa Trippy, B.A. Ecyl M. Isa, BSHCA Account Manager Account Specialist (727) 314-4852 (727) 309-1713 melissa.trippy@baycare.org ecyl.isa@baycare.org Central Support Team: Lacy Braswell and Amy Dotson Gosselin (727) 315-7226 buc_centralsupport@baycare.org 47 Workers’ Compensation, Substance Testing, and Urgent Care Clinics • Please visit www.baycareurgentcare.org for updated hours of operations HILLSBOROUGH COUNTY PASCO COUNTY PINELLAS COUNTY POLK COUNTY Bloomingdale Land O’ Lakes Clearwater Haines City 2442 Bloomingdale Ave. 18610 Fernview Street 711 S. Belcher Rd. 36245 US Hwy. 27 Valrico, FL, 33596 Land O’ Lakes, FL, 34638 Clearwater, FL, 33764 Haines City, FL, 33844 Phone: (813) 586-8686 Phone: (813) 692-8080 Phone: (727) 314-4848 Phone: (863) 866-9933 Fax: (813) 605-6089 Fax: (813) 605-6170 Fax: (727) 333-6053 Fax: (863) 229-7556 Clinic Supervisor: Angela Wood Clinic Supervisor: Vicki Sfiraski Clinic Supervisor: Stephanie McCormick Clinic Supervisor: Kong Chang BUC_Bloomingdale@BayCare.org BUC_LandOLakes@BayCare.org BUC_Clearwater@BayCare.org BUC_HainesCity@BayCare.org Carrollwood New Port Richey Countryside South Lakeland 11921 N. Dale Mabry Hwy., Suite 7 4821 US Hwy. 19, Suite. 5 3351 N McMullen Booth Rd. 2645 S. Florida Ave Tampa, FL, 33618 New Port Richey, FL, 34652 Clearwater, FL, 33761 Lakeland, FL, 33803 Phone: (813) 609-3635 Phone: (727) 807-7176 Phone: (727) 314-4774 Phone: (863) 606-6880 Fax: (813) 999-8833 Fax: (727) 266-4936 Fax: (727) 333-6052 Fax: (863) 229-7592 Clinic Supervisor: Emily Person Clinic Supervisor: Ashlee Baker Clinic Supervisor: Ashlee Baker Clinic Supervisor: Kong Chang BUC_Carrollwood@BayCare.org BUC_NewPortRichey@BayCare.org BUC_Countryside@BayCare.org BUC_SouthLakeLand@BayCare.org New Tampa Trinity East (NOW OPEN!!) Largo/ Walsingham Winter Haven 17512 Dona Michelle Drive,Suite 5 11178 State Rd. 54 13670 Walsingham Rd. 400 1st Street North Tampa, FL, 33647 New Port Richey, FL, 34655 Largo, FL, 33774 Winter Haven, FL, 33881 Phone: (813) 533-3494 Phone: (727) 841-6609 Phone: (727) 593-9848 Phone: (863) 299-2420 Fax: (813) 605-6051 Fax: (727) 333-6352 Fax: (727) 596-4532 Fax: (863) 299-2450 Clinic Supervisor: Emily Person Clinic Supervisor: Vicki Sfiraski Clinic Supervisor: Stephanie McCormick Clinic Supervisor: Kong Chang BUC_NewTampa@BayCare.org BUC_Trinity@BayCare.org BUC_Walsingham@BayCare.org BUC_WinterHaven@BayCare.org Riverview NE St. Pete 10125 Big Bend Rd. 2331 4th Street North Riverview, FL, 33578 St. Petersburg, FL, 33704 Phone: (813) 605-3200 Phone: (727) 914-8566 Fax: (813) 605-6088 Fax: (727) 533-5991 Clinic Supervisor: Angela Wood Clinic Supervisor: Brittany Stinson BUC_Riverview@BayCare.org BUC_NEStPete@BayCare.org South Tampa St Pete Beach (NOW RE-OPENED!!) 1155 S. Dale Mabry Hwy., Ste. 7 6455 Gulf Blvd Tampa, FL 33629 St. Pete Beach, FL, 33706 Phone: (813) 609-3666 Phone: (727) 220-1133 Fax: (813) 999-8832 Fax: (727) 333-6139 Clinic Supervisor: Elizabeth Lecaros Clinic Supervisor: Brittany Stinson BUC_SouthTampa@BayCare.org BUC_StPeteBeach@BayCare.org Waters Tyrone 6909 W. Waters Ave 1599 66th St. N. Tampa, FL 33634 St. Petersburg, FL 33710 Phone: (813) 609-6835 Phone: (727) 317-3388 Fax: (813) 999-8834 Fax: (727) 333-6107 Clinic Supervisor: Elizabeth Lecaros Clinic Supervisor: Brittany Stinson BUC_Waters@BayCare.org BUC_Tyrone@BayCare.org 48 23-2887324-0723 Occupational Health Skip the Line. BayCare Urgent Care is more convenient than ever with Save Your Spot. You can now reserve your place in line from your mobile device or computer in three easy steps: 1. Go to BayCareOccupationalHealth.org. 2. Choose your location and time. 3. Receive a text when it’s almost your turn. A healthy workforce. A healthy business. BayCare Urgent Care Locations With current locations in Hillsborough and Pinellas counties, we continue to expand in your area. Open extended hours and weekends. Hours vary by location. For more information: BayCareOccupationalHealth.org 49 We offer many important vaccinations and screenings for your employees, including: ■ Audiometry ■ Chest X-ray ■ Cholesterol (lipid panel) ■ Cotinine (nicotine rapid testing) ■ Electrocardiogram (EKG) ■ Ergonomic testing ■ Fitness testing ■ Glucose ■ Hepatitis B titer/series programs ■ Immunizations: Influenza, hepatitis A and B, tetanus ■ Lab work ■ Lumbosacral spine X-ray ■ Postexposure testing ■ Pulmonary function testing ■ Tuberculosis (TB) testing ■ Urinalysis Your Team Is Your Most Important Asset BayCare Urgent Care offers a range of occupational health services to support you in maintaining a healthy, safe workforce while reducing the overall cost of health care for your company and employees. We can provide: ■ Low-cost care, which is covered by most insurance plans and includes monitoring employees as they recover ■ The ultimate in convenience, BayCare Urgent Care has extended hours, even on weekends, and requires no appointment. Plus, we offer online reservations so your employees don’t have to wait. ■ Expert care delivered by a team of doctors and clinicians who specialize in workplace injuries ■ Specialized knowledge on issues important to you: – Return to work – Compliance with government and industry regulations – Reports, including accountability and on-demand information for employers ■ Online employer portal to easily manage employee injuries Keeping Your Workforce Healthy Some of the services we provide include: ■ Workers’ compensation ■ Substance use screenings ■ On-site occupational medical services ■ Care for nonemergency injuries and illnesses sustained at work or home ■ Blood-borne pathogens postexposure treatment ■ Corporate wellness programs ■ Employee assistance program (EAP) ■ Compliance and employee physicals: – Preplacement physical for new hires – DOT physical exam – Fitness for duty – Respiratory/Respirator – Hazmat physicals – Physicals for clearance of communicable disease Florida Drug-Free Workplace Companies that participate in the Florida Drug-Free Workplace program receive a 5 percent discount from their workers’ compensation insurance carrier. We offer assistance for creating and managing a Florida Drug-Free Workplace. 50 REFERENCES Tab 6 51 BayCare Urgent Care takes pride on the importance of the patient experience. Part of BayCare Health Systems, we strive to exceed our customers’ expectations with communication, quality of care and convenience. We have worked very closely with many large companies who would be proud to serve as references of our work. BUC has listed three references who have continued their service with our team and who we provide direct services that are required of this bid. Not only do we need to meet our patient’s needs and expectations but we need to continue that experience to our employers’. We provide this experience by abiding with the following: Customer Service: BUC’s key administrators have a long standing, positive reputation in the community for their customer experience and quality patient care. Our goal has always been to exceed expectations from the moment our patients walk in our door all the way to them being discharged. Hospitality has been a main focus within our organization and we believe that our facilities, staff and experience will help to earn the respect and business of the City of Clearwater. We have continued to listen to our patients needs and accommodate their expectations when it comes to quality of care and we believe that our experience and the adaptability of an ever changing market would align perfectly with this bid. Quality: Your employees will be treated by experienced clinicians and board certified physicians, well-versed in Occupational Health, who are committed to providing quality care and excellent customer service. Assurance: We are familiar with necessary privacy practices, governmental regulations and other compliance requirements. This includes, adhering to state and federal laws and regulations. As part of BayCare Health Systems, the premier community-based health care system in Tampa Bay, we are equipped to handle the volume, provide the required services and represent the City in any legal matters. Control: We appreciate that time is money, and aim to treat your employees as efficiently as possible. Treatment is monitored throughout your employee’s care and we aim to provide seamless service at a competitive rate. To improve efficiency, most physicals will be scheduled to be performed in our dedicated occupational health clinics. Your employees will benefit from consistency of team and ease in scheduling appointments. All evaluations will be performed by one of our Licensed Physicians or Nurse Practitioner under the direction of a Licensed Physician. BUC has the necessary resources to provide an evaluation resulting from the requirements as described in the RFP. Quality/ Customer Support Services 52 References Organization: Pinellas Suncoast Transit Authority (PSTA) • Contact Person: Liz O’Hara • Title: Deputy Director of Human Resources • Phone Number: (727) 540-1856 • Email: LO'Hara@psta.net • Address: 3201 Scherer Drive, St. Petersburg, Florida, 33716 • Date Contract Awarded: 04/2019 – Present • Services provided: Physical Examinations and Substance Testing Organization: City of St. Petersburg • Contact Person: Brandon Vinieratos • Title: Staffing and Screening Supervisor, HR- Employment • Phone Number: (727) 893-7434 • Email: Brandon.Vinieratos@stpete.org • Address: One Fourth Street North, St. Petersburg, FL, 33701 • Date Contract Awarded: 11/2019 – Present • Services provided: Physical Examinations, substance testing, diagnostic testing, and vaccinations Organization: City of Tampa • Contact Person: Greg Mazer • Title: Safety and Loss Prevention Supervisor • Phone Number: (813) 274-5747 • Email: Greg.Mazer@tampagov.net • Address: 306 E. Jackson St, 5th Floor East, Tampa, FL, 33602 • Date Contract Awarded: 06/2019 – Present • Services provided: Substance Testing and MRO services 53 RFP 53-23 Employment Related Health Care Services Exhibit B — Reference Form Company under Review: BayCare Urgent Care RFP No.: 280057 Drug and Alcohol Testing &Physical Reference Name : RFP Title: Pinellas Suncoast Transit Authority(PSTA)Examinations Name/Title: Liz O'Hara , Deputy Director of HR Phone: ( 727) 540-1856 Project: Fax: ( ) Project Manager: Total Project Cost: Other Key Project Personnel: Describe the scope of work of the contract awarded by your company/agency to this firm. Please include year of project completion: Physical Examinations and Substance Testing No. Questions Rating Comments 1.Rate the level of commitment of the firm to your project. Did they devote the time and management staff necessary for 5 successful and timely work? 2.Rate the quality of customer service and Whenever we reach out with any issues the competence and accessibility of the 5 or concerns they are quick to address personnel. them. 3_Rate how well the firm listened and understood the project specific needs 5 of vour organization. 4.Rate how well the firm met the major schedule milestones for the project 5 5.Rate the firm's success at minimizing and controlling potential mistakes 5 6. Rate the overall quality of the work. 5 7_Rate the technical competence of the firm and its consultants 5 8. Rate the integrity and professionalism of the firm 5 9_If you have a similar contract to undertake in the future, would the firm be considered? Yes V No Rating: 1=Poor 2=Fair 3=Average 4=Good 5=Excellent Y, V 08/09/2023 Signature Date 54 55 OTHER FORMS Tab 7 56 EXCEPTIONS/ADDITIONAL MATERIAL/ADDENDA Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): Special Note — Any material exceptions taken to the City's Terms and Conditions may render a Proposal non-responsive. X No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): X No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor's responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name BayCare Urgent Care Date: Employment Related Health Care Services 22 RFP 53-23 57 VENDOR INFORMATION Employment Related Health Care Services RFP 53-23 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address:Website: DUNS # Order from Address (if different from above): Address: City: State: Zip: Fax: E-Mail Address: Fax: 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. BayCare Urgent Care, LLC 711 S. Belcher Rd Clearwater Florida 33764 (727) 642-6602 Patrick.Penrose@baycare.org www.baycareurgentcare.org Patrick.Penrose@baycare.org N/A Timothy.Russell@baycare.org Remit to Address (if different than above): Address: City: State: Zip: Contact for Questions about this proposal: Name: Patrick "PJ" Penrose Phone: (727) 642-6602 Day-to-Day Project Contact (if awarded): Name: Tim Russell Phone: (813) 586-7240 58 VENDOR CERTIFICATION OF PROPOSAL 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. I) 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: BayCare Urgent Care Signature: Printed Name: Patrick"PS' Penrose Title: Director of Operations Date: 08/25/2023 Employment Related Health Care Services RFP 53-23 59 60 61 62 63 64 65 66 67 68 69 70 71 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONFLORIDA DRUGS, DEVICES AND COSMETICSTHE Health Care Clinic Establishment HEREIN HAS REGISTERED UNDER THEPROVISIONS OF CHAPTER 499, FLORIDA STATUTESBAYCARE URGENT CAREDo not alter this document in any form.3351 MCMULLEN BOOTH ROADLICENSE NUMBER: 606656EXPIRATION DATE: AUGUST 31, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.CLEARWATER FL 33761Always verify licenses online at MyFloridaLicense.com72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 City of Clearwater Employer Authorization Please complete and present at the time of service along with photo ID Applicant/Employee Name: ________________________________________ Date of Birth: ______/______/_______ Position: Appointment Date: _______/_______/___________ Appointment Time: _________________________ To the Candidate: Please complete and sign the forms included in the patient packet and bring with you to the appointment. PRE-EMPLOYMENT – Group A PRE-EMPLOYMENT – Group B PRE-EMPLOYMENT – Group CPhysical Examination DOT/CDL Physical Examination Physical ExaminationMedical History Form DOT/CDL Medical History Form Medical History FormVision Test DOT/CDL Vision Test Vision TestAudiogramDOT/CDL Audiogram AudiogramDOT Drug Test Rapid 5 Panel Drug Test PRE-EMPLOYMENT – Group D PRE-EMPLOYMENT – Group E PRE-EMPLOYMENT – GROUP FPhysical Examination Form Medical History Form Rapid Drug Screen ONLYMedical History Form Vision TestVision Test –Distance Audiogram PRE-EMPLOYMENT – GROUP G(As indicated on job requirement form)Back Screen (25lbs)Back Screen (50lbs)Audiogram Rapid 5 Panel Drug TestRapid 5 Panel Drug Test PRE-EMPLOYMENT – GROUP HSpirometry PRE-EMPLOYMENT – GROUP I PRE-EMPLOYMENT – GROUP J PRE-EMPLOYMENT – GROUP KPhysical Examination Respiratory Physical Examination OSHA Medical History QuestionnaireMedical History Form OSHA Medical History Questionnaire (Form Review Only)Vision Test (Far, Gross, Color, Peripheral) Vision Test (Far, Peripheral)Spirometry (PFT) (only if indicated)Audiogram Spirometry (PFT)Chest X-Ray (2 view) – (only if indicated)PCLB FORM (Pinellas County Licensing Board Form) Chest X-Ray (2 view) PRE-EMPLOYMENT – GROUP L (Police Reserve/Auxiliary Physical) Physical Examination Medical History Vision Test (Far, Near, Peripheral - with and without correction, Ishihara Color) Audiogram Spirometry Quantiferon Gold TB Blood TestLift Test (25lbs) EKG 2 view CXR Lab tests (CBC w/Diff, CMP, Lipids, Acute Hepatitis Panel, Hep B Titer, Hep A Titer, Heavy Metal Screen, Quantiferon Gold TB) Tdap (if needed) Treadmill Stress Test Rapid 10 Panel Drug Test Optional Testing: 5 panel Rapid Drug Test Only DOT Drug Test Only Breath Alcohol Test Only Medical History Questionnaire Only Vision Test Only Respiratory Questionnaire Only Audiometry Only Spirometry (PFT) Only Authorization: I certify that the above information is correct. Authorized Representative Signature: __________________________________________ Authorized Representative (print name): _______________________________________ Position/Title: ______________________________________ Date: _____/_____/______ Modified 08/15/2023 In-office Staff use only: Verbal authorization obtained from Employer Representative Performed per instructions listed in Accounts Database. Initials: Date: 177 Extraordinary Team, Extraordinary Care 178 September 12, 2023 NOTICE OF INTENT TO AWARD The Selection Committee and the Procurement Division recommend award of RFP No. 53- 23, Employment Related Health Care Services, to the following firms: - BayCare Urgent Care LLC of Clearwater, FL, for Employment Related Health Care Services (Non-CFR & CPD Employees). - Life Extension Clinics, Inc. dba Life Scan Wellness Centers of Tampa, FL, for Employment Related Health Care Services (CFR & CPD Employees). Contract negotiations will begin with BayCare Urgent Care LLC and Life Scan Wellness Centers, with a recommendation to be taken to Council in the near future. Inquiries regarding this Intent to Award can be directed to Scott Burrows, Procurement Analyst, at 727-444-8528, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Scott Burrows Scott Burrows, MPA Procurement Analyst 1 CONTRACT BETWEEN CITY OF CLEARWATER AND LIFE EXTENSION CLINICS, INC. RFP #53-23 EMPLOYMENT RELATED HEALTH CARE SERVICES THIS CONTRACT, entered into this 7th day of December 2023, by and between the CITY OF CLEARWATER (“City”), a Florida municipal corporation, P.O. Box 4748, Clearwater, Florida 33758 and Life Extension Clinics, Inc., (“Life Scan” or “Vendor”), a Florida corporation, 1011 North MacDill Avenue, Tampa, FL 33629, collectively as “Parties”. WHEREAS, the City seeks a variety of health care services from Vendor to include employee physicals (pre-employment and fit-for-duty), drug and alcohol testing (reasonable suspicion, random and DOT), and occupational Fire and Police physicals. WHEREAS, the City selected Vendor based on Request for Proposal (“RFP”) #53- 23 and responses by Vendor to RFP #53-23, which are incorporated by reference. WHEREAS, Vendor agrees to provide the services as outlined in RFP #53-23 NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the Parties agree that the above terms, recitals, and representations are true and accurate and are incorporated herein by reference, and the Parties further agree as follows: 1. SCOPE OF PROJECT AND PRICING. Life Scan agrees to provide Employee Related Health Services under the terms and conditions set forth in RFP #53-23 and responses by Vendor dated August 31, 2023. The Scope of the Project and Pricing are set forth in Exhibit A. 2 2. TIME OF PERFORMANCE. The initial Contract Term shall commence on January 1, 2024 and end on December 31, 2024. The Contract may be renewed for three (3) additional one (1) year periods under the same terms and conditions as set forth herein, upon mutual written consent by the Parties. 3. COMPENSATION. The City will pay Vendor in an amount not to exceed $325,000.00, as more fully described in attached Exhibit A, inclusive of all reasonable and necessary direct expenses, if applicable. The City may, from time to time, require changes in the scope of the project. Such changes, including any increase or decrease in the amount of Vendor’s compensation, and any other changes in the terms of this Contract which are mutually agreed upon by and between City and Vendor shall be effective when incorporated in written amendment to this Contract, upon mutual agreement. 4. METHOD OF PAYMENT AND ANNUAL APPROPRIATIONS. Vendor’s fees will be invoiced monthly and submitted to the City for approval for payment in accordance with the Florida Local Government Prompt Payment Act, Section 218.70, Florida Statutes. The City’s performance and obligation to pay under this Contract is contingent upon an annual appropriation of the City’s budget. 5. NOTICES AND CHANGES OF ADDRESS. Any notice required or permitted to be given by the provisions of this Contract shall be conclusively deemed to have been received by a party hereto on the date it is hand delivered to such party at the address indicated below (or at such other address as such 3 party shall specify to the other party in writing), or if sent by registered or certified mail (postage prepaid) on the fifth (5th) business day after the day on which such notice is mailed and properly addressed. Life Extension Clinics, Inc. City of Clearwater Patricia Johnson Tiffany Makras CEO Human Resources Director 1011 N. MacDill Avenue P.O. Box 4748 Tampa, FL 33629 Clearwater, Florida 33758 813.601.0285 727.444.8648 6. RFP #53-23, STANDARD TERMS AND CONDITIONS. All terms and conditions as set forth in RFP #53-23, Standard Terms and Conditions are incorporated by reference and attached hereto as Exhibit B. 7. INSURANCE REQUIREMENTS. Insurance Requirements are set forth in RFP #53-23, Detailed Specifications, Section 7, which is incorporated by reference. 8. PROPRIETARY MATERIALS. Upon termination of this Contract, Vendor shall transfer, assign and make available to City or its representatives all property and materials in Vendor’s possession belonging to or paid for by the City. 9. INTERESTS OF PARTIES. Vendor covenants that its officers, employees and shareholders have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner 4 or degree with the performance and/or provision of services required under the terms and conditions of this Contract. 10. CONFORMANCE WITH LAWS. Vendor agrees to comply with all applicable federal, state and local laws during the life of this Contract. Vendor shall be responsible for obtaining and maintaining any licenses, permits, documents, or other permissions necessary for Vendor’s operation. 11. GOVERNING LAW AND VENUE. The laws of the State of Florida shall govern this Contract, and any action brought by either party shall lie in Pinellas County, Florida. [Remainder of Page Left Blank Intentionally] 5 IN WITNESS WHEREOF, the Parties have caused this Contract to be signed in its corporate/legal name by its authorized representatives or persons authorized to execute this Contract on the date and year first above written. LIFE EXTENSION CLINICS, INC. Attest: _______________________ By: ________________________ Print Name: _____________ Print Name: ___________________ Secretary Title: ________________________ CITY OF CLEARWATER, FLORIDA _______________________ ________________________ Brian Aungst Sr. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: _______________________ ____________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk Exhibit B STANDARD TERMS AND CONDITIONS S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: "vendor,contractor, consultant, supplier, proposer, company, persons", "purchase order, PO, contract, agreement", City, Clearwater", "bid, proposal, response, quote". S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor's employees, not City employees. Accordingly, Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. SA 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 Employment Related Health Care Services 8 RFP 53-23 STANDARD TERMS AND CONDITIONS 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 2746 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. Employment Related Health Care Services 9 RFP 53-23 STANDARD TERMS AND CONDITIONS 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 Employment Related Health Care Services 10 RFP 53-23 STANDARD TERMS AND CONDITIONS 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 Employment Related Health Care Services 11 RFP 53-23 STANDARD TERMS AND CONDITIONS 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. Employment Related Health Care Services 12 RFP 53-23 STANDARD TERMS AND CONDITIONS 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 orjudgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued,will be free of defects in materials and workmanship,will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement 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. Employment Related Health Care Services 13 RFP 53-23 STANDARD TERMS AND CONDITIONS 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 forthe 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. Employment Related Health Care Services 14 RFP 53-23 STANDARD TERMS AND CONDITIONS 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. Employment Related Health Care Services 15 RFP 53-23 1 CONTRACT BETWEEN CITY OF CLEARWATER AND BAYCARE URGENT CARE, LLC RFP #53-23 EMPLOYMENT RELATED HEALTH CARE SERVICES THIS CONTRACT, entered into this 7th day of December 2023, by and between the CITY OF CLEARWATER (“City”), a Florida municipal corporation, P.O. Box 4748, Clearwater, Florida 33758 and BayCare Urgent Care, LLC (“BayCare” or “Vendor”), a Florida corporation, 711 South Belcher Road, Clearwater, FL 33764, collectively as “Parties”. WHEREAS, the City seeks a variety of health care services from Vendor to include employee physicals (pre-employment and fit-for-duty), drug and alcohol testing (reasonable suspicion, random and DOT), and occupational Fire and Police physicals. WHEREAS, the City selected Vendor based on Request for Proposal (“RFP”) #53- 23 and responses by Vendor to RFP #53-23, which are incorporated by reference. WHEREAS, Vendor agrees to provide the services as outlined in RFP #53-23 NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the Parties agree that the above terms, recitals, and representations are true and accurate and are incorporated herein by reference, and the Parties further agree as follows: 1. SCOPE OF PROJECT AND PRICING. BayCare agrees to provide Employee Related Health Services under the terms and conditions set forth in RFP #53-23 and responses by Vendor dated August 31, 2023. The Scope of the Project and Pricing are set forth in Exhibit A. 2 2. TIME OF PERFORMANCE. The initial Contract Term shall commence on January 1, 2024 and end on December 31, 2024. The Contract may be renewed for three (3) additional one (1) year periods under the same terms and conditions as set forth herein, upon mutual written consent by the Parties. 3. COMPENSATION. The City will pay Vendor in an amount not to exceed $140,000.00, as more fully described in attached Exhibit A, inclusive of all reasonable and necessary direct expenses, if applicable. The City may, from time to time, require changes in the scope of the project. Such changes, including any increase or decrease in the amount of Vendor’s compensation, and any other changes in the terms of this Contract which are mutually agreed upon by and between City and Vendor shall be effective when incorporated in written amendment to this Contract, upon mutual agreement. 4. METHOD OF PAYMENT AND ANNUAL APPROPRIATIONS. Vendor’s fees will be invoiced monthly and submitted to the City for approval for payment in accordance with the Florida Local Government Prompt Payment Act, Section 218.70, Florida Statutes. The City’s performance and obligation to pay under this Contract is contingent upon an annual appropriation of the City’s budget. 5. NOTICES AND CHANGES OF ADDRESS. Any notice required or permitted to be given by the provisions of this Contract shall be conclusively deemed to have been received by a party hereto on the date it is hand delivered to such party at the address indicated below (or at such other address as such 3 party shall specify to the other party in writing), or if sent by registered or certified mail (postage prepaid) on the fifth (5th) business day after the day on which such notice is mailed and properly addressed. BayCare Urgent Care, LLC City of Clearwater Nathan Keith Waldrep, MD Tiffany Makras Asst. CMO Ambulatory Services Human Resources Director 711 S. Belcher Road P.O. Box 4748 Clearwater, FL 33764 Clearwater, FL 33758 727.642.3293 727.444.8648 6. RFP #53-23, STANDARD TERMS AND CONDITIONS. All terms and conditions as set forth in RFP #53-23, Standard Terms and Conditions are incorporated by reference and attached hereto as Exhibit B. 7. INSURANCE REQUIREMENTS. Insurance Requirements are set forth in RFP #53-23, Detailed Specifications, Section 7, which is incorporated by reference. 8. PROPRIETARY MATERIALS. Upon termination of this Contract, Vendor shall transfer, assign and make available to City or its representatives all property and materials in Vendor’s possession belonging to or paid for by the City. 9. INTERESTS OF PARTIES. Vendor covenants that its officers, employees and shareholders have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner 4 or degree with the performance and/or provision of services required under the terms and conditions of this Contract. 10. CONFORMANCE WITH LAWS. Vendor agrees to comply with all applicable federal, state and local laws during the life of this Contract. Vendor shall be responsible for obtaining and maintaining any licenses, permits, documents, or other permissions necessary for Vendor’s operation. 11. GOVERNING LAW AND VENUE. The laws of the State of Florida shall govern this Contract, and any action brought by either party shall lie in Pinellas County, Florida. [Remainder of Page Left Blank Intentionally] 5 IN WITNESS WHEREOF, the Parties have caused this Contract to be signed in its corporate/legal name by its authorized representatives or persons authorized to execute this Contract on the date and year first above written. BAYCARE URGENT CARE LLC _______________________ Print Name: Title: CITY OF CLEARWATER, FLORIDA _______________________ ________________________ Brian Aungst Sr. Jennifer Poirrier Mayor City Manager Approved as to form: Attest: _______________________ ____________________________ Owen Kohler Rosemarie Call Lead Assistant City Attorney City Clerk T SCOPE OF SERVICES AVAILABLE AND COST OF SERVICES Tab 3 Tab 3 26 Scope of Services Available BUC offers a range of occupational health services to support the City of Clearwater in maintaining a healthy, safe workforce while reducing the overall cost of health care for your company and your employees. Whether it’s substance abuse testing, treatment of workplace injuries, fitness for duty evaluation or vaccinations for your entire staff, we are here for you. Our conveniently located centers provide high-quality medical care and our BayCare Urgent Care team members and medical licensed specialists are ready to perform the needs of this RFP for the City of Clearwater. Our plan is designed specifically to address the proposal with services we provide by meeting your needs. If selected, BUC will review the account profile for the City of Clearwater that is currently in our company wide database with City representatives. This Accounts Database contains the details for the services to be performed, ensuring consistency across our organization and timely communication. A detailed description of how BUC will perform each of the general and specific tasks of generic scope of services is outlined below. Further details of services included within individual physicals are noted in the cost of services and customized authorization form included in the Other Forms section of bid. 27 Pre-Employment Physicals: All physical examinations will be conducted by a board-certified healthcare provider licensed in the State of Florida. The patient will complete a brief questionnaire relating to their medical history that is based on minimal physical requirements associated with the job description (not limited to height, weight, blood pressure, heart rate). For audiometry testing, the patient will complete a questionnaire relating to their hearing. Each ear will be tested with an audiometer to identify the minimum dB response level at 7 different frequencies. A spirometer will be used to measure the pulmonary function of the employee (lifeguards over the age of 18). After screening history to determine it is safe to proceed, a closed box with a predetermined amount of weight will be used to test patient’s lifting abilities and perform back screen, if requested. Patients must demonstrate the ability to lift the box from floor to counter while using proper body mechanics. Both history and physical exams will be used to screen for arm/shoulder function. The physical exam will include strength and range of motion in all planes. These tests will be performed by a certified medical assistant. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. Pre-Employment Drug Testing: BUC serves as the collector for all substance testing services and has chosen to partner with Alere Laboratories as our substance testing laboratory. With over 30 years of experience and multiple laboratory facilities dedicated to toxicology worldwide, Alere Toxicology offers state- of-the-art technology, automated computer systems, and a skilled laboratory staff to ensure accurate analysis. Alere laboratories are CLIA accredited, DEA registered, SAMHSA certified, US HHS approved, and Florida licensed. For the urine for drugs of abuse test, the test will be administered following detailed specifications. This test will be performed for both full panel and DOT drug screening. Drugs tested for on a 5-panel are amphetamines, cocaine, marijuana, opiates, and phencyclidine (PCP). BUC can utilize a rapid 5-panel test for all NON-DOT collections to expedite the reporting of negative results. DOT Drug screens will be collected and documented on the Federal Chain of Custody Form and specimens will be sent to the lab for confirmation testing. Tests will be performed by a certified drug screen collector and available to be completed at all locations. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. All non-negative results will be sent to the lab for confirmation testing and MRO review. 28 Reasonable Suspicion Drug and Alcohol Testing: Similar to pre-employment drug testing standards noted above, BUC is committed to perform screenings for both DOT/PHMSA and non-DOT/PHMSA employees. BUC understands that these may occur at various times of the day, including nights and weekends, to include post-accident and random drug or alcohol testing. Options for a full panel, and DOT are all available to the City. Tests will be performed by a certified drug screen collector and available to be completed at all locations. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. Random DOT/PHMSA – Safety Sensitive Drug and Alcohol Testing: BayCare Urgent Care is proud to partner with Alere Toxicology to perform Department of Transportation (DOT)/PHMSA drug and alcohol testing. Alere electronically process drug tests for DOT-regulated employees. All DOT Drug screens will be collected and documented on the Federal Chain of Custody Form and specimens will be sent to the lab for confirmation testing. “Combined with online test management platforms, the use of an electronic chain of custody form drives protocol consistency, helps reduce costs, and modernizes administrative functions at the point of collection.” (aleretoxicology.com) Within our drug screening portal, MyeScreen, the City will be able to customize their own random generator at the frequency desired by the client. Tests will be performed by a certified drug screen collector and available to be completed at all locations. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. Alcohol Testing: BayCare’s breath alcohol machine maintenance and calibration meets the manufacturer recommendations. This includes accuracy checking and biannual manufacturer recertification and inspection. All BayCare drug and alcohol technicians are trained and certified consistent with the Department of Transportation standards. Tests will be performed by a certified drug screen collector and available to be completed at all locations. The results of the exams will be provided to the Designated Employer Representative (DER) by preferred method of delivery. 29 Fire and Police Pre-Employment and Annual Physical and Fitness Evaluations BayCare Urgent Care does not currently provide ultrasound imaging assessments for their Pre-Employment and Annual Fire and Police Physicals. We can; however, provide a comprehensive physical, fitness evaluation, and extensive lab blood profiles. Currently, BayCare provides a Group L Police Reserve/Auxiliary physical and agrees to continue providing, if awarded this bid. Pricing for this physical is included in the cost of services section of bid. 30 HEARINGS, ARBITRUATIONS, AND APPEALS BayCare Urgent Care is willing to participate in hearings, arbitrations, or appeals associated with employees(s) test/results. AVAILBILITY OF TESTING: It is our preference that the selected provider(s) would be available and willing to participate in random DOT/PHMSA testing as early as 7:00 a.m. due to business needs. BayCare Urgent Care has a location that has hours of operation beginning at 7:30am and can help to accommodate early morning testing. ADDITIONAL INFORMATION: BayCare Urgent Care has a full range of occupational healthcare services that we can provide to the City of Clearwater in addition to the above noted services. These can include titers/vaccinations, diagnostic testing, and laboratory testing. BayCare also offers health and wellness services for the evaluation of health, wellness, and fitness concerns. Health coaches are available for special consultations or interventions for specific disease management and health improvement initiatives. Copy of Pinellas County location licenses and collector certificates are included in “other forms” section of submittal. 31 *Pricing Detailed on the following page Cost of Services 32 RFP 53-23: Employment Related HealthCare Services Exhibit A - BayCare and LifeScan Current Testing Costs Description BUC 2023 Pricing Group A; includes the following: $ 110.00 Physical Examination Medical History Form Vision Test Audiogram Group B; includes the following: $ 160.00 Physical Examination Medical History Form Vision Test Audiogram DOT Drug test - 5 panel Group C; includes the following: $ 160.00 Physical Examination Medical History Form Vision Test Audiogram Rapid 5 Panel Drug Test Group D; includes the following: $ 160.00 Physical Examination Medical History Form Vision Test - Distance (as indicated on job requirement profile) Audiogram Rapid 5 Panel Drug Test 33 Group E; includes the following: $ 160.00 Medical History Form Vision Test Audiogram Back Screen (25 lb test) Rapid 5 Panel Drug Test Group F; includes the following: $ 50.00 Rapid 5 Panel Drug Test Group G; includes the following: $ 35.00 Back Screen Only (50 lbs) Group H; includes the following: $ 50.00 Spirometry - Physical Group I; includes the following: $ 115.00 Physical Examination Medical History Form Vision Test (Far, Gross, Color, Peripheral) PCLB Form (Pinellas County Licensing Board - we provide) 5 Panel Drug Test (Pre-employment) $ 50.00 Rapid 5 Panel Drug Test (Pre-employment) $ 50.00 5 Panel DOT Drug Test (Pre-employment) $ 50.00 Reasonable: 5 Panel Instant Test $ 50.00 5 Panel laboratory-based $ 50.00 OPTIONAL TESTING Respiratory Physical - OSHA - Initial Test (Group J) $ 110.00 Respiratory Physical - OSHA - Annual Test (Group K) $ 40.00 Audiogram Testing $ 35.00 Pulmonary Function Testing $ 50.00 Vision Only Testing $ 30.00 Physical - OSHA - Respirator Medical History Review $ 40.00 Testing - OSHA - Respirator Fit $ 35.00 34 Substance UDS Rapid 5 Panel Test $ 50.00 Substance Alcohol Breath Test $ 35.00, additional $35.00 for confirmation testing Substance UDS Lab - DOT $ 50.00 Out of Area Service Administration $ 75.00 NO CALL/NO SHOW FOR RANDOM DRUG SCREENING $ 0.00 Oral Fluid Drug Test $ 50.00 *Pricing may change once lab confirms availability of testing 35 Police and Fire Physical Examination – Cost Services Police and Fire Physical Examination Annual and Pre-Employment; Includes the following Physical Exam (NFPA 1582) No bid Vision (Titmus) No bid Hearing Exam No bid Skin cancer assessment No bid Personal consultation with review of testing results No bid Cardio Pulmonary Assessment No bid Resting EKG No bid Treadmill Stress Test with EKG No bid Pulmonary Function Test No bid Ultrasound Imaging Studies No bid Echocardiogram (Heart Ultrasound) No bid Aorta and Aortic Valves Ultrasound No bid Carotid Arteries Ultrasound No bid Thyroid Ultrasound No bid Liver, Pancreas, Gall Bladder, Spleen, & Kidney Ultrasounds No bid Bladder Ultrasound No bid Pelvic Ultrasound for Women (external, ovaries and uterus) No bid Testicular Ultrasound for men No bid Prostate Ultrasound for men No bid Blood and Laboratory Test No bid Hemoccult test No bid Urinalysis No bid Lipid panel No bid Diabetes test (hemoglobin A1C and Glucose) No bid Complete Blood Count No bid Comprehensive Metabolic Panel No bid TSH Thyroid No bid PSA (men) No bid CA-125 (women) No bid 36 Testosterone (men) No bid Fitness Evaluation (NFPA 1583/WFI Guidelines) No bid VO2 Max Calculation No bid Muscular Endurance Testing No bid Muscular Strength Testing No bid Body Fat Test No bid Flexibility Test No bid Nutrition and Diet Recommendations No bid Personal Fitness Recommendations No bid Medical Clearances No bid OSHA Respirator Medical Clearance No bid Medical Clearances No bid Line Item Additional Tests Available As Needed for Police/Fire Annual and Pre- Employment QuantiFeron Gold TB Blood Test No bid Chest X-Ray with Radiologist review No bid Lumbar X-Ray with Radiologist review No bid Hepatitis A Test No bid Hepatitis B Test No bid Hepatitis B Titer No bid Hepatitis C Test No bid PPD TB Skin Test No bid HIV Gen 4 No bid Drug Test (not-DOT, Dip Test) No bid ABO Blood Type No bid OSHA Respirator Mask Fit Test (Portacount) No bid Cholinestrese and Heavy Metals (Hazmat) No bid Tetanus/DP (Based on Current Market cost) No bid Nicotine/Cotinine Screening No bid Hepatitis Vaccines each shot (A=2 shot series, B=3 shot series) (Based on current market costs) No bid No bid Location Options: No bid On-site (location provided by the Fire/Police Department) No bid Pinellas County Wellness Center No bid Tampa Wellness Center No bid Fire Drug Testing - 10 Panel; includes the following: No bid 37 Amphetamine Cocaine THC (marijuana) Meth Amphetamine Opioids PCP Benzos Barbiturates MTD - Methadone MDMA - Molly, Ecstasy Police Drug Testing - 7 Panel; includes the following: No bid Opioids MDMA - Molly, Ecstasy Cocaine Amphetamine Meth Amphetamine THC (marijuana) PCP 38 Additional A La Carte Services – Pricing Matrix Additional Services on Account Profile: PPD TB Test $ 30.00 Vision Testing $ 30.00 Vaccine - Tdap $ 90.00 Vaccine - Td $ 50.00 Vaccine - Hep A $ 105.00 Titer - Hep A $ 60.00 Vaccine - Hep B $ 90.00 Titer - Hep B $ 60.00 Vaccine - Varicella $ 370.00 Chest x-ray (1 view) $ 50.00 Group L: Police Reserve/Auxiliary Physical $ 1,020.00 Physical Examination Medical History Form Vision Test (far, near, peripheral - with and without correction, Ishihara color) Audiogram Spirometry QuantiFERON Gold TB blood test Lift Test (25 lbs) EKG Chest x-ray (2 view) Lab Tests (CBC w/Diff, CMP, Lipids, Acute Hepatitis Panel, Hep B Titer, Hep A Titer, Heavy Metal Screen) Treadmill Stress Test Rapid 10 panel drug test Only if requested: Vaccine - Tdap $ 90.00 39 STANDARD TERMS AND CONDITIONS Employment Related Health Care Services 8 RFP 53-23 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 Employment Related Health Care Services 9 RFP 53-23 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 Employment Related Health Care Services 10 RFP 53-23 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 Employment Related Health Care Services 11 RFP 53-23 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 Employment Related Health Care Services 12 RFP 53-23 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 Employment Related Health Care Services 13 RFP 53-23 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. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY.Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK.Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement 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 Employment Related Health Care Services 14 RFP 53-23 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 Employment Related Health Care Services 15 RFP 53-23 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. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1508 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Human Resources Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Approve the Evergreen implementation strategy regarding the Classification and Compensation Study and approve the appropriation of funding in the Fiscal Year 23/24 Budget. Presentation of the Evergreen Solutions Classification and Compensation Study by Karl Fuchs of Evergreen. (consent) SUMMARY: Staff is requesting Council to approve the Evergreen implementation strategy regarding the Classification and Compensation Study and approve the appropriation of funding in the Fiscal Year 23/24 Budget as listed. The Study recommends the following for CWA and SAMP employees: ·Midpoint base compensation for CWA and SAMP employees will now be in the 75th percentile of the market, which is comprised of newly established comparators. Currently in the 50th percentile. ·Years in current position and years with the City (30%) will be counted toward salary adjustments. ·Salary adjustments will be capped at $20,000. ·All CWA and SAMP employees will receive at least a 1.5% increase, whether through GWI, increase to minimum, compression adjustment, or combination thereof, up to the maximum of their pay range. ·Eliminate certification pay for job titles where the certification is required for the job. ·Each employee’s updated base compensation will be equal to or greater than the total of their current base and affected certification pay. Estimated total first year costs and financial impact for fiscal year 2023/24 (implementation estimated January 1) are listed by operating fund below. Fund Annual FY 23/24 General Fund 3,325,460 2,494,095 Special Prgm Fund 21,530 16,148 Stormwater Fund 221,790 166,343 W&S Fund 1,198,240 898,680 Gas Fund 383,110 287,333 SW & Recycling Fund 249,650 187,238 Marina Fund 67,920 50,940 Harbor Marina Fund 12,630 9,473 Parking Fund 119,630 89,723 Admin Svc Fund 422,390 316,793 General Svc Fund 153,720 115,290 Garage Fund 88,570 66,428 Central Ins Fund 31,940 23,955 Total:$6,296,580 $4,722,436 APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1508 A first quarter budget amendment will increase personnel costs of each fund as listed above (FY23/24 totals) to fund salary adjustments as outlined. An allocation of each fund’s reserves will be recognized to fund this increase. USE OF RESERVE FUNDS: Funding for these adjustments will be provided by a first quarter budget amendment allocating General Fund reserves in the amount of $2,494,095. Inclusive of this item if approved, a net total of $2,744,095 of General Fund reserves has been used to date to fund expenditures in the 2023/24 operating budget. The remaining balance in General Fund reserves after the 8.5% reserve is approximately $40.2 million, or 20.2% of the current General Fund operating budget. STRATEGIC PRIORITY: Superior Public Service. Promote a Diverse and Talented Workforce through Competitive Opportunity, Employee Wellness, and Rewarding Career Growth. 5.1 Attract and retain top-quality personnel through the maintenance of a competitive compensation program. Page 2 City of Clearwater Printed on 11/28/2023 Presented by: Karl Fuchs, JM City of Clearwater, FL Compensation and Classification Study Presentation of Results 21 November 2023 1 Overview •Study Goals •Project Phases •Employee Meetings •Current System Findings •Market Results •Recommendations •City’s Adoption of Recommendations & Results 2 Study Goals •Review current compensation system to ensure internal equity. •Survey peer organizations to ensure external equity. •Recommend to the City a compensation and classification system that is equitable, both internally and externally, strengthens recruitment initiatives, and promotes employee retention and ascension. 3 Project Phases Phase 1: Outreach Project Kickoff & Introduction Collect Appropriate Client Data Phase 2: Internal Analysis Data Review Assessment of Current Conditions Phase 3: External Analysis Comp and Benefits Survey Market Positioning Phase 4: Solution Implementation Options Reporting 4 Employee Input In May of 2023, as a key component of the assessment of current conditions, employees were invited to provide input through questionnaires and meetings. The questionnaire, or Job Assessment Tool (JAT), allowed Evergreen and the city to gain insight into the duties, requirements, and working conditions of all positions. At least 897 employees completed the JAT online during a two-week period in May 2023. Supervisors were given an additional two weeks to review and comment on their employees’ submissions. More than 85% of job titles were represented by at least one JAT response. Focus groups, held in May 2023, were organized by department and intended to gather information on why employees chose Clearwater, why they continue to remain here, what is going well, and where they see room for improvement. More than 300 employees attended, sharing their unique perspective. 5 Employee Meetings Comments - Positive •Culture – Most employees described the quality of people they work with as a major reason they have stayed with the organization. •Environment – Many employees expressed that working in the city where they live and grew up is a significant benefit. Nearly all employees feel proud to have a positive effect on the esthetics and services in a beautiful place to work. •Schedule – Employees expressed their satisfaction with the flexibility in their schedule and work / life balance. •Benefits – Nearly all employee groups shared positive aspects of the employee benefits package. Specifically, health insurance costs, employee health clinic, pension, and holidays and time off accrual were all highly praised in multiple group sessions. 6 Employee Meetings Comments - Concerns •Progression – Employees perceive that there is not room to grow in roles or that promotions opportunities have an inverse effect on salary under current compensation methodology. Employees would like to accrue credit for organizational tenure in addition to classification tenure. Many agreed that they feel this would remedy shortages in management positions. •Salary – Employees perceive that they are earning less than comparative or competitive organizations in the labor market. Some mentioned a correlation to pride in the organization and recruitment and retention challenges. •Classification – Employees desire more well-defined responsibilities for their positions and classifications. Impressions of inequity within classifications exists between departments. 7 Current System Findings •Strength: Pay grades are well defined and include all classifications and schedules. Pay grades progress adequately and possess appropriate range spreads. •Weakness: Only accounts for tenure in current classification. Pay plan has not maintained market responsiveness. 8 Market Targets •Surveyed 21 peers including 14 cities, 6 counties and 1 water district; 18 responded with salary data and 15 with benefits data. •All responses are adjusted for cost-of-living differentials. •150 classifications were benchmarked and compared directly to the market. Those classifications averaged 8 responses. Market Peers Cost of Living Index COL Factor City of Clearwater 112.9 City of Coral Springs 109.2 1.033 City of Dunedin 112.9 1.000 City of Gainesville 101.3 1.114 City of Hollywood 109.2 1.033 City of Lakeland 95.0 1.188 City of Largo 112.9 1.000 City of Orlando 105.9 1.065 City of Pinellas Park 112.9 1.000 City of Safety Harbor 112.9 1.000 City of Sarasota 109.8 1.028 City of St. Petersburg 112.9 1.000 City of Tampa 105.0 1.075 City of West Palm Beach 115.4 0.978 City of Sunrise 109.2 1.033 Hillsborough County 105.0 1.075 Orange County 105.9 1.065 Pasco County 98.5 1.146 Pinellas County 112.9 1.000 Sarasota County 109.8 1.028 Indian River County 110.7 1.020 Southwest Florida Water Management District - 9 Benefits Summary •The city’s benefits offerings are similar to the market respondents. Specific benefits included in survey: •Health Insurance •Dental Insurance •Vision Insurance •STD / LTD •Life Insurance •EAP •Tuition Reimbursement •Retirement •Employee Leave / Holidays / Compensatory Time •Employee Health Clinic is a unique and valuable benefit. 10 75th Percentile of Market Salary Analysis: General Employees •A negative differential indicates the city is behind the specified market position on average. This is analysis of the pay plan and grade ranges and does not represent individual employee salary differentials. •The response average range spread is 48.7% where the city average is 55.4%. •Market position enables the city to effectively recruit and retain employees, who provide quality services to residents. It sets the bar as a leader in the area commensurate with the city’s size and offerings to residents and visitors. Unadjusted Results (no cost-of-living adjustment) Adjusted Results (cost-of-living adjusted) Minimum Midpoint Maximum Minimum Midpoint Maximum -11%-9%-8%-17%-14%-13% 11 •Pay compression can be defined as the lack of variation in salaries between employees with significantly different levels of experience and/or responsibility. Range Compression – employees in the same job, but with different levels of experience not possessing sufficient pay variation. Rank Compression – employees in a supervisor-supervisee relationship not possessing sufficient pay variation. Compression Analysis 12 Key Recommendations 1.Adopt an adjusted pay plan with market competitive ranges. The newly recommended pay plan has consistent range spreads and progression between the grades. 2.Reassign pay grades to positions based on internal equity and the market results. Some positions will see larger adjustments than others due to these equity factors. 3.Place employees within their newly recommended pay grades. Select an implementation methodology that aligns with the compensation philosophy and financial means of the city. 13 Classification Grade Placement Comparison •These differentials are the average across all General Employee classifications when comparing current to recommended pay grades. •This is analysis of the pay plans and grade ranges and does not represent individual employee salary differentials or recommended adjustments. •The recommended range spreads (60%) are slightly broader than the current plan (55.4%) which is responsible for the increasing differential through grade maximum. Average Classification Adjustment Minimum Midpoint Maximum +17.2%+18.7%+19.9% 14 Implementation Options and Costs General Employees •Bring to Minimum – Realigns employees to at least the minimum of their recommended pay grades and makes no further adjustment. •With our market placement, 654 employees would need to be adjusted to reach the minimum for their position, at a total cost of $2.2 million. •Class & Tenure Parity – Realigns employees in their recommended pay grade based on their length serving in either their current classification or with the city in any classification. Employees below their recommended salary receive an adjustment. •Under the class parity approach, 1,001 employees would need to be adjusted, at a cost of $4.3 million. •Under the tenure parity approach, 1,230 employees would need to be adjusted, at a cost of $9.5 million. •Hybrid Parity – Realigns employees in their recommended pay grade based on a hybrid of their length serving in both their current classification and additional tenure with the city. Employees below their hybrid salary receive an adjustment. • Under the class parity approach, 1,119 employees would need to be adjusted, at a cost of $5.9 million. 15 Implementation Options and Costs General Employees w/1.5% GWI A 1.5% general wage increase is recommended to ensure general employees maintain external equity through the new calendar year. This means that all permanent employees will receive at least a 1.5% pay increase, up to the maximum of their new pay grade. Under the hybrid approach, and providing a 1.5% general wage increase, all general employees would be impacted, and the total cost would be $6.3 million. Within this total, the cost of the general wage increase is approximately $300,000.This cost is reduced to approximately $6.1 million through the elimination of certain certification pays, which are budgeted at $215,000 annually. The implementation of the pay plan, job classification, and employee salary changes is expected to take effect in the pay period which includes January 1, 2024. Note that although data was collected for all positions, the recommendations and costs do not include FOP or IAFF employee groups. Any changes for represented groups, including CWA, must be bargained. 16 City’s Adoption of Recommendations Market Placement The city’s former strategy was to align with the 50th percentile of the identified market, roughly meaning that on average, half of our target comparators paid more, and half paid less. As stated, the city fell behind that placement and has opted to move to a more favorable market position, now aiming for the 75th percentile. Why? A higher market position and updated pay plan directly support strategic objective 5.1, through the maintenance of a competitive compensation program. We expect to increase the quantity and quality of job applicants, reduce our vacancy rate, better equip the city to meet all strategic objectives, and provide more competitive salaries to incumbent employees as their compression adjustments are applied to higher ranges. 17 City’s Adoption of Recommendations Pay Plan The city will continue with a pay plan comprised of grades spaced 5% apart and 60% wide. The revised pay plan will reflect the 75th percentile market placement and standardize the spacing and width across all grades. Why? This structure follows the recommendations from Evergreen, maintains market responsiveness, is well-defined, and possesses appropriate spread for employee movement through ranges. 18 City’s Adoption of Recommendations Compression Adjustments When calculating compression adjustments, the city opted for the hybrid approach, meaning that both time in position and total tenure are valued when aligning employees within new pay ranges. The calculation is based on a 25-year parity basis, meaning that an employee with 25 years in their current role would be placed at the maximum of their pay range. Time spent outside of their current position will be valued at 30% of the time in the current position. Why? Hybrid Parity implementation places value on institutional knowledge and experience, enables more effective promotions, and can grow into a more targeted compensation methodology in the future. This, coupled with the benefits of market positioning, provides the most benefit to the greatest percentage of employees. 19 City’s Adoption of Recommendations Compression Limitations Employees receiving compression adjustments may be moved up to 100% through their new pay grade. Employees will not be capped in movement by percentage, but they will be limited to $20,000 annual salary adjustment, based on a 2080-hr schedule. Why? Allowing employees to move fully through ranges reduces compression. Limiting the increases by dollar amount rather than percentage ensures that employees who earn lower salaries are eligible for larger adjustment as a proportion of income. Instituting a cap on each adjustment helps to ensure that money spent on implementation is spread more evenly across the organization. 20 Job Classification Results Based on the 75th percentile market placement, out of 150 benchmark titles: •126 were more than 5% behind market •20 were within 5% of market/at market •4 were more than 5% ahead of market Job Classification Titles •Titles Merged: 9 •Titles Changed: 7 •Titles Vacant/Deleted: 3 •Titles Added: 18 Most of the new titles are intended to allow for additional growth in established job paths or represent levels for titles previously receiving various pay amounts based on license/certification. 21 Thank you Karl Fuchs, JM, Senior Consultant Evergreen Solutions, LLC 2528 Barrington Circle, Suite 201 Tallahassee, Florida 32308 850.383.3837 cell 850.383.0111 office 850.383.1511 fax karl@consultevergreen.com www.ConsultEvergreen.com CWA & SAMP Pay Range Tables 2080 Annual Hours 1950 Annual Hours Grade Minimum Maximum Grade Minimum Maximum 8001 $36,300.00 $58,080.00 7501 $34,031.25 $54,450.00 8002 $38,115.00 $60,984.00 7502 $35,732.81 $57,172.50 8003 $40,020.75 $64,033.20 7503 $37,519.45 $60,031.13 8004 $42,021.79 $67,234.86 7504 $39,395.43 $63,032.68 8005 $44,122.88 $70,596.60 7505 $41,365.20 $66,184.32 8006 $46,329.02 $74,126.43 7506 $43,433.46 $69,493.53 8007 $48,645.47 $77,832.75 7507 $45,605.13 $72,968.21 8008 $51,077.75 $81,724.39 7508 $47,885.39 $76,616.62 8009 $53,631.63 $85,810.61 7509 $50,279.66 $80,447.45 8010 $56,313.21 $90,101.14 7510 $52,793.64 $84,469.82 8011 $59,128.87 $94,606.20 7511 $55,433.32 $88,693.31 8012 $62,085.32 $99,336.51 7512 $58,204.99 $93,127.98 8013 $65,189.58 $104,303.34 7513 $61,115.24 $97,784.38 8014 $68,449.06 $109,518.50 7514 $64,171.00 $102,673.60 8015 $71,871.52 $114,994.43 7515 $67,379.55 $107,807.28 8016 $75,465.09 $120,744.15 7516 $70,748.52 $113,197.64 8017 $79,238.35 $126,781.36 7517 $74,285.95 $118,857.52 8018 $83,200.26 $133,120.42 7518 $78,000.25 $124,800.40 8019 $87,360.28 $139,776.45 7519 $81,900.26 $131,040.42 8020 $91,728.29 $146,765.27 7520 $85,995.27 $137,592.44 8021 $96,314.71 $154,103.53 7521 $90,295.04 $144,472.06 8022 $101,130.44 $161,808.71 7522 $94,809.79 $151,695.66 8023 $106,186.96 $169,899.14 7523 $99,550.28 $159,280.45 8024 $111,496.31 $178,394.10 7524 $104,527.79 $167,244.47 8025 $117,071.13 $187,313.80 7525 $109,754.18 $175,606.69 8026 $122,924.68 $196,679.49 7526 $115,241.89 $184,387.03 8027 $129,070.92 $206,513.47 7527 $121,003.99 $193,606.38 8028 $135,524.46 $216,839.14 7528 $127,054.19 $203,286.70 8029 $142,300.69 $227,681.10 7529 $133,406.89 $213,451.03 8030 $149,415.72 $239,065.16 7530 $140,077.24 $224,123.58 8031 $156,886.51 $251,018.41 7531 $147,081.10 $235,329.76 8032 $164,730.83 $263,569.33 7532 $154,435.16 $247,096.25 8033 $172,967.38 $276,747.80 7533 $162,156.91 $259,451.06 8034 $181,615.74 $290,585.19 7534 $170,264.76 $272,423.62 8035 $190,696.53 $305,114.45 7535 $178,778.00 $286,044.80 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1399 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve a purchase order to Pennoni Associates Inc. in an amount not to exceed $140,100 to provide professional services in connection with providing GIS and engineering services for a mapping of the Clearwater Municipal Cemetery and authorize the appropriate officials to execute same. (consent) SUMMARY: The Clearwater Municipal Cemetery located at the intersection of Myrtle Avenue and Lakeview Road was established in 1877 with its first burial. It wasn’t until the City of Clearwater became incorporated in 1915 that the cemetery became the responsibility of the city. The City Clerk’s office is responsible for keeping all official records relating to the cemetery and notifying the Parks and Recreation Department when a burial will take place. The Parks and Recreation Department is making improvements to the cemetery which include irrigation system, roadways, signs and landscaping. Due to the cemetery’s age and the recent issues and concerns over other grave sites in Clearwater, staff is recommending that the mapping of the Clearwater cemetery be updated with modern technology. Services provided by Pennoni Associates Inc. include the following tasks: Task 1: Professional Consulting Services Task 2: Survey Services Task 3: Ground Penetrating Radar (GPR) Services Task 4: GIS Data Collection and Mapping Pennoni will create a field data collection application using ESRI’s Field Maps which will give users the ability to locate, inventory, plot locations and attributes. The geodatabase design will contain dropdowns and additional standardization features, allowing for a reduction in human error and other potential issues that can occur in the field. The data base will include date of inspection, section, row, type, Name, Date of Birth, Date of Death, Epitaph, language, notes, and pictures. Pennoni Associates, Inc. was selected from our Engineer of Record list due to the reliability of their professional personnel and their past performances in city projects, including the inspections and recommendations that aided in the structural repairs to BayCare Ballpark. Their ability to deliver quality services, meet designated timelines, and do so professionally sets them apart from the other EORs considered for this project. This project will take approximately 15 weeks to complete. APPROPRIATION CODE AND AMOUNT: To provide all funding for this work order in capital project M2210 Municipal Cemetery Improvements, a first quarter budget amendment to transfer $20,000 from 355-94736, Geographic Information Systems. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1399 The digital mapping and accessibility of Clearwater Municipal Cemetery fulfills Strategic Objective 1.5, “Embrace a culture of innovation that drives continuous improvement and successfully serves all of our customers”. Utilizing this advanced mapping technology provides for more accurate records and assists staff and the public in the location of grave sites. Additionally, it gives the current residents of Clearwater a deeper and richer understanding of the residents of the past. Page 2 City of Clearwater Printed on 11/28/2023 Project No. CLWRC23005-REV1 October 5, 2023 Page 1 Clearwater Parks and Recreation Clearwater Municipal Cemetery Mapping 5755 Rio Vista Dr Clearwater, FL 33760 T: 727-536-8772 www.pennoni.com October 5, 2023 Matthew J. Anderson Assistant Director Parks and Recreation Department City of Clearwater 100 Myrtle Avenue Clearwater, FL 33756 RE: CITY OF CLEARWATER MUNICIPAL CEMETERY SITE CEMETERY MAPPING 1300 S MYRTLE AVE, CLEARWATER, FL 33756 Dear Mr. Anderson: Pennoni Associates Inc. (Pennoni) is pleased to submit this proposal to provide GIS and engineering services for a mapping of the City of Clearwater Municipal Cemetery. It is our understanding that the City is requesting location of all grave sites identified and a GIS geodatabase be provided to the City for staff to use for ongoing updates. The Scope of Services anticipated for this project includes: TASK 1 – PROFESSIONAL CONSULTING SERVICES Meet with City of Clearwater stakeholders to discuss the mapping program and develop an approach. In general, this task includes all calls, emails, meetings, invoicing and administrative tasks for implementation and setup of the work. An onsite kickoff meeting will be held along with (2) virtual meetings per month with Client to review the progress of the project and discuss findings. In-person meetings with Stakeholders will be made during as required to discuss project specific findings and to review the final project submission. TASK 2 – SURVEY SERVICES In accordance with the Florida Standards of Practice for Land Surveys, Chapter 5J-17, Florida Administrative Code, Pennoni Survey Department will provide professional surveying and mapping services necessary to provide survey services to produce a CAD File of a plot map for the cemetery. 1. Survey the approximate horizontal location of the cemetery plots based on maps provided by the client. 2. Depict the cemetery plot maps in a Cad file. Due to the inaccuracies in the maps and field monumentation, the Cad file will be an approximate representation of the plot plans provided. 3. Horizontally coordinate the survey to the Florida State Plane Coordinate System, North American Datum 1983, adjustment 2011 (NAD83/11). 4. It is estimated temporary 60-100 block markers to be placed at the corners during the survey. 5. Conduct site/parcel research, field coordination, and quality control measures as deemed necessary by Pennoni in order to produce the survey. 6. Provide a digital CAD file of the survey from AutoCAD Civil 3D 2020, excluding title block and certifications. 7. Convert CAD file to geodatabase for inclusion in final deliverable. Project No. CLWRC23005-REV1 October 5, 2023 Page 2 Clearwater Parks and Recreation Clearwater Municipal Cemetery Mapping TASK 3 – GPR SERVICES Ground Penetrating Radar (GPR) will be used to determine the location of all grave sites. Once the locations are identified, flags will be placed in the four corners of each gravesite to identify the data collection point for Task 2. Additionally, GPR can collect the individually location of crypts which is included as an optional fee in the proposal fee below. GPR will be conducted in the winter because ground will be drier and less mowing will be happening, therefore allowing the flags to remain in place longer. High-density scan and documentation of three areas within the cemetery will also be conducted. The three areas include smaller crypts and areas of burial associated with a scarlet fever outbreak. TASK 4 – GIS DATA COLLECTION AND MAPPING Pennoni GIS staff will create a field data collection application using ESRI’s Field Maps which will give users the ability to locate, inventory, plot locations and attributes. All collection can be completed entirely on handheld tablets or smart phones and will be tested prior to implementation by the ENGINEER to ensure complete functionality. The collection process will include visiting the locations identified by GPR and collect a GPS location of the top and bottom of each identified anomaly as outlined in Task 3 and fill out any pertinent information about the headstone. We will use a GPS unit which connects via Bluetooth to the mobile device providing centimeter accuracy on average. Field staff will enter data in real time that will be immediately visible to staff in the ENGINEER’s offices to understand overall project progress and provide support to field collectors as needed. Field staff will also use the mobile app to collect notes and photos of headstones to provide as much information as possible within the mapping application. The following potential features and corresponding attributes are anticipated to be included in the GIS data collection effort for the cemetery. The geodatabase design will contain dropdowns and additional standardization features, allowing for a reduction in human error and other potential issues in the field. Field Information to Collect Cemetery Name Name of Cemetery Date of Inspection Date Inspection was performed Section Section of cemetery plot is within Row Row plot is within Type Document burial type based on GPR flag color (crypt, casket, etc) Name Full name of the deceased (Last Name, First Name, Middle Name) Date of Birth Date of birth of the deceased (MM/DD/YYYY) Date of Death Date of death of the deceased (MM/DD/YYYY) Epitaph Any epitaph visible on the headstone Language Denote what language the stone is written in (specifically if non-English) Notes Any notes regarding the headstone or gravesite, and any special circumstances Pictures Images of each headstone and any other key information about the burial plot Following data collection, staff will review the database and prepare it for delivery to the City of Clearwater. This deliverable will be in the form of a ESRI file geodatabase that can be directly integrated into the City’s existing GIS framework. Pennoni will ensure that all images and attribute information is correctly attached and input for each headstone prior to delivery. The geodatabase can be modified in the future by the ENGINEER or City GIS staff for further data collection or the addition of more attributes or attachments. Project No. CLWRC23005-REV1 October 5, 2023 Page 3 Clearwater Parks and Recreation Clearwater Municipal Cemetery Mapping FEES AND REIMBURSABLE EXPENSES Our lump sum fee is One Hundred and Forty Thousand One Hundred Dollars ($141,100) and is derived as follows: Clearwater Municipality Cemetery Task 1 Professional Consulting Services $ 21,500.00 Task 2 Site Survey for Updated Plot Map $ 27,000.00 Task 3 GPR Identification for Grave Sites (Exhibit A) $ 39,600.00 Task 4 GIS Data Collection (In Field) $ 40,000.00 GIS Mapping (In Office) $ 12,000.00 Total $140,100.00 SCHEDULE We will start work after acceptance of this proposal. We will endeavor to meet your schedule for progress and final submissions. The following preliminary schedule has been developed considering that site access will need to be scheduled around onsite maintenance. • Task 1 – 14 Weeks (Total Project Duration) • Task 2 – 10 Days onsite • Task 3 – 22 Field working days onsite • Task 4 – 22 Field working days onsite, 10 days office processing data If this task order proposal is acceptable in the current format, please sign below and return the original copy to us. We will then await your Official Notice to Proceed prior to initiating work. Any additions or modifications to the aforementioned scope of work would require a revised proposal. ADDITIONAL SERVICES In the event that additional services become necessary, Pennoni will provide a separate scope of services and fee proposal to address the required services. Additional services can include, but are not limited to, the following items. • Evaluation that is not specifically listed above. • Exploratory demolition to expose hidden conditions. • CAD drawings beyond what is described in scope of work. • ALTA/NSPS Land Title Survey, Boundary & Topographic Survey. • Any services not expressly stated in the Scope of Services herein. REIMBURSABLE EXPENSES Extraordinary expenses identifiable to the specific project will be billed in addition to the above stated fee. Overnight mail are considered reimbursable expenses and will be billed accordingly. We do not bill for such items as small amounts of in-house printing and normal mailing expenses. BILLING AND PAYMENT An invoice for professional services completed will be presented for payment on a monthly basis. Invoices are due upon receipt. The Client acknowledges that the method of billing and payment has been discussed in detail, that the terms agreed upon can only be changed by a written addendum agreed to by both parties, and that work may be stopped until payment is made in accordance with the agreement. Project No. CLWRC23005-REV1 October 5, 2023 Page 4 Clearwater Parks and Recreation Clearwater Municipal Cemetery Mapping STATUTORY DISCLOSURE: PURSUANT TO §558.0035, FLORIDA STATUTES, AN INDIVIDUAL EMPLOYEE OR AGENT OF PENNONI ASSOCIATES INC. CANNOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES CONTRACT OR IN ANTICIPATION OF, ARISING OUT OF OR RELATED TO THE PERFORMANCE OF PROFESSIONAL SERVICES HEREUNDER. TERMS AND CONDITIONS Pennoni Associates Inc. General Terms and Conditions are attached hereto and are a part of this agreement. The Client indicates by the execution of this proposal that they have reviewed and understand the General Terms and Conditions. This proposal is based on the scope as described by you and the clarifications noted above. We appreciate the opportunity to submit this proposal and look forward to working with you. Sincerely, PENNONI ASSOCIATES INC. E. Michael McCarthy, PE SI Vice President Vince Barnes III, PE SI-Limited Forensics Division Manager Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1437 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 5.2 SUBJECT/RECOMMENDATION: Approve a purchase order to Pennoni Associates, Inc. in an amount not to exceed $99,500 to provide professional services in connection with the design and repairs of Pier 60 and authorize the appropriate officials to execute same. (consent) SUMMARY: Pier 60 and the Pier 60 bait shop are approximately 29 years old. Between August 29-31, 2023, the structure sustained damage from Hurricane Idalia. Pennoni was retained by the City under P.O. 23001048 in the amount of $35,000 to conduct a structural assessment of the pier, identify and document the damage, and recommend repair concepts. Temporary repairs recommended by Pennoni and Foster Consulting (Marine Engineer) were made to the pier by the City of Clearwater and the Pier was reopened on September 22, 2023. Pennoni and Foster Consulting issued a draft report to the City in October 2023 which identified damaged joints, pile caps, access decking and timber piles, some of which were a result of Hurricane Idalia and some of which are maintenance items. This proposal involves the design and repair recommendations that are presented in Pennoni’s assessment report and include the following work: ·Repair all joints as required/up-fit hollow core connection ·Repair misc. spalls ·Replace damaged timber piles ·Repair and extend deck around bait house ·Replace navigation marker piles ·Replace access ramp to be in compliance with ADA standards ·Replace deck around bait house ·Repair or re-coat existing steel roof truss uplift straps Pennoni Associates, Inc. was selected from our Engineer of Record list due to the reliability of their professional personnel on staff and ability to put together a team of various disciplines to complete this project as well as their past performances in other major structural repair projects. Their ability to deliver quality services, meet designated timelines, and communicate clearly with the client makes them the EOR to be considered for this project. Upon completion of the designs, the City will seek a contractor to perform the needed repairs and maintenance. Cost for repairs is unknown at this time; however, they may be substantial. This project will qualify for partial federal funding due to the damage caused by Idalia. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will establish special program 181-D2302, Hurricane Idalia and transfer $1,212,567.47 of governmental revenues from program 181-98610, Hurricane Irma. USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1437 STRATEGIC PRIORITY: In funding the structural repairs of Pier 60, we are accomplishing Objective 1.2, which is to maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Pier 60 and the Pier 60 bait shop are staples of the City’s prized beach, providing a consistently popular fishing and sightseeing destination to Clearwater residents and tourists alike. Maintaining the pier and its amenities is important to the welfare of both beachgoers and the City. Page 2 City of Clearwater Printed on 11/28/2023 5755 Rio Vista Drive Clearwater, FL 33760 T: 727-536-8772 www.pennoni.com November 3, 2023 (Rev1) CLWRC23016P Matthew J. Anderson, Assistant Director City of Clearwater Parks and Recreation 100 S. Myrtle Avenue, Suite 120 Clearwater, FL 33756 RE: PROPOSAL FOR PROFESSIONAL STRUCTURAL CONSULTING SERVICES PIER 60 HURRICANE IDALIA STRUCTURAL DAMAGE REPAIRS 1 CAUSEWAY BLVD. CLEARWATER, FL 33767 Dear Mr. Anderson: Pennoni is pleased to present this proposal for structural engineering services for the above referenced project to City of Clearwater (“Client”). PROJECT DESCRIPTION/BACKGROUND The existing pier is approximately 29 years old fishing pier. Between August 29-31, 2023, the structure sustained damage from Hurricane Idalia. Pennoni was retained by the Client under P.O. 23001048 to conduct a structural assessment of the pier, identify and document the damage, and recommend repair concepts. Temporary repairs were made to the end of the pier by the City of Clearwater and the Pier was reopened on September 22, 2023. Pennoni and Foster Consulting (Marine Engineer) issued a draft report to the City in October 2023 which identified damaged joints, pile caps, access decking and timber piles. This proposal involves the design the repair recommendations that are presented in Pennoni’s assessment report and as identified in Figure 1 below: Figure 1 – Proposed Repairs CLWRC23016P November 3, 2023 (Rev 1) Page 2 City of Clearwater Pier 60 Hurricane Idalia Damage Repairs SCOPE OF SERVICES Our scope of engineering services includes the following: Phase I Construction Documents Phase 1. Follow up Site Assessment by Foster Consulting a. Collect field measurements. i. Collect field data including dimensional measurements (this includes the eastern portion of the pier relative to the tackle shop). ii. Conduct Submerged Resource Survey. iii. Review of historical drawings. iv. Review State and federal permitting history. 2. Subsurface Utility Locate by Geoview, Inc. a. Review of site survey provided by Client in CADD b. Ground Penetrating Radar (GPR) use to locate underground utilities within in 20 feet of the approach ramp that is scheduled for replacement. 3. Design repairs for each of the damage items identified in Figure 1 above. a. Foster Consulting Plans to include: i. Project Description ii. Geographic Map iii. Site Plan-View of proposed work iv. Cross-Sections of proposed work v. Pile location map, Pile specifications vi. General Notes vii. Construction Notes viii. Assist design with outer storage deck area. b. Pennoni Plans to include structural drawings and specifications depicting the repairs and including plans, sections, and details i. Repairs to deck joints ii. Repairs to spalled concrete iii. Replaced deck around fish house iv. Recoating of corroded steel connections v. Limited repairs to covered canopies vi. Replacement of ADA Ramp c. Klar and Klar Architects i. Demo and design of replacement of ADA Ramp 4. Attend no more than three design phase meetings. a. This includes coordination meetings with the Construction Manager/ General contractor selected by the City to complete repairs on the project. Phase II Permitting and Bid Phase 1. Provide signed and sealed structural drawings and specifications for permitting and contractor bidding. CLWRC23016P November 3, 2023 (Rev 1) Page 3 City of Clearwater Pier 60 Hurricane Idalia Damage Repairs 2. Submit the construction documents to all required permitting agencies possibly including the Clearwater Building Department, Florida Department of Environmental Protection (DEP), and the US Army Corps of Engineers. a. Foster Consulting Permitted Services i. Prepare permit plan set for permitting applications. ii. State Permitting application and submission. iii. Federal Permitting application and submission iv. Responses for up to (l) one Requests for Additional Information (RAI) from the State and Federal agencies; will attend up to one field or office meeting with State staff. Any additional RAIs or meetings with the State agency will be considered additional services. 3. Respond to Contractor’s questions and Requests for Information. 4. Respond to review comments from the permitting agencies. 5. Issue addenda as appropriate to interpret or clarify the construction documents. 6. Assist the Client in reviewing contractor bids. 7. Attend no more than two permit and bid phase meetings. Phase III Construction Phase 1. Attend one pre-construction meeting. 2. Review shop-drawing and submittals. Our shop drawing and submittal review will be limited to determining general conformance with the information given and the design concepts expressed in the Contract Documents and are not for the purpose of determining accuracy and completeness including dimensions and quantities. This proposal is based on performing a maximum of two (2) reviews for each shop drawing or submittal. Shop drawings or submittals submitted more than two times for approval will be reviewed on an hourly basis as an additional service. 3. Perform no more than (12) construction phase site visits by Pennoni at intervals appropriate to the various stages of construction, as Pennoni deems necessary to observe the progress and quality of the work. Refer to Terms and Conditions. 4. Perform no more than 10 construction phase site visits by Foster Consulting. 5. Perform no more than 3 construction phase site visits by Klar and Klar 6. Coordinate with the Client and Contractor during construction and respond to Contractor requests for information to clarify the intent of the structural design. 7. Review change order requests and monthly progress payment requests from the contractor. 8. Prepare a preliminary punch list of final items to be completed. 9. Conduct a final walk through with the contractor and Client. 10. Prepare close out documents including Record Drawings based on drawings from the contractor CLWRC23016P November 3, 2023 (Rev 1) Page 4 City of Clearwater Pier 60 Hurricane Idalia Damage Repairs showing all field changes that were made to the construction documents. ASSUMPTIONS, INFORMATION REQUIRED and ADDITIONAL SERVICES 1. Pennoni shall receive complete site information from the Client including existing and proposed grading plans, location of proposed building, locations of existing and new utilities, and locations of existing structures, prior to the completion of the foundation design. 2. If additional services become necessary during the term of the project, Pennoni will provide a separate scope of services and fee proposal to address the required services. Additional services can include, but are not necessarily limited to, the following items. Additional services must be authorized by the Client in writing and in advance of proceeding with the work. a. Structural repairs that are not listed in Figure 1 above. b. Revisions caused by unforeseen adverse field conditions. c. Review and/or redesign due to fabrication or contractor’s errors. d. Additional requested meetings, site visits or reports. e. Construction cost, or other similar related estimates or engineering opinion of the same. f. The preparation of shop or fabrication drawings. g. Preparation of demolition plans other than noted above. h. Structural analysis beyond noted. i. Threshold Inspections. A separate proposal will be provided if Threshold Inspections are required by the building department. 3. The City will provide the following: a. Site survey in CADD of the approach ADA ramp. b. CADD drawings of the layout of the existing pier. c. Subsurface Utility Locate of the immediate area surrounding the ADA ramp where renovations will take place. SCHEDULE Pennoni is prepared to begin work on this project upon receipt of written notice to proceed and will endeavor to complete the work in accordance with your scheduling needs. • Construction Drawings and Additional Field Documentation: 4 weeks from receipt of PO • Permitting and Construction Phase will be based on the contractor schedule. CLWRC23016P November 3, 2023 (Rev 1) Page 5 City of Clearwater Pier 60 Hurricane Idalia Damage Repairs FEE Our fees for this project will be as follows and will be Lump Sum unless noted otherwise: Task Pennoni Associates Inc. Foster Consulting Klar and Klar Construction Document Phase $20,704* $19,500 $3,000 Permitting and Bid Phase $7,608 $13,162.5 $1,000 Construction Phase $19,438 $14,137.5 $1,000 Sub Total Fee $47,750 $46,800 $5,000 Total Fee $99,550 *This includes an allowance of a $2000 for GeoView to provide a SUE assessment. REIMBURSABLE EXPENSES Extraordinary expenses identifiable to the specific project will be billed in addition to the above stated fee. Reproduction of multiple sets of drawings and/or specifications for submissions and Client and project team use and overnight mail are considered reimbursable expenses and will be billed accordingly. We do not bill for such items as small amounts of in-house printing and normal mailing expenses. In addition, all application fees, review fees, etc., associated with this project will be provided by the client. BILLING AND PAYMENT An invoice for professional services completed will be presented for payment on a monthly basis. Payment is due upon receipt. The Client acknowledges that the method of billing and payment has been discussed in detail, that the terms agreed upon can only be changed by a written addendum agreed to by both parties, and that work may be stopped until payment is made in accordance with the agreement. TERMS AND CONDITIONS Pennoni Associates Inc. General Terms and Conditions as agreed to in RFQ #34-23 dated July 20, 2023. The Client indicates by the execution of this proposal that they have reviewed and understand the General Terms and Conditions. PURSUANT TO §558.0035, FLORIDA STATUTES, AN INDIVIDUAL EMPLOYEE OR AGENT OF PENNONI ASSOCIATES INC. CANNOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES CONTRACT OR THE PERFORMANCE OF PROFESSIONAL SERVICES HEREUNDER, BY SIGNING THIS AGREEMENT, YOU HAVE ACCEPTED THIS LIMITATION OF LIABILITY. CLWRC23016P November 3, 2023 (Rev 1) Page 6 City of Clearwater Pier 60 Hurricane Idalia Damage Repairs This proposal is based on the scope as described by you and the clarifications noted above. If the proposed scope as described should change, Pennoni reserves the right to renegotiate the fee for services. We appreciate the opportunity to submit this proposal and look forward to working with you. Sincerely, PENNONI ASSOCIATES INC. Jeffrey J. Salemme, PE, SI Associate Vice President Vince Barnes III, PE SI-Limited Forensics Division Manager Please indicate your acceptance of this proposal by signing and returning a copy as our authorization to proceed. In signing this proposal, the Client authorizes Pennoni to complete the professional services outlined in this proposal. Accepted By: _________________________________________________________________ (Authorized Representative of the Client) (Date) _________________________________________________________________ (Print Name & Title) LE01FL 01/2018 PENNONI ASSOCIATES INC. GENERAL TERMS & CONDITIONS 1. Unless withdrawn sooner, proposals are valid for thirty (30) days. 2. The technical and pricing information in proposals is the confidential and proprietary property of Pennoni Associates Inc. ("Pennoni") or any Pennoni subsidiary or affiliate. Client agrees not to use or to disclose to third parties any technical or pricing information without Pennoni’s written consent. 3. The agreement created by the Client’s acceptance of a proposal and these Terms & Conditions is hereinafter referred to as the “Agreement.” If a proposal is submitted to Client and Client fails to return a signed copy of the proposal but knowingly allows Pennoni to proceed with the services, then Client shall be deemed to have accepted the terms of the proposal and these General Terms & Conditions. If there is a conflict or inconsistency between any express term or condition in the proposal and these General Terms & Conditions, then the proposal shall take precedence. The proposal and these General Terms & Conditions constitute the entire Agreement, and supersede any previous agreement or understanding. 4. Payment is due upon receipt of invoices as submitted. If Client chooses to make any payment via major credit card, Client agrees to pay a 3% surcharge or 1.03 times the total amount invoiced. Client agrees to pay interest at the rate of 1½ percent per month on invoices that are more than 30 days past due. If an invoice is 30 or more days past due, then Pennoni may suspend services and refuse to release work on this Agreement or any other agreement between Client and Pennoni until Client has paid all amounts due. Unless Pennoni receives written notice of Client’s dispute of an invoice within 30 days of the invoice date, the invoice will be presumed correct. If payment is not made in accordance with the Agreement, then Client agrees to pay reasonable costs and attorney’s fees incurred by Pennoni to collect payment. 5. All drawings, sketches, specifications and other documents ("Documents") in any form, including electronic, prepared by Pennoni are instruments of Pennoni’s services, and as such are and shall remain Pennoni’s property. Upon payment in accordance with the Agreement, Client shall have the right to use and reproduce the Documents solely for the purposes of constructing, remediating, using or maintaining the project contemplated by the Agreement ("Project"). The Documents are prepared for use on this Project only, and are not appropriate for use on other projects, any additions or alterations of the Project, or completion of the Project by others. Client shall not use the Documents in violation of this paragraph without Pennoni’s express written consent; and such use is at the Client’s sole risk. Client agrees to indemnify, defend and hold harmless Pennoni from any claims, damages, losses, liabilities and expenses arising from such prohibited use. 6. The proposed fees and schedule constitute Pennoni’s best estimate of the charges and time required to complete the Project. As the Project progresses, facts uncovered may dictate revisions in scope, schedule or fee. The hourly rate schedule for services provided on a time and material basis will be subject to increases annually. 7. Fee and schedule commitments will be subject to change for delays caused by Client's failure to provide specified facilities or information, or for delays caused by third parties, unpredictable occurrences or force majeure. 8. Where the method of payment is based on time and materials, Client agrees that the following will apply: The minimum time segment for charging work is one-quarter hour, except the minimum time segment for charging of field survey work is four (4) hours. Client reimbursable expenses include travel and living expenses of personnel when away from the home office on business connected with the Project; subcontractor and subconsultant costs; identifiable communications, mailing and reproduction costs; identifiable drafting and stenographic supplies; and expendable materials and supplies purchased specifically for the Project. A ten (10) percent administrative and handling charge will be added to client reimbursable expenses. 9. Client’s termination of this Agreement will not be effective unless Client gives Pennoni seven (7) days prior written notice with accompanying reasons and details, and affords Pennoni an opportunity to respond. Where the method of payment is "Lump Sum," Client agrees that the final invoice will be based on services performed to the effective date of cancellation, plus an equitable adjustment to provide for costs Pennoni incurred for commitments made prior to cancellation. Where the method of payment is time and materials, Client agrees that the final invoice will include all services and direct expenses up to the effective date of cancellation plus an equitable adjustment to provide for costs Pennoni incurred for commitments made prior to cancellation. 10. Pennoni will maintain at its own expense Workman's Compensation insurance, Commercial General Liability insurance, and Professional Liability insurance. 11. Neither the Client nor Pennoni shall assign this Agreement without the written consent of the other. LE01FL 01/2018 12. Pennoni does not represent or warrant that any permit or approval will be issued by any governmental or regulatory body. Pennoni will endeavor to prepare applications for such permit or approval in conformance with applicable requirements; but, in view of the complexity of and the frequent changes in applicable rules and regulations and interpretations by the authorities, Pennoni cannot guarantee that any such application will be considered complete or will conform to all applicable requirements. 13. Pennoni will perform its work in accordance with generally accepted professional standards. THERE ARE NO OTHER WARRANTIES, EXPRESSED OR IMPLIED. This Agreement is solely for the benefit of the Client and its successors. There is no third-party beneficiary of this Agreement. 14. CLIENT AND PENNONI HAVE CONSIDERED THE RISKS AND REWARDS ASSOCIATED WITH THIS PROJECT, AS WELL AS PENNONI’S TOTAL FEE FOR SERVICES. CLIENT AGREES THAT, TO THE FULLEST EXTENT PERMITTED BY LAW, PENNONI’S TOTAL AGGREGATE LIABILITY (INCLUDING THE LIABILITY OF ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, SUBCONTRACTORS AND CONSULTANTS) TO THE CLIENT (AND ANYONE CLAIMING BY, THROUGH OR UNDER THE CLIENT) FOR ANY AND ALL INJURIES, CLAIMS, LOSSES, EXPENSES OR DAMAGES ARISING OUT OF THIS AGREEMENT FROM ANY CAUSE OR CAUSES IS LIMITED TO THE TOTAL FEE RECEIVED BY PENNONI UNDER THIS AGREEMENT OR $50,000, WHICHEVER IS GREATER. SUCH CAUSES INCLUDE, BUT ARE NOT LIMITED TO, PENNONI’S NEGLIGENCE, ERRORS, OMISSIONS, STRICT LIABILITY, OR BREACH OF CONTRACT OR WARRANTY. IN THE EVENT THE CLIENT IS UNABLE TO ACCEPT THE ABOVE LIMITATION OF LIABILITY, PENNONI AGREES TO INCREASE THE LIMITATION TO $1,000,000 UPON ITS RECEIPT, PRIOR TO PERFORMING ANY SERVICES, OF CLIENT'S WRITTEN AGREEMENT TO PAY AN ADDITIONAL SUM OF NOT LESS THAN 10% OF THE TOTAL FEE UNDER THIS AGREEMENT OR $1,000, WHICHEVER IS GREATER. 15. Client shall make no claim against Pennoni unless the Client first provides a written certification, executed by an independent design professional, specifying those acts or omissions which the independent design professional contends is a violation of generally accepted professional standards and upon which the claim will be premised. The independent design professional must be licensed to practice in the state where the Project is located and in the discipline related to the claim. Client agrees that the independent design professional’s certification is a condition precedent to the Client’s right to institute any judicial proceeding. 16. If required under the scope of services, Pennoni shall visit the Project site to become generally familiar with the progress and quality of the work for which Pennoni prepared contract documents, and Pennoni shall not make exhaustive or continuous onsite inspections. Pennoni’s services do not include supervision or direction of the contractor’s work. Observation by Pennoni field representatives shall not excuse the contractor for defects or omissions in its work. Pennoni shall not control construction means, methods, techniques, sequences, or procedures, and the contractor is solely responsible for all work on the Project, including safety of all persons and property. 17. If Client does not retain Pennoni to render construction phase services, then Client waives any claim it may have against Pennoni and agrees to indemnify, defend, and hold harmless Pennoni from any loss or liability, including attorneys fees and other defense costs, arising out of or related to the interpretation of Pennoni’s plans and specifications, the review of shop drawings, the evaluation of contractor’s request for change orders, or the failure to detect and correct obvious errors or omissions in Pennoni’s plans and specifications. 18. Unless and until a court determines that Pennoni’s preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, specifications and/or Pennoni’s giving or failure to give instructions is the primary cause of any damage, claim, loss or expenses, Client shall indemnify, defend and hold harmless Pennoni and its officers, employees and consultants from and against all damages, claims, losses or expenses, including reasonable attorneys fees and other costs of defense, arising out of this Agreement. In the event the Client is required to defend Pennoni under this paragraph, Pennoni shall have the right to select its attorneys. 19. Client agrees to pay reasonable expert witness fees if Pennoni or any of its employees is subpoenaed to testify as a fact or opinion witness in any court proceeding, arbitration, or mediation to which the Client is a party. 20. Unless otherwise provided in this proposal, Pennoni shall have no responsibility for the discovery, presence, handling, removal, or disposal of hazardous materials or underground structures at the Project site. 21. Client and Pennoni waive consequential damages arising out of this Agreement. 22. This Agreement shall be governed by the laws of the State of Florida. 23. Both Pennoni and Client agree to waive the right to subrogation for covered losses and each shall obtain similar waivers from Owner, subcontractors, property and casualty insurers, and any other party involved in this Project. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1435 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve a purchase order to Pinellas Regional Information Management Enterprise (PRIME) for the personnel and operating expense of PRIME in the amount of $317,615.00 and authorize the appropriate officials to execute same. (consent) SUMMARY: In 2019, a consortium of public safety entities in Pinellas County began working on a unified CAD/RMS (Computer Aided Dispatch/Records Management System) for public safety entities in Pinellas County. Since 2007, Clearwater Police Department (CPD) has been using TriTech and spends approximately $225,000.00 annually for maintenance. While this product has serviced the department’s needs, it does not provide some of the advanced features a modern product will, nor does it integrate with other public safety entities in Pinellas County. In May 2021, Pinellas County Sheriff published Request for Proposal (RFP) 21-02 for a CAD and RMS system based on the specifications determined by the consortium. In October 2021, the consortium entered a memorandum of understanding to establish a protocol on how to establish a PRIME work group to evaluate the vendor responses received from Pinellas County Sheriff RFP 21-02 and to provide the Pinellas County Sheriff feedback to make a purchasing decision. On May 19, 2022, Council approved an Interlocal Agreement (ILA) between the City of Clearwater, City of Largo, City of Pinellas Park, Pinellas County, and Pinellas County Sheriff to create the administrative entity of PRIME and agreed to participate in the purchase, implementation, and operation of a shared CAD and RMS. Through a competitive procurement process conducted by the Pinellas County Sheriff’s Office, Hexagon was selected as the vendor to provide a CAD/RMS product for all parties. The resulting contract negotiation process was accomplished and pricing for each party was set in the manner defined in the ILA. Each Party of the ILA is responsible to pay a pro rata share of the cost of the CAD/RMS product to the Pinellas County Sheriff and the pro rata share for the personnel and operating costs of PRIME, based on the number of user licenses per Party. The total costs of the Hexagon Contract for the initial purchase, not including future maintenance costs, is $9,704,825.00. In the ILA, Pinellas County committed to paying a not to exceed amount of $9.3M of the initial purchase price of the CAD/RMS product, which included an additional RMS product specific to the needs of FIRE and EMS. Per the interlocal agreement that governs PRIME, the Board of Directors approved the fiscal year 2024 budget on April 12, 2023, and allocations for each entity. In fiscal year 2023, the FIRE and EMS product had been removed from this project and this was shared with Council at a work session on August 29, 2023. The County requested the FIRE and EMS product be placed back in this project and this was approved by the Board of Directors of PRIME on April 12, 2023. Page 1 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1435 Based on the approved PRIME budget, the City of Clearwater’s pro rata responsibility for the CAD/RMS software products and for the personnel and operating expenses of PRIME for fiscal year 2024 is $317,615.00. APPROPRIATION CODE AND AMOUNT: The department anticipated these expenses and funds are available in Capital Improvement Program C2201 - Police CAD Project. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 2 City of Clearwater Printed on 11/28/2023 PRIME Attention: Fiscal Contracts P.O. Drawer 2500 DATE Largo, FL 33779‐2500 10/1/2023 TERMS Chief Eric Gandy Due Upon Receipt Clearwater Police Department 645 Pierce St Clearwater, FL 33756 (727) 562‐4242 eric.gandy@myclearwater.com DESCRIPTION QTY UNIT PRICE AMOUNT 1 317,615.00 317,615.00 317,615.00 317,615.00$ PRIME Contracted Services FY24 INVOICE Sean DiLuzio ‐ 727‐582‐6062 ‐ Fiscal‐PRIME@pcsonet.com INVOICE # PR‐1023‐CPD CUSTOMER ID CPD BILL TO Thank you SUBTOTAL Shipping & Handling TOTAL If you have any questions about this invoice, please contact Office Use Only Acct Name:PRIME Bank Name:PNC Bank Routing #:267084199 Account #:1242684155 Acct Type:Checking Remit EFT To: Personnel - Contracted Services Account / Description FY24 Budget Salaries 1,337,020$ Benefits 450,230$ Overtime 100,000$ Total Personnel - Contracted Services 1,887,250$ Operating Account / Description FY24 Budget Bank Charges 1,880$ Contractual Services 2,875,080$ Tools/Equipment 10,530$ Travel & Per Diem 6,760$ Communication Services 710$ Postage & Shipping 520$ Rental & Leases 2,500$ Printing & Binding 1,260$ Software 57,910$ Maintenance Agreements 940$ Office Supplies 1,150$ Fuel 1,250$ Uniforms 950$ Technical Supplies 110$ Tag/Title/License 130$ Food 1,000$ Dues and Memberships 320$ Training & Registration 3,170$ Total Operating 2,966,170$ Capital Account / Description FY24 Budget Capital -$ Total Capital -$ Reserve Contribution Account / Description FY24 Budget -$ Total Reserve Contribution -$ Total Expenditures 4,853,420$ Revised 3/13/23 Reserve Contribution Personnel - Contracted Services Position Contributing Agency Salary Benefits FY24 Budget Executive Director* PRIME 157,190$ 45,270$ 202,460$ Sr. Admin Assistant* PRIME 40,820$ 11,750$ 52,570$ Operations Manager (Partial Year) PRIME 79,450$ 27,800$ 107,250$ GIS Specialist* PRIME 86,130$ 24,800$ 110,930$ GIS Specialist PRIME 82,180$ 28,750$ 110,930$ GIS Specialist Pinellas County Regional 911 82,180$ 28,750$ 110,930$ Support Technician (Partial Year) PRIME 45,260$ 15,830$ 61,090$ Support Technicians (Partial Year) PRIME 45,260$ 15,830$ 61,090$ Sr. Software Support Analyst PRIME 105,680$ 36,980$ 142,660$ Sr. Software Support Analyst PRIME 105,680$ 36,980$ 142,660$ Sr. Software Support Analyst (Part-time) Pinellas County Regional 911 52,840$ 18,490$ 71,330$ System Configuration Specialist Pinellas Park Police Department 105,680$ 36,980$ 142,660$ System Configuration Specialist PRIME 105,680$ 36,980$ 142,660$ Project Manager (Temporary) Pinellas County Sheriff's Office 85,090$ 29,780$ 114,870$ Project Manager (Temporary) Pinellas County Regional 911 85,090$ 29,780$ 114,870$ Business Analyst (Temporary) Pinellas County Sheriff's Office 72,810$ 25,480$ 98,290$ Subtotal 1,337,020$ 450,230$ 1,787,250$ Overtime -$ -$ 100,000$ Total 1,887,250$ *Salary includes buyback/payout of 100 hours from accrued leave bank/vacation time Personnel - Contracted Services Account / Description FY24 Budget Salaries 1,337,020$ Benefits 450,230$ Overtime 100,000$ Total Personnel - Contracted Services 1,887,250$ Operating Account / Description FY24 Budget Bank Charges 1,880$ Bank Charges 1,880$ Contractual Services 2,875,080$ Audit 18,200$ SMS Paging Service 6,000$ Hexagon 1,863,040$ ImageTrend 987,840$ Tools/Equipment 10,530$ Aircard Yearly Service (Qty: 15) 6,370$ Misc Tools & Equip Under $5,000 (Qty: 2) 4,160$ Travel & Per Diem 6,760$ Vendor Conference (Qty: 2) 5,200$ Vendor API Training (Qty: 3) 1,560$ Communication Services 710$ Mobile Phone Service Charges 710$ Postage & Shipping 520$ Postage and Shipping 520$ Rental & Leases 2,500$ PRIME Multi Function Printer 2,500$ Printing & Binding 1,260$ Business Cards (Qty: 16) 840$ Letterhead & Envelopes 420$ Software 57,910$ Software (Qty: 2) 6,000$ GoToMyPC Remote Control Software (Qty: 16 @ $45/user/mo) 8,640$ Help Desk Ticketing Software (Qty: 16) 43,270$ Maintenance Agreements 940$ Copier maintenance (per click charges) 940$ Office Supplies 1,150$ Office Supplies 1,150$ Fuel 1,250$ Fuel (Qty: 300 gallons @ 4.16/gallon) 1,250$ Uniforms 950$ Uniform Shirts 950$ Technical Supplies 110$ Batteries 110$ Tag/Title/License 130$ Tag Renewal 60$ Annual Report Filing 70$ Food 1,000$ Food 1,000$ Dues and Memberships 320$ Project Manager Re-Certifications (Qty: 2) 320$ Training & Registration 3,170$ Vendor Conference (Qty: 2) 1,670$ API Registration (Qty:3) 1,500$ Total Operating 2,966,170$ Capital Account / Description FY24 Budget Capital -$ Total Capital -$ Reserve Contribution Account / Description FY24 Budget Reserve Contribution -$ Total Reserve Contribution -$ Total Expenditures 4,853,420$ Fund Balance Summary Annual Cumulative FY22 Actual Ending Fund Balance 309,280$ 309,280$ FY23 Estimated Ending Fund Balance 307,970$ 617,250$ FY24 Budgeted Addition to Reserves -$ -$ FY24 Estimated Ending Fund Balance 617,250$ PRIME Operation Fund FY24 Budget Beginning Fund Balance 617,250 Revenues Agency Contributions 4,853,420 Total Revenues 4,853,420$ Total Resources 5,470,670$ Expenditures Personnel 1,887,250 Operating 2,966,170 Capital - Total Expenditures 4,853,420$ Reserves Committed (10.0%)*485,340 Unassigned (2.7%)*131,910 Ending Fund Balance**617,250$ Total Requirements 5,470,670$ *As a % of FY24 Total Expenditures **Reserves as a % of Expenditures 12.7% PRIME Prorated Costs Allocation Agency User Licenses Allocation % Personnel Allocation Operating Allocation Reserve Allocation Total FY24 Amount Due to PRIME Salary Remunerate FY24 Net Agency Cost Regional 911 2650 39.59%747,230$ 1,174,414$ -$ 1,921,644$ (297,130)$ 1,624,514$ Pinellas County Sheriff's Office 2047 30.58%577,200$ 907,179$ -$ 1,484,379$ (213,160)$ 1,271,219$ St. Petersburg Police Department 948 14.16%267,311$ 420,130$ -$ 687,441$ -$ 687,441$ Clearwater Police Department 438 6.54%123,504$ 194,111$ -$ 317,615$ -$ 317,615$ Largo Police Department 237 3.54%66,828$ 105,032$ -$ 171,860$ -$ 171,860$ Pinellas Park Police Department 139 2.08%39,194$ 61,601$ -$ 100,795$ (142,660)$ (41,865)$ Tarpon Springs Police Department 67 1.00%18,892$ 29,693$ -$ 48,585$ -$ 48,585$ Gulfport Police Department*36 0.54%10,151$ 15,954$ -$ 26,105$ -$ 26,105$ Treasure Island Police Department*24 0.36%6,767$ 10,636$ -$ 17,403$ -$ 17,403$ Kenneth City Police Department*17 0.25%4,794$ 7,534$ -$ 12,328$ -$ 12,328$ Belleair Police Department*26 0.39%7,331$ 11,523$ -$ 18,854$ -$ 18,854$ Indian Shores Police Department*16 0.24%4,512$ 7,091$ -$ 11,603$ -$ 11,603$ Pinellas County Schools Police Department*48 0.72%13,535$ 21,272$ -$ 34,807$ -$ 34,807$ Total 6,693 100.00%1,887,250$ 2,966,170$ -$ 4,853,420$ (652,950)$ 4,200,470$ * Funded by the Sheriff and recouped through each agency's service agreements. Page | 1 Board Meeting Tampa Bay Regional Planning Council 4000 Gateway Centre Blvd., Suite 100 Pinellas Park, FL 33782 April 12th, 2023 Meeting Minutes 1. CALL TO ORDER • Meeting called to order at 9:40a pm by Sheriff Gualtieri on behalf of Chief Slaughter (Chair) 2. ROLL CALL • Clearwater Police Department – Deputy Chief Walek • Pinellas County Sheriff’s Office – Sheriff Gualtieri (Acting Chair) • Largo Police Department – Deputy Chief Loux • Pinellas County Director – Director Fogarty • Pinellas Park Fire Department – Chief Schlatterer • Pinellas Park Police Department – Chief Haworth • St. Petersburg Police Department – Chief Holloway • Tarpon Springs Police Department – Chief Young • Belleair Police Department –Chief Doyle • PRIME – Executive Director Lancto 3. APPROVAL OF THE MEETING MINUTES FROM FEBRUARY 17th, 2023 • Motion to approve meeting minutes – Chief Haworth i. 2nd by Chief Schlatterer ii. All in Favor / None Opposed 4. EXECUTIVE DIRECTOR’S REPORT • Project Status Updates i. In packet – quarterly financial status of PRIME was finalized on April 11th ii. Met with a recruiter on April 11th, 2023, to get positions filled as soon as possible iii. Project status changed from green to yellow 1. Confident we can get back in the green before the next board meeting 2. Have withheld payment to Hexagon for not providing the GIS environment a. Hexagon finally delivered the GIS environment on April 11th, 2023 3. Lots of performance issues within the system within the development environment 4. Contacted Lee County: they are experiencing the same issue in the production environment 5. Hexagon released a patch to Lee County to address the performance issues two weeks ago; systems running smoother. We will get that update sometime within the month of April. 6. Consequence: enhancement requests may be pushed past go-live a. Met with Hexagon to prioritize enhancement requests. We are expecting a revised timeline for the enhancements b. Example: enhanced command line (shorthand/abbreviated version to expedite entry. This may or may not be done before go-live Page | 2 7. Currently do not see anything that would stop us from going live 8. Question: At what point will we know what enhancements will not be ready by go- live? a. Answer: We’ve prioritized the requests; waiting for Hexagon to provide completion dates for the enhancement requests 9. PRIME is finding other ways to get back into the green internally. The Operations Committee working fluidly now. We are working on Mobile and are ahead of schedule with configuration. We have the mobile app for the phone two months ahead of schedule. Working to get all configurations done (CAD/Mobile/App) at the same time and into the hands of the users. 10. DEMOs: St. Pete and Largo demos done. The goal is to get it into the hand of agency power users. a. A couple of users from each agency within the test environment. b. Set up a working group(s) that can dispatch to mobile, transfer calls, etc. 11. Hexagon Technical Director will be onsite next week. 12. Hexagon Executive Team came out last week; met with PRIME team. 13. Working to build virtual machines for the interface servers which support load balancing 14. Citations and crash reports are critical. Hexagon has not been able to show us a functional citation or crash report within the system. Hexagon will be sending some people on-site to witness the citation and crash process. We will: a. Show them the AADM software used by the Sheriff’s Office b. Show them what was used by Pinellas Park c. Show that citations can be done quickly 15. QUESTION (Fogarty) End User Testing and Training: Want to make sure it doesn’t get shortened due to the go-live date. a. Lancto: we will not sacrifice training. Still on schedule to go live in May; end- user training still scheduled for that period. • PRIME Operating Reserves Policy – Handout Provided i. Committed reserve balance of 10% 1. Sheriff Gualtieri wants to make sure funds are set aside that can’t be touched unless approved by the board. 2. Motion to approve Operating Reserve Policy by Chief Young a. 2nd by Director Fogarty b. All in Favor / None Opposed • PRIME Budget Proposal – Handout Provided i. Sheriff Gualtieri – cost adjustments made to the Fire/RMS system. ii. Lancto – Fire Dept. uses ImageTrend as their RMS. Rather than stripping the LE records management and billing them separately, it was agreed to include the ImageTrend cost and include it in the PRIME budget. In a review of the budget, we’ve made it more in line with the policy just approved (Operating Reserves Policy). We’re not asking for additional reserve funding for 2024. iii. Sheriff Gualtieri – the cost of ImageTrend was absorbed by a review of other costs that were reduced and/or eliminated. 1. Motion to approve the new budget by Chief Haworth a. 2nd by Chief Schlatterer b. All in Favor / None Opposed • Other Business i. Information Sharing/Transparency – any concerns that we will be able to see everyone else’s calls (Fire/EMS/Law)? ii. Sheriff Gualtieri: that is the entire purpose of this project Page | 3 iii. Sunstar had concerns about one ambulance being able to see other ambulance locations due to their deployment model; being worked through. This will not be an issue for Fire/EMS. iv. Same for LE Police Reports, unless locked down for specific reasons v. Director Fogarty: Category Yellow vs. Red. If we go to red, want to make sure that we take into consideration that we are currently paying for the current CAD. If new CAD is delayed, we have to address the potential of keeping the current CAD alive for a specific time period thus paying for/maintaining two CAD systems 1. Lancto – We’ve met with Hexagon and explained the importance of hitting the deadline; stressed to Hexagon that the members of the consortium currently pay for their current system and don’t want to have to pay for both • Adjournment i. Meeting adjourned at 10:25 am 1 INTERLOCAL AGREEMENT FOR THE CREATION OF THE PINELLAS REGIONAL INFORMATION MANAGEMENT ENTERPRISE (PRIME) This Interlocal Agreement (“Agreement”) is made and entered into this 10th day of June, 2022, by and between the City of Clearwater, City of Largo, City of Pinellas Park, City of St. Petersburg, City of Tarpon Springs, Pinellas County, and Pinellas County Sheriff (Sheriff), hereinafter collectively referred to as "Parties." Recitals WHEREAS, section 163.01, Florida Statutes, permits political subdivisions, agencies, or officers of the State, including, but not limited to counties, cities, school districts, single and multipurpose special districts, single and multipurpose public authorities, metropolitan or consolidated governments, separate legal entities or administrative entities created under Section 163.01(7), Florida Statutes, or independently elected county officers (collectively, "Public Agencies"), to enter into an interlocal agreement to jointly exercise any power, privilege, or authority which such Public Agencies share in common and which each might exercise separately, permitting the Public Agencies to make the most efficient use of their powers by enabling them to cooperate on a basis of mutual advantage and thereby provide for the sharing of their powers in a manner and pursuant to forms of governmental organization that are in the best interests of the Public Agencies; and WHEREAS, each of the Parties are Public Agencies authorized to provide law enforcement dispatch emergency response services within its respective jurisdiction; and WHEREAS, Pinellas County operates Pinellas County's Primary 911 Public Safety Answering Point (hereafter, "PRIMARY PSAP"); and WHEREAS, Pinellas County is responsible for all 911 call-taking and dispatch for all Pinellas County fire departments and emergency medical service (EMS) first responders throughout Pinellas County, Florida, from the PRIMARY PSAP; and WHEREAS, the Sheriff provides primary law enforcement dispatch service for unincorporated Pinellas County and nineteen of Pinellas County's twenty-four cities; and WHEREAS, the City of St. Petersburg, City of Clearwater, City of Largo, City of Pinellas Park, and City of Tarpon Springs provide the primary law enforcement dispatch service for their respective jurisdictions, and each operates a Secondary PSAP; and WHEREAS, the Parties recognize and acknowledge that immediate response of first responders is 2 an essential component of effective public safety and that seconds matter in response to a call for help involving an active and imminent threat to life or great bodily harm; and WHEREAS, the Parties further recognize the benefits of a shared common computer-aided dispatch system, including increasing efficiency in workflow, reducing repetition of data entry, and saving time in an emergency situation, which could save lives; and WHEREAS, the Parties further recognize the benefits of shared data through a common records management system, including increasing the efficiency of solving crimes, identifying trends in criminal activity, and forecasting workforce staffing levels for law enforcement; and WHEREAS, in the exercise of its statutory duties, Pinellas County desires to implement a new computer-aided dispatch system to ensure the dispatch of an appropriate emergency response to telephone calls placed to 911; and WHEREAS, many of the computer-aided dispatch and record management systems currently in use throughout Pinellas County have reached or are rapidly approaching the end of their useful life; and WHEREAS, the replacement of the existing independent computer-aided dispatch and records management systems with advanced technology adhering to national data standards is a crucial priority of the Parties; and WHEREAS, the Parties entered into a Memorandum of Understanding which establishes a temporary advisory body, Pinellas Regional Information Management Enterprise (PRIME) to assist in evaluating and making recommendations as to the selection of a vendor pursuant to that certain Request for Proposals No. #21-02 issued by the Sheriff on May 28, 2021 (the “RFP”) the scope of which provides for a shared computer-aided dispatch and records management system to the Parties and Participants; and WHEREAS, the Parties now desire to more permanently establish and maintain PRIME, as a separate legal entity and public body corporate politic pursuant to section 163.01(7), Florida Statutes, with the goal of integrating the various information systems used by emergency response agencies throughout Pinellas County, Florida through advanced integrated technology and standardized reporting methods; and WHEREAS, establishing and maintaining PRIME is in the best interest of the Parties and Participants, their officials, officers, and citizens in that PRIME will (a) offer integrated and standardize response mechanism to meet emergency response needs, (b) create greater purchasing powers through economies of scale, (c) lower the costs associated with the investment and reinvestment into individualized system; and (d) provide assistance on emergency response alternatives and other issues of concern to the Parties; and WHEREAS, the joint exercise of the power to integrate the various existing information systems will be benefited and made more efficient if (a) all computer-aided dispatch systems and records management systems were administered by the same body, and (b) the record-keeping and other administrative functions to be performed by PRIME; and WHEREAS, each of the Parties has duly taken all official action necessary and appropriate to 3 become a party to this Agreement and perform hereunder, including, the passing of any ordinances, resolutions, or taking of other actions required under its respective charter, and other applicable laws and regulations; and WHEREAS, by this Interlocal Agreement, the Parties define the powers of PRIME to include the performance of the duties set forth in this Agreement; and NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the Parties hereby agree as follows: Article I. General Provisions Section 1.01 Recitals Incorporated. The recitals set forth above are agreed upon as true, correct, and intended to be incorporated and made a part of this Agreement as if fully contained herein. Section 1.02 Purpose. In addition to the public purposes stated in the incorporated recitals, the Parties have entered this Agreement to implement, operate, and maintain the new unified Computer- Aided Dispatch and Records Management System as procured and provided through the Vendor throughout the entire geographic area of Pinellas County, Florida (the "System"), to provide for the long-term operation and maintenance of the System. Section 1.03 Scope. The Parties intend that this Agreement shall in all respects govern and provide for the powers, duties, and responsibilities of PRIME as a separately created entity governing the implementation, operation, maintenance, and upgrade of the System. Section 1.04 Definitions. As used in this Agreement, (a) "Board" means the governing body of PRIME by a Board of Directors as defined in Article V of this Agreement. (b) "Executive Director" is the individual responsible for the oversight of PRIME and managing staff assigned to PRIME as defined in Article VI. (c) "FIBRS" means Florida Incident-Based Reporting System, an incident-based reporting system used by law enforcement agencies throughout Florida for collecting and reporting data on crimes. Local agencies generate FIBRS data from their records management systems. (d) "NIBRS" means National Incident-Based Reporting System, an incident-based reporting system used by law enforcement agencies in the United States for collecting and reporting data on crimes. Local, state, and federal agencies generate NIBRS data from their records management systems. (e) “NFIRS” means National Fire Incident Reporting System, an incident-based reporting system used by fire departments in the United States for collecting and reporting data on fire, emergency medical services, and severe weather or natural disasters. Local, state, and federal agencies generate NFIRS data from their records. (f) “NEMSIS” means National Emergency Medical Services Information System, an incident- based reporting system used by Emergency Medical Services agencies in the United States and territories for collecting and reporting data for patient care information resulting from an 4 emergency 911 call. (g) "Participant" means any Party or other duly authorized entity separately contracting to participate in the System in accordance with the provisions of this Agreement. (h) "Party/Parties" means the City of Clearwater, City of Largo, City of Pinellas Park, City of St. Petersburg, City of Tarpon Springs, Pinellas County Safety and Emergency Services (SES), and Pinellas County Sheriff collectively. (i) "PRIME" means the Pinellas Regional Information Management Enterprise entity formed and established by this Agreement. (j) "Sheriff" means the Pinellas County Sheriff's Office. (k) “System” means the unified computer-aided dispatch and joint records management system provided by the Vendor pursuant to the contract awarded by the Sheriff pursuant to the RFP. (l) "User" means an employee or other authorized agent of a Participant to whom secure and unique credentials are assigned for access to the System on a Participant's behalf. (m) "Vendor" means Intergraph Corporation by and through its Hexagon Safety, Infrastructure & Geospatial division, the entity awarded the contract through the RFP, or its proper successor or assignee. Article II. Establishment of PRIME Section 2.01 Establishment. The Parties hereby jointly establish PRIME as a separate administrative legal entity and public body corporate politic with the specific common power of emergency dispatch and response as specifically authorized in section 163.01, Florida Statutes, and herein. Specifically, PRIME shall have the following powers solely to carry out the purposes of this Agreement and is authorized in its own name under section 163.01, Florida Statutes to: make and enter into contracts; to employ employees; to acquire, manage, maintain, or operate buildings; and to incur debts, liabilities, or obligations which do not constitute the debts, liabilities, or obligations of any of the Parties and which does not constitute borrowing money or issuing bonds. PRIME shall not have the power to levy or collect taxes, nor does this Agreement delegate any police or other governmental regulatory power. Section 2.02 Board of Directors. PRIME will be governed by the Board as described in Article V. Section 2.03 Administration. PRIME will administer the System on behalf of the Participants pursuant to the terms, conditions, powers, authorities, and limitations set forth in this Agreement. Section 2.04 Staffing. PRIME staff will oversee the implementation of the System and maintain its associated database. Section 2.05 Project Management. PRIME will provide project management services for the implementation and maintenance of the System and the Parties. Section 2.06 Deliverables. PRIME will ensure that the Vendor performs its responsibilities under the Vendor contract. 5 Section 2.07 System Configuration. PRIME will configure the System as one unified, countywide application adhering to NIBRS, NFIRS and FIBRS standards. The System map will be configured as one unified, map throughout all of Pinellas County, Florida to allow seamless reporting and analytics. Although the generally applicable configurations will be set by PRIME, each individual Party may nevertheless undertake such unique configurations as are available and desirable to that Party and that do not disrupt the purpose, function, or performance of the county- wide system as determined by the Board. Section 2.08 Party Rights. Each Party will retain the following rights and privileges: a. Data entered into the System by each Party may only be merged, modified, deleted, or edited through a process approved by that Party. b. Each Party retains the right to add or remove User(s) and define User authority levels within their respective organization. c. PRIME will manage global custom form fields as outlined in its bylaws. Additionally, PRIME will support adding local custom fields for each Party and make every reasonable effort to satisfy a Party request for a custom field within three (3) business days. Each Party retains the right to add custom fields to its respective local layouts and forms. d. No Party will be required to “go-live” with its respective local layouts and forms on the System until the Party approves of the individual Party layout, and to the extent the System allows, the configuration options available to the Party. e. Each Party retains the right to extract its data from the System’s data warehouse. This includes the use of third-party applications purchased or developed by the Party as long as the data extraction does not negatively impact performance or other Parties. The Parties understand that the vendor has certain monthly data egress limits and that parties may incur a fee if data extract amounts are above the Party’s share of the total monthly egress limits as determined by the Board. Article III. Responsibilities of the Parties Section 3.01 Procurement. The Sheriff has awarded the contract for the acquisition of the System to the Vendor. Pinellas County, subject to the limitations contained herein, will pay from its funds, the costs of System licensing and implementation for the first two (2) years of System operation. Following the initial two (2) years of this Agreement, the cost of System operation will be allocated in accordance with Article VII. Section 3.02 Staff. The Parties may be called upon to assign experienced personnel from their respective agencies to assist the Executive Director in maintaining and managing the System, including its operating system, system software, database management software, and other necessary hardware and software components to operate and manage the System. Personnel may be assigned full-time or part-time. The Party assigning a staff member will remain responsible for establishing the salary and benefits, including any applicable overtime and workers compensation and making all 6 payments due to any person assigned to PRIME as staff until the term of this Agreement expires or the person is removed from the PRIME staff assignment. Since continuity is required, a Party will not remove their assigned staff members during the term of this Agreement absent good cause, which is solely determined by the assigning Party’s own policies and procedures. Any Party removing a staff member from PRIME shall notify the Executive Director as soon as possible who will immediately request a replacement the staff member from the same Party. If a replacement staff member is not provided within ten business days by the removing Party, a replacement staff member may be requested by the Executive Director from another Party. Section 3.03 PRIME Operation Fund. The Sheriff will establish an internal intergovernmental fund for the benefit of PRIME operations, which shall be known as the PRIME Operation Fund. The Board is authorized to make and approve expenditures from the PRIME Operation Fund consistent with this Agreement. All funds held in the PRIME Operation Fund shall be invested in an interest-bearing account consistent with all respective investment policies adopted by the Parties pursuant to chapter 218, Florida Statutes, and the title to such interest shall vest in the PRIME Operation Fund for the purposes of authorizing expenditures from the PRIME Operation Fund consistent with this Agreement. The funds therein shall not be co-mingled with any other funds. Section 3.04 System Oversight. The Board shall oversee the System as described in Article V. Section 3.05 Auditing. Consistent with section 163.01(5)(q), Florida Statutes, the Sheriff will require an independent, external auditor or the Inspector General to audit all receipts and disbursements from the PRIME Operation Fund annually for compliance with this Agreement and generally accepted accounting principles (GAAP), and will report thereon to the Board and the Parties. Any Party may inspect the books and records of the PRIME Operation Fund at any time. Section 3.06 Additional Administrative Responsibilities. The Parties shall provide PRIME with reasonable assistance in performing its duties under this Agreement. Such assistance shall include administrative, clerical and compliance-related functions, including those required by the Florida Sunshine Act. Participant staff shall assist PRIME in the preparation of its annual budget and quarterly or other financial reports. Section 3.07 Deposit of Funds. The Sheriff will deposit all money collected from Parties and Participants for the operation of the System into the PRIME Operation Fund. Section 3.08 Participant Responsibilities. The Parties shall further have all responsibilities of Participants as set forth in Article IV of this Agreement. Article IV. Responsibilities of Participants Section 4.01 Payment. Participants will, subject to appropriation, make annual payments to the Sheriff f/b/o the PRIME Operation Fund to be expended for the purposes set forth in this Agreement in accordance with the cost allocations of Article VII and in accordance with the schedule in Section 7.04. Section 4.02 Operation. Participants will ensure that their personnel utilize the System according to 7 FDLE CJIS policies, this Agreement, NENA NG9-1-1 Geographic Information Systems Data Model Standards where applicable, and the policies and procedures that PRIME may, from time to time, adopt and amend, including those that require the standardization of data and data entry procedures. Section 4.03 Network Connectivity. Participants will, at their own expense, provide network connectivity to the System that must conform to the minimum specifications adopted by PRIME, which may from time to time be amended based on the operating needs of the System. Section 4.04 Hardware. Participants shall, at their own expense, procure and maintain such hardware as may be necessary for use of the System by personnel and that must conform to minimum specifications adopted by PRIME, which may from time to time be amended based on the operating needs of the System. Section 4.05 Data Ownership. Participants will retain ownership of all electronic data they provide to the System. Section 4.06 Non-party Participants. All Participants which are not otherwise a Party to this Agreement shall be required by separate contract to comply with all terms and conditions of a Participant under this Agreement. Article V. PRIME BOARD Section 5.01 Composition. PRIME shall be governed by, and all its powers, authorities, privileges, rights, protections and immunities exercised and protected by a board of directors. The Board shall consist of members appointed as follows: (a) A designee appointed by the Pinellas Police Standards Council; (b) City of Clearwater Chief of Police, or their designee; (c) City of Largo Chief of Police, or their designee; (d) City of Pinellas Park Chief of Police, or their designee; (e) A designee appointed by the Pinellas Fire Chiefs Association; (f) City of St. Petersburg Chief of Police, or their designee; (g) City of Tarpon Springs Chief of Police, or their designee; (h) Director of Pinellas County Safety and Emergency Services, or their designee; and (i) Sheriff, or their designee. Board members shall receive no compensation for their services, but shall be entitled to receive their necessary expenses incurred in the performance of their official duties as set forth in the PRIME Bylaws. Section 5.02 Powers and Duties. The Board shall, subject to applicable law and the terms of this Agreement, have full and complete power to take all actions, do all things, and execute all instruments as it deems necessary or desirable in order to carry out, promote, or advance the objectives, interests, and purposes of PRIME. The Board shall use ordinary care and reasonable diligence in the 8 administration of PRIME. Nothing contained in this Agreement, either expressly or by implication, shall be deemed to impose any duties or responsibilities on the Board other than those expressly set forth in this Agreement. Any determination as to what is in the best interest of PRIME made by the Board in good faith will be conclusive establishment of the proper public interest. Specifically, the Board will: (a) Elect a Board Chair and Vice-Chair; (b) Adopt Bylaws which shall provide for the governance and on-going administration and operation of the Board and its functions related to the System but which shall not provide for additional powers or authorities outside of that established and delegated by this Agreement; (c) Establish a process for each Party to have licensed access for the users in each Party. It is understood the number of Users of each Party may change during a calendar year. No process will restrict the ability of each Party to add licenses for a fraction of a calendar year at the prorated User cost established by the Board; (d) Determine the budget for the annual operation of the System subject to annual acceptance and approval by the Parties; (e) Develop policies and procedures in accordance with Florida's public records laws governing the documentation, retention, ownership, and management of electronic data storage; and (f) Perform any other administrative tasks necessary and proper to carry out the purposes of this Agreement and the goals of standardization and interoperability not otherwise provided for herein. Section 5.03 Finance and Procurement Policies. (a) Authorization. The Board has the exclusive authority to authorize PRIME Operation Fund expenditures. The Board further has the authority to apply for and receive gifts, grants, assistance funds, or bequests which align with the purposes of and which would not create any conflict or issue with the powers delegated under this Agreement, and for which the Board has formally adopted a plan for assuring compliance with any and all terms, conditions, restrictions, or limitations placed on the gift, grant, assistance fund, or bequest. All such funds received shall be deposited into the PRIME Operation Fund unless otherwise restricted. (b) Expenditures from the PRIME Operation Fund. The Board will use monies in the PRIME Operation Fund for the purposes of: (i) Paying the ongoing periodic costs associated with maintaining the System; (ii) Paying the costs of system upgrades or enhancements when such funds have been approved and transferred from the respective Participants; and (iii) Any other purpose the Board may expressly authorize, provided that funds shall only be authorized for costs associated with the System. Section 5.04 Meetings of the Board. All meetings of the Board shall be conducted in accordance with Florida's Sunshine Laws. No Board member shall vote upon any measure which would inure to his or her special private gain or loss (as defined in Section 112.3143(1)(d), 9 Florida Statutes); which he or she knows would inure to the special private gain or loss of any principal by whom he or she is retained or to the parent organization or subsidiary of a corporate principal by which he or she is retained, other than an agency (as such term is defined in Section 112.312(2), Florida Statutes); or which he or she knows would inure to the special private gain or loss of a relative or business associate of the Board member. Section 5.05 Fiscal Year. The Board will operate on a fiscal year of October 1 to September 30. Article VI. Executive Director Section 6.01 Appointment. The Board is authorized to appoint and remove an Executive Director, who will serve the Board and report to the Board Chair. Article VII. Finance Section 7.01 Initial Cost Allocations. Pinellas County agrees to pay a not to exceed amount of nine million three hundred thousand dollars ($9,300,000.00), excluding pro rata costs, from its available funds for the initial costs of the System for the first two (2) years of this Agreement on a schedule as defined in the contract with Vendor, which is attached hereto and incorporated herein as Exhibit A. All parties, other than Pinellas County, agree to pay any remaining balance for the initial costs of the System for the first two (2) years of this Agreement, excluding pro rata costs, as set forth in the preliminary estimate of the initial cost as shown in Exhibit B. The total initial cost of the System, not including reoccurring maintenance, shall not exceed fifteen million dollars ($15,000,000.00). Following the first two (2) years, all costs will be allocated in accordance with Section 7.03. Pro rata costs distributions are further set forth below. Preliminary estimates of the initial pro-rata cost allocations are attached as Exhibit B. Not later than 14-days after contract signing with Vendor, the Board shall provide each Party and Participant with an estimated total initial cost for the first year of the System and the cost attributable to each Party and Participant. The initial cost estimate will include the total costs of the System acquisition, maintenance, operation and the total number of user licenses System- wide. As set forth in section 3.02 and 3.06, Parties assigning a staff member to PRIME will be subject to approval by the Board. Once approved, the respective party will receive a credit to their attributable costs for an amount equal to the hourly rate of such staff member based on reimbursement rates established by the Board. If a Party removes a staff member, any credit applied to the Party’s attributable cost will be adjusted based on the length of service in the billing cycle and the Party’s attributable cost will be adjusted. Section 7.02 Costs Attributable to System and PRIME. All costs will be allocated at the beginning of each year. No refunds will be issued if a Participant chooses to terminate its participation during a term of this Agreement. The following costs are deemed attributable to the System and PRIME, and shall be paid from the PRIME Operation Fund: 10 (a) The total cost of annual System licensing and maintenance paid to the Vendor; (b) The full salary and benefits approved by the Board of the Executive Director and personnel devoting 100% of their duties to the maintenance or operating of the System; (c) Ongoing maintenance costs of System and PRIME equipment; (d) Other costs related to System or PRIME when expressly determined and authorized by the Board including commodities, hardware, professional services, and capital. Section 7.03 System Cost Allocation Formula. The Board shall allocate the cost of System and PRIME among Participants based on the number of users of each participant. Costs that are attributable to law enforcement only will use a formula based on the number of users from law enforcement entities. Costs that are attributable to Pinellas County only (i.e., R911, Fire, EMS) will be paid by Pinellas County Costs that are attributable to all Parties will use a formula based on the total number of users from all Parties. The Board will allocate costs in accordance with the following formulas: Cost per user = (𝑅𝑦𝑟𝑟𝑎𝑙 𝑙𝑙𝑎𝑟𝑎𝑟�ℎ𝑙𝑙 𝑎𝑙𝑎 𝑙𝑎�ℎ𝑙𝑟𝑎𝑙𝑎𝑙𝑎𝑎 𝑎𝑙𝑟𝑟)+(𝑃𝑅𝐼𝑀𝐸 𝑙𝑎𝑟𝑟𝑙𝑙𝑙𝑎𝑙 𝑎𝑙𝑎 𝑙𝑙𝑎𝑟𝑎𝑟�ℎ𝑙𝑎 𝑎𝑙𝑟𝑟𝑟) 𝑅𝑙𝑟𝑎𝑙 𝑀𝑟𝑙𝑎𝑎𝑟 𝑙𝑎 𝑎𝑟𝑟�𝑙𝑟�ℎ𝑦𝑎𝑎 𝑟𝑟𝑎𝑟𝑟 Annual Participant Cost = (Cost per user) x (number of users per participant) Section 7.04 User licenses. Annually, on a date determined by the Board, each Participant will provide a projected number of users anticipated for the next one-year term for the purpose of establishing the PRIME budget and billing of each Participant. Additional users may be added by any Participant at any time during the term of this agreement. Any increase in additional users will be reflected in future billing of the participants. The number of licensed users can only be reduced annually. Section 7.05 Invoice Schedule. The Board, through the Sheriff Finance Director, shall annually invoice each Participant for System operation. Each Participant shall pay such invoices in accordance with the provisions of the Florida Prompt Payment Act. Section 7.06 Fiscal Non-Funding. In the event sufficient budgeted funds are not available or allocated in any fiscal year to a Party during the term of this Agreement, the Party shall immediately notify the Board and all other Parties upon becoming aware of the unavailability of funds and this Agreement shall terminate as to that Party on the last date for which funds are available without penalty or cost to the Party. In the event of termination due to lack of funding, the Party shall be responsible to pay for those costs and services rendered in the current fiscal year up to the date of termination. Non-party Participants which are governmental entities may include fiscal non-funding clauses in its separate agreement. Article VIII. Term and Termination Section 8.01 Effective Date. This Agreement shall become effective upon filing with the Clerk 11 of the Circuit Court for Pinellas County, Florida, as required by section 163.01(11), Florida Statutes. Section 8.02 Term of Agreement. The term of this Agreement shall commence upon the Effective Date and shall continue in full force and effect for five (5) years (the “Initial Term”) subject only to Section 7.06. Thereafter, the Agreement shall automatically renew for successive one (1) year terms, each a “Renewal Term”) unless terminated pursuant to this Agreement. The maximum term, including the Initial Term and all Renewal Term(s) shall be ten (10) years. Any length of term beyond the maximum term established herein must be approved by each Party’s respective governing body. Section 8.03 Termination by Election of Parties. Any Party may terminate this Agreement during the term of the Agreement with or without cause by written notification consistent with section 9.02 after the Initial Term. No monies paid will be refunded. If after the Initial Term, any Party elects not to participate in the next term of the Agreement, the Party must notify the Board and all other Parties in writing pursuant to 9.02 at least one hundred twenty (120) days prior to the expiration of the then- current term so costs may be reconsidered and/or re-allocated among the remaining Parties and Participants. Section 8.04 Completion of Purpose. Upon full and final termination by all Parties the purposes of this Agreement will be complete and any surplus money shall be returned in proportion to the contributions made by the participating Parties pursuant to section 163.01(5)(l), Florida Statutes. Article IX. Miscellaneous Terms Section 9.01 No Joint Venture. This Agreement shall not be construed in such a way that any one Party is or is deemed to be the representative, agent, employee, partner, or joint venture of another Party. The Parties shall neither have the authority to enter into any agreement, nor assume any liability on behalf of any other Party, nor bind or commit the other Party in any manner, except as expressly provided herein. Section 9.02 Notice. All notices required to be given pursuant to this Agreement shall be in writing to the Parties and Board as set forth on the Parties signature page. This information may be updated as set forth in the Bylaws. Notice shall be effective upon being sent electronically with no error message or by being mailed with proper U.S. postage. Section 9.03 Entire Agreement. This Agreement constitutes the entire Agreement with respect to the subject matter hereof and supersedes all other prior and contemporary agreements, understandings, representations, negotiations, and commitments between the Parties with respect to the subject matter hereof. Section 9.04 Approval Required and Binding Effect. This Agreement shall not become effective unless authorized by each Party's respective corporate authorities or governing body. 12 Upon authorization, this Agreement constitutes a legal, valid, and binding agreement, enforceable against the Parties. Section 9.05 Representations. Each Party represents that it has the authority to enter into this Agreement and undertake the duties and obligations contemplated by this Agreement and that it has taken or caused to be taken all necessary action to authorize the execution and delivery of this Agreement. Section 9.06 Indemnification. Each Party agrees to be responsible for their respective employees' acts of negligence when acting within the scope of their employment and agrees to be liable for only such damages resulting from said negligence to the extent permitted by section 768.28, Florida Statutes. Nothing herein is intended to nor shall it be construed as a waiver of any immunity by the Participant or a waiver of any limitation from liability that the Participants are entitled to under the doctrine of sovereign immunity (section 768.28, Florida Statutes). Nothing herein shall be construed as consent by the Parties or Participants to be sued by third Parties in any manner arising out of this Agreement. Section 9.07 Board Liabilities. Subject to the limited waiver of sovereign immunity as provided in section 768.28, Florida Statutes, the entity created by this Agreement will have all protections and limitations of liability afforded by the doctrine of sovereign immunity. Expenses in connection with the preparation and presentation of a defense to any claim, action, suit, or proceeding of the character against the Board may be paid as an expense of the PRIME Operation Fund from time to time upon approval by the Board. No Board liabilities shall be borne by any of the Parties hereto. Subject to applicable law, the Board may, if requested in writing by a Board member, undertake the defense of any claim, action, or proceeding in connection with a matter within the scope of PRIME. The Board may further purchase one or more policies pursuant to the policy of insurance covering potential liabilities, claims, or damages, and/or director and officer coverage, in its discretion. Section 9.08 Amendments. This Agreement may be amended upon the written agreement of the Parties. Section 9.09 Recording. The Sheriff is responsible for recording this Interlocal Agreement. WHEREFORE, this Interlocal Agreement takes effect on the 10th day of June, 2022; the Parties have signed and executed this Agreement as of the dates written below in the County of Pinellas, State of Florida. 18 PINELLAS COUNTY, FLORIDA, by and through its Board of County Commissioners: _______________________________ Charlie Justice, Chairman PINELLAS COUNTY Official Notice: Safety & Emergency Services Director Administration 10750 Ulmerton Rd. Building 1, Suite 343 Largo, FL 33778 (727)464-3835 jfogarty@pinellascounty.org Copy to: Pinellas County Attorney’s Office 315 Court St., 6th Floor Clearwater, FL 33756 Fax: (727) 464-3354 WHEREFORE, this Interlocal Agreement was executed in the County of Pinellas, State of Florida, this _______day of ___________ 2022. DFlIA>TY SHERIFF'S OFFICE Bob Gualtieri,Sheriff PINELLAS COUNTY SHERIFF'S OFFICE Official Notice: Tom Lancto I 0750 Ulmerton Rd Largo,FL 33778 (727)582-6719 TLancto@pcsonet.com Copy to: General Counsel I 0750 Ulmerton Road Largo,FL 33778 Fax:(727)582-6459 19 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1479 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Authorize a purchase order to Alan Jay of Sebring, FL for the purchase of eight Police Pursuit Vehicles in a not to exceed amount of $428,152.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback; authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interests; authorize an increase of $80,000.00 to the current Purchase Order with Enforcement One of Oldsmar, FL for the upfitting of these additional eight vehicles bringing the total annual amount to $330,000.00 pursuant to ITB 46-22, Police Vehicle Upfitting Services, and authorize the appropriate officials to execute same. (consent) SUMMARY: The fiscal year 2023/24 approved budget included the addition of seven new police officers for the Clearwater Police Department (CPD). Additionally, on August 3, 2023, City Council approved (agenda item #23-0860) CPD to enter into an agreement with Countryside Christian Academy and Preschool of Pinellas County, Florida to provide a Police Safety Officer for a five-year period commencing August 1, 2023. This agreement also provides funding for an additional Police Pursuit Vehicle. Due to timing of budget approvals, the additional vehicles needed to support these officers were not included in the master vehicle approval list approved by the City Council on August 17, 2023 (agenda item #23-0945). Authorization is requested to piggyback off Sourcewell Contract #091521-NAF, Cars, Trucks, Vans, SUVs, Cab Chassis & Other Vehicles - valid through November 8, 2025, pursuant to Clearwater Code 2.563(1)(c) for the purchase of the eight Police Pursuit vehicles. Finally, in order to upfit these vehicles to road ready condition, CPD is requesting an increase of $80,000.00 to the current Purchase Order with Enforcement One bringing the total to $330,000.00. The intention is to have the vehicles upfitted by end of Fiscal Year (FY) 24 however, with current market conditions, upfitting may not happen until early FY25. The original award of ITB 46-22 Police Vehicle Upfitting Services was approved by Council on 10/06/22. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will increase capital project L2301, Motorized Equipment Purchases, by $428,152.00 in lease purchase revenue to fund the vehicle purchase order. Sufficient funds are available in the Police Department operating budget to fund the additional $80,000.00 needed for vehicle upfitting. STRATEGIC PRIORITY: This item is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 11/28/2023 2024 Model Year FLORIDA Price Schedule CONTRACT # 091521-NAF & 060920-NAF 5330 US HWY 27 SOUTH, SEBRING FL 33870 863-402-4234 chris.wilson@alanjay.com July 2023 Market Update: Is there light at the end of the tunnel? With the open of 2024 order banks, the auto industry appears to be emerging from the global supply chain shortages. We are being provided a positive outlook by some of our manufacturers while others are having a more difficult time. o Toyota – Good allocation for full product line of 2024 vehicles, pricing to be released in August/September. o Nissan – Good allocation for full product line of 2024 vehicles, all pricing is currently available o Ford – Good allocation for full product lie of 2024 vehicles, all pricing is currently available. Every vehicle order will have to be approved through the Ford Order Verification Program (FOVP). This requires a signed quote and Letter of Intent or a Signed PO for every order placed. o Stellantis (Chrysler, Dodge, JEEP, RAM) – We will have limited offerings, but most pricing is currently available. Unfortunately, we will not have access to Promaster nor 3500/4500/5500 Chassis for municipal fleet once again for 2024 production. o General Motors – The entire product line from GM is on what has been termed controlled allocation. This is unprecedented ideology in municipal fleet as we have never worried about allocation. As GM’s largest volume municipal dealer in the US, Alan Jay is working diligently to obtain as much allocation as possible to fill your agency’s needs. Though many GM vehicles have pricing released for 2024, we are still awaiting others. The following is listing of 2024 production vehicles and associated equipment in conformance with our Sourcewell bid award. Please note that all models listed are not currently available & those without pricing indicated have yet to be published. Updates with additional pricing will follow. “Strive not to be a success, but rather to be of value.” – Albert Einstein. 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2024 CC10706 1FL 9C1 2024 CHEVY TAHOE POLICE 2WD $53,364 $49,721 2 2024 CK10706 1FL 9C1 2024 CHEVY TAHOE POLICE 4WD $56,459 $52,733 3 2024 CK10543 1WT 9C1 2024 CHEVY SILVERADO 1500 CREW CAB POLICE PACKAGE 4WD 5.5' BED WORK TRUCK 147''WB $45,800 $44,438 4 2024 CK10706 1FL 5W4 2024 CHEVY TAHOE SPECIAL SERVICE 4WD TBA TBA 5 2024 CK10543 1WT 5W4 2024 CHEVY SILVERADO 1500 CREW CAB SPECIAL SERVICE 4WD 5.5' BED WORK TRUCK 147''WB TBA TBA 6 2024 1ZC69 1FL 2024 CHEVY MALIBU 1FL $24,700 $24,271 7 2024 1ZD69 1LT 2024 CHEVY MALIBU 1LT $28,100 $27,734 8 2024 1DR48 1SB 2024 CHEVY SPARK LS CVT TBA TBA 9 2024 1DS48 1LT 2024 CHEVY SPARK 1LT CVT TBA TBA 10 2024 1TR58 2024 CHEVY TRAX 1LS 2WD $20,400 $21,355 11 2024 1TU58 2024 CHEVY TRAX 1LT 2WD $22,300 $23,290 12 2024 1TR56 2024 CHEVY TRAIL BLAZER 1LS 2WD $23,100 $23,190 13 2024 1TV56 2024 CHEVY TRAIL BLAZER 1LS 4WD $25,100 $25,228 14 2024 1XP26 1LS 2024 CHEVY Equinox 2WD LS $26,600 $25,375 15 2024 1XP26 1FL 2024 CHEVY Equinox 2WD 1FL $26,850 $25,626 16 2024 1XR26 1LT 2024 CHEVY Equinox 2WD 1LT $29,495 $28,292 17 2024 1XR26 2FL 2024 CHEVY Equinox 2WD 2FL $28,150 $26,936 18 2024 1XS26 1LZ 2024 CHEVY Equinox 2WD PREMIER $31,800 $30,615 19 2024 1XX26 1LS 2024 CHEVY Equinox AWD LS $28,200 $26,987 20 2024 1XX26 1FL 2024 CHEVY Equinox AWD 1FL $28,450 $27,239 21 2024 1XY26 1LT 2024 CHEVY Equinox AWD LT $31,095 $29,904 22 2024 1XY26 2FL 2024 CHEVY Equinox AWD 2FL $29,750 $28,549 23 2024 1XZ26 1LZ 2024 CHEVY Equinox AWD PREMIER $33,400 $32,228 24 2024 1NK26 2024 CHEVY BLAZER 2LT 2WD $35,400 $34,616 25 2024 1NR26 2024 CHEVY BLAZER 2LT AWD $38,100 $37,338 26 2024 1NB56 1LS 2024 CHEVY TRAVERSE 2WD LS TBA TBA 27 2024 1NB56 1FL 2024 CHEVY TRAVERSE 2WD 1FL TBA TBA 28 2024 1NC56 1LT 2024 CHEVY TRAVERSE 2WD 1LT TBA TBA 29 2024 1NC56 2FL 2024 CHEVY TRAVERSE 2WD 2FL TBA TBA 30 2024 1NC56 3LT 2024 CHEVY TRAVERSE 2WD 3LT LEATHER TBA TBA 31 2024 1NV56 1LS 2024 CHEVY TRAVERSE AWD LS TBA TBA 32 2024 1NV56 1FL 2024 CHEVY TRAVERSE AWD 1FL TBA TBA CHEVY 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 33 2024 1NW56 2FL 2024 CHEVY TRAVERSE AWD 2FL TBA TBA 34 2024 1NW56 1LT 2024 CHEVY TRAVERSE AWD LT TBA TBA 35 2024 1NW56 3LT 2024 CHEVY TRAVERSE AWD 3LT LEATHER TBA TBA 36 2024 CC10706 1FL 2024 CHEVY TAHOE 2WD COMMERCIAL 2WD 1FL TBA TBA 37 2024 CC10706 1LS 2024 CHEVY TAHOE 2WD 1LS TBA TBA 38 2024 CC10706 1LT 2024 CHEVY TAHOE 2WD 1LT TBA TBA 39 2024 CC10706 RST 2024 CHEVY TAHOE 2WD RST TBA TBA 40 2024 CC10706 1LZ 2024 CHEVY TAHOE 2WD 1LZ PREMIER TBA TBA 41 2024 CK10706 1FL 2024 CHEVY TAHOE COMMERCIAL 4WD 1FL TBA TBA 42 2024 CK10706 1LS 2024 CHEVY TAHOE 4WD 1LS TBA TBA 43 2024 CK10706 1LT 2024 CHEVY TAHOE 4WD 1LT TBA TBA 44 2024 CK10706 2Z7 2024 CHEVY TAHOE 4WD Z71 TBA TBA 45 2024 CK10706 1SP 2024 CHEVY TAHOE 4WD RST TBA TBA 46 2024 CK10706 1LZ 2024 CHEVY TAHOE 4WD 1LZ PREMIER TBA TBA 47 2024 CC10906 1FL 2024 CHEVY SUBURBAN 1500 COMMERCIAL 2WD TBA TBA 48 2024 CC10906 1LS 2024 CHEVY SUBURBAN 1500 2WD 1LS TBA TBA 49 2024 CC10906 1LT 2024 CHEVY SUBURBAN 1500 2WD 1LT TBA TBA 50 2024 CC10906 1SP 2024 CHEVY SUBURBAN 1500 2WD RST TBA TBA 51 2024 CC10906 1LZ 2024 CHEVY SUBURBAN 1500 2WD 1LZ PREMIER TBA TBA 52 2024 CK10906 1FL 2024 CHEVY SUBURBAN 1500 COMMERCIAL 4WD TBA TBA 53 2024 CK10906 1LS 2024 CHEVY SUBURBAN 1500 4WD 1LS TBA TBA 54 2024 CK10906 1LT 2024 CHEVY SUBURBAN 1500 4WD 1LT TBA TBA 55 2024 CK10906 2Z7 2024 CHEVY SUBURBAN 1500 4WD Z71 TBA TBA 56 2024 CK10906 RST 2024 CHEVY SUBURBAN 1500 4WD RST TBA TBA 57 2024 CK10906 1LZ 2024 CHEVY SUBURBAN 1500 4WD 1LZ PREMIER TBA TBA 58 2024 CG23406 1LS 2024 CHEVY EXPRESS PASSENGER 2500 1LS 135"WB (12-PASSENGER BASE)$44,900 $42,453 59 2024 CG23406 1LT 2024 CHEVY EXPRESS PASSENGER 2500 1LT 135"WB (12-PASSENGER BASE)$47,000 $44,469 60 2024 CG33406 1LS 2024 CHEVY EXPRESS PASSENGER 3500 1LS 135"WB (12-PASSENGER BASE)$46,100 $43,200 61 2024 CG33406 1LT 2024 CHEVY EXPRESS PASSENGER 3500 1LT 135"WB (12-PASSENGER BASE)$47,800 $44,832 62 2024 CG33706 1LS 2024 CHEVY EXPRESS PASSENGER 3500 1LS 155"WB (12-PASSENGER BASE)$46,900 $44,425 63 2024 CG33706 1LT 2024 CHEVY EXPRESS PASSENGER 3500 1LT 155"WB (12-PASSENGER BASE)$48,600 $46,057 64 2024 CG23405 2024 CHEVY EXPRESS CARGO 2500 135" WB (NO REAR GLASS)$40,700 $38,530 CHEVY 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 65 2024 CG23705 2024 CHEVY EXPRESS CARGO 2500 155" WB (NO REAR GLASS)$42,600 $40,403 66 2024 CG33405 2024 CHEVY EXPRESS CARGO 3500 135" WB (NO REAR GLASS)$43,800 $41,150 67 2024 CG33705 2024 CHEVY EXPRESS CARGO 3500 155" WB (NO REAR GLASS)$44,600 $41,939 68 2024 CG33503 1WT 2024 CHEVY EXPRESS COMMERCIAL 3500 SRW CUTAWAY 139"WB 9,900 GVWR $36,500 $33,952 69 2024 CG33803 1WT 2024 CHEVY EXPRESS COMMERCIAL 3500 CUTAWAY 1WT 159"WB 10,050 GVWR $38,500 $35,924 70 2024 CG33903 1WT 2024 CHEVY EXPRESS COMMERCIAL 3500 CUTAWAY 1WT 177"WB 12,300 GVWR $38,200 $35,628 71 2024 CG33803 2WT 2024 CHEVY EXPRESS COMMERCIAL 4500 CUTAWAY 2WT 159"WB 14,200 GVWR $40,800 $38,192 72 2024 CG33903 2WT 2024 CHEVY EXPRESS COMMERCIAL 4500 CUTAWAY 2WT 177"WB 14,200 GVWR $41,000 $38,389 73 2024 12M53 2WT 2024 CHEVY COLORADO EXTENDED CAB 2WD 6' BED WORK TRUCK 128.3"WB TBA TBA 74 2024 12N53 2LT 2024 CHEVY COLORADO EXTENDED CAB 2WD 6' BED LT 128.3" WB TBA TBA 75 2024 12M53 4WT 2024 CHEVY COLORADO EXTENDED CAB 4WD 6' BED WORK TRUCK 128.3" WB TBA TBA 76 2024 12N53 4LT 2024 CHEVY COLORADO EXTENDED CAB 4WD 6' BED LT 128.3" WB TBA TBA 77 2024 12P53 Z71 2024 CHEVY COLORADO EXTENDED CAB 4WD 6' BED Z71 128.3" WB TBA TBA 78 2024 12M43 2WT 2024 CHEVY COLORADO CREW CAB 2WD 5' BED WORK TRUCK 128.3"WB TBA TBA 79 2024 12N43 2LT 2024 CHEVY COLORADO CREW CAB 2WD 5' BED LT 128.3"WB TBA TBA 80 2024 12M43 4WT 2024 CHEVY COLORADO CREW CAB 4WD 5' BED WORK TRUCK 128.3"WB TBA TBA 81 2024 12N43 4LT 2024 CHEVY COLORADO CREW CAB 4WD 5' BED LT 128.3"WB TBA TBA 82 2024 12P43 Z71 2024 CHEVY COLORADO CREW CAB 4WD 5' BED Z71 128.3" WB TBA TBA 83 2024 12T43 2WT 2024 CHEVY COLORADO CREW CAB 2WD 6' BED WORK TRUCK 140.5"WB TBA TBA 84 2024 12U43 2LT 2024 CHEVY COLORADO CREW CAB 2WD 6' BED LT 140.5"WB TBA TBA 85 2024 12T43 4WT 2024 CHEVY COLORADO CREW CAB 4WD 6' BED WORK TRUCK 140.5"WB TBA TBA 86 2024 12U43 4LT 2024 CHEVY COLORADO CREW CAB 4WD 6' BED LT 140.5"WB TBA TBA 87 2024 12V43 Z71 2024 CHEVY COLORADO CREW CAB 4WD 6' BED Z71 140.5 WB TBA TBA 88 2024 CT35843 2024 CHEVY Silverado EV 3WT $72,905 $79,451 89 2024 CT35843 4WT 2024 CHEVY Silverado EV 4WT $77,905 $84,741 90 2024 CC10703 1WT 2024 CHEVY SILVERADO 1500 REGULAR CAB 2WD 6.5' BED WORK TRUCK 126'' WB $36,800 $38,025 91 2024 CK10703 1WT 2024 CHEVY SILVERADO 1500 REGULAR CAB 4WD 6.5' BED WORK TRUCK 126'' WB $41,400 $42,041 92 2024 CC10903 1WT 2024 CHEVY SILVERADO 1500 REGULAR CAB 2WD 8' BED WORK TRUCK 140" WB $37,000 $38,228 93 2024 CK10903 1WT 2024 CHEVY SILVERADO 1500 REGULAR CAB 4WD 8' BED WORK TRUCK 140" WB $41,600 $42,244 94 2024 CC10753 1WT 2024 CHEVY SILVERADO 1500 DOUBLE CAB 2WD 6.5' BED WORK TRUCK 147"WB $40,100 $39,412 95 2024 CC10753 1CX 2024 CHEVY SILVERADO 1500 DOUBLE CAB 2WD 6.5' BED 1CX 147"WB $43,600 $42,491 96 2024 CC10753 1LT 2024 CHEVY SILVERADO 1500 DOUBLE CAB 2WD 6.5' BED 1LT 147"WB $48,000 $46,388 CHEVY 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 97 2024 CK10753 1WT 2024 CHEVY SILVERADO 1500 DOUBLE CAB 4WD 6.5' BED WORK TRUCK 147"WB $43,400 $42,109 98 2024 CK10753 1CX 2024 CHEVY SILVERADO 1500 DOUBLE CAB 4WD 6.5' BED 1CX 147"WB $46,900 $45,152 99 2024 CK10753 1LT 2024 CHEVY SILVERADO 1500 DOUBLE CAB 4WD 6.5' BED 1LT 147"WB $50,100 $47,820 100 2024 CC10543 1WT 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 5.5' BED WORK TRUCK 147"WB $42,500 $41,741 101 2024 CC10543 1CX 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 5.5' BED 1CX 147"WB $45,900 $44,693 102 2024 CC10543 1LT 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 5.5' BED 1LT 147"WB $50,400 $48,664 103 2024 CC10543 1LZ 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 5.5' BED LTZ 147"WB $57,200 $55,421 104 2024 CK10543 1WT 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 5.5' BED WORK TRUCK 147"WB $45,800 $44,438 105 2024 CK10543 1CX 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 5.5' BED 1CX 147"WB $49,300 $47,454 106 2024 CK10543 1LT 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 5.5' BED 1LT 147"WB $53,700 $51,288 107 2024 CK10543 1LZ 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 5.5' BED 147"WB $60,500 $58,046 108 2024 CC10743 1WT 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 6.5' BED WORK TRUCK 157"WB $42,800 $42,045 109 2024 CC10743 1LT 2024 CHEVY SILVERADO 1500 CREW CAB 2WD 6.5' BED 1LT 157"WB $50,700 $48,962 110 2024 CK10743 1WT 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 6.5' BED WORK TRUCK 157"WB $46,100 $44,742 111 2024 CK10743 1CX 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 6.5' BED 1CX 157"WB $52,100 $50,266 112 2024 CK10743 1LT 2024 CHEVY SILVERADO 1500 CREW CAB 4WD 6.5' BED 1LT 157"WB $54,000 $51,586 113 2024 CC20903 1WT 2024 CHEVY SILVERADO 2500HD REGULAR CAB 2WD 8' BED WORK TRUCK $43,400 $43,208 114 2024 CC20903 1LT 2024 CHEVY SILVERADO 2500HD REGULAR CAB 2WD 8' BED 1LT $47,400 $46,687 115 2024 CK20903 1WT 2024 CHEVY SILVERADO 2500HD REGULAR CAB 4WD 8' BED WORK TRUCK $46,200 $45,350 116 2024 CK20903 1LT 2024 CHEVY SILVERADO 2500HD REGULAR CAB 4WD 8' BED 1LT $50,200 $48,800 117 2024 CC20753 1WT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 2WD 6.5' BED WORK TRUCK $45,100 $43,706 118 2024 CC20753 1LT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 2WD 6.5' BED 1LT $49,400 $47,464 119 2024 CK20753 1WT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 4WD 6.5' BED WORK TRUCK $47,900 $45,849 120 2024 CK20753 1LT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 4WD 6.5' BED 1LT $52,200 $49,576 121 2024 CC20953 1WT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 2WD 8' BED WORK TRUCK $45,300 $43,906 122 2024 CC20953 1LT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 2WD 8' BED 1LT $49,600 $47,661 123 2024 CK20953 1WT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 4WD 8' BED WORK TRUCK $48,100 $46,049 124 2024 CK20953 1LT 2024 CHEVY SILVERADO 2500HD DOUBLE CAB 4WD 8' BED 1LT $52,400 $49,774 125 2024 CC20743 1WT 2024 CHEVY SILVERADO 2500HD CREW CAB 2WD 6.5' BED WORK TRUCK $46,900 $45,723 126 2024 CC20743 1LT 2024 CHEVY SILVERADO 2500HD CREW CAB 2WD 6.5' BED 1LT $51,200 $49,461 127 2024 CK20743 1WT 2024 CHEVY SILVERADO 2500HD CREW CAB 4WD 6.5' BED WORK TRUCK $49,700 $47,867 128 2024 CK20743 1LT 2024 CHEVY SILVERADO 2500HD CREW CAB 4WD 6.5' BED 1LT $54,000 $51,573 CHEVY 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 129 2024 CC20943 1WT 2024 CHEVY SILVERADO 2500HD CREW CAB 2WD 8' BED WORK TRUCK $47,100 $45,923 130 2024 CC20943 1LT 2024 CHEVY SILVERADO 2500HD CREW CAB 2WD 8' BED 1LT $51,400 $49,658 131 2024 CK20943 1WT 2024 CHEVY SILVERADO 2500HD CREW CAB 4WD 8' BED WORK TRUCK $49,900 $48,066 132 2024 CK20943 1LT 2024 CHEVY SILVERADO 2500HD CREW CAB 4WD 8' BED 1LT $53,900 $51,475 133 2024 CC30903 1WT SRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 2WD SRW 8' BED WORK TRUCK $44,600 $44,406 134 2024 CC30903 1LT SRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 2WD SRW 8' BED 1LT $48,600 $47,873 135 2024 CK30903 1WT SRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 4WD SRW 8' BED WORK TRUCK $47,400 $46,550 136 2024 CK30903 1LT SRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 4WD SRW 8' BED 1LT $51,400 $49,986 137 2024 CC30953 1WT SRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 2WD SRW 8' BED WORK TRUCK $46,500 $45,105 138 2024 CC30953 1LT SRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 2WD SRW 8' BED 1LT $50,800 $48,847 139 2024 CK30953 1WT SRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 4WD SRW 8' BED WORK TRUCK $49,300 $47,248 140 2024 CK30953 1LT SRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 4WD SRW 8' BED 1LT $53,600 $50,960 141 2024 CC30743 1WT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD SRW 6.5' BED WORK TRUCK $48,100 $46,922 142 2024 CC30743 1LT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD SRW 6.5' BED 1LT $52,400 $50,647 143 2024 CK30743 1WT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD SRW 6.5' BED WORK TRUCK $50,900 $49,065 144 2024 CK30743 1LT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD SRW 6.5' BED 1LT $55,200 $52,759 145 2024 CC30943 1WT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD SRW 8' BED WORK TRUCK $48,300 $47,121 146 2024 CC30943 1LT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD SRW 8' BED 1LT $52,600 $50,844 147 2024 CK30943 1WT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD SRW 8' BED WORK TRUCK $51,100 $49,265 148 2024 CK30943 1LT SRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD SRW 8' BED 1LT $55,400 $52,957 149 2024 CC30903 1WT DRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 2WD DRW 8' BED WORK TRUCK $45,800 $45,605 150 2024 CC30903 1LT DRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 2WD DRW 8' BED 1LT $50,000 $49,257 151 2024 CK30903 1WT DRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 4WD DRW 8' BED WORK TRUCK $48,600 $47,749 152 2024 CK30903 1LT DRW 2024 CHEVY SILVERADO 3500HD REGULAR CAB 4WD DRW 8' BED 1LT $52,800 $51,369 153 2024 CC30953 1WT DRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 2WD DRW 8' BED WORK TRUCK $47,700 $46,304 154 2024 CC30953 1LT DRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 2WD DRW 8' BED 1LT $52,200 $50,231 155 2024 CK30953 1WT DRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 4WD DRW 8' BED WORK TRUCK $50,500 $48,448 156 2024 CK30953 1LT DRW 2024 CHEVY SILVERADO 3500HD DOUBLE CAB 4WD DRW 8' BED 1LT $55,000 $52,343 157 2024 CC30943 1WT DRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD DRW 8' BED WORK TRUCK $49,500 $48,320 158 2024 CC30943 1LT DRW 2024 CHEVY SILVERADO 3500HD CREW CAB 2WD DRW 8' BED 1LT $54,000 $52,228 159 2024 CK30943 1WT DRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD DRW 8' BED WORK TRUCK $52,300 $50,464 160 2024 CK30943 1LT DRW 2024 CHEVY SILVERADO 3500HD CREW CAB 4WD DRW 8' BED 1LT $56,800 $54,340 CHEVY 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 161 2024 CC31003 1WT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 2WD DRW 60"CA WORK TRUCK $43,700 $43,399 162 2024 CC31003 1LT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 2WD DRW 60"CA 1LT $47,800 $46,973 163 2024 CK31003 1WT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 4WD DRW 60"CA WORK TRUCK $46,500 $45,541 164 2024 CK31003 1LT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 4WD DRW 60"CA 1LT $50,600 $49,086 165 2024 CC31403 1WT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 2WD DRW 84"CA WORK TRUCK $43,900 $43,598 166 2024 CC31403 1LT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 2WD DRW 84"CA 1LT $48,000 $47,171 167 2024 CK31403 1WT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 4WD DRW 84"CA WORK TRUCK $46,700 $45,741 168 2024 CK31403 1LT 2024 CHEVY SILVERADO 3500HD REG CAB CHASSIS 4WD DRW 84"CA 1LT $50,800 $49,284 169 2024 CC31043 1WT 2024 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 2WD DRW 60"CA WORK TRUCK $47,400 $46,550 170 2024 CC31043 1LT 2024 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 2WD DRW 60"CA 1LT $51,800 $50,381 171 2024 CK31043 1WT 2024 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 4WD DRW 60"CA WORK TRUCK $50,200 $48,693 172 2024 CK31043 1LT 2024 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 4WD DRW 60"CA 1LT $54,600 $52,493 173 2024 CP11003 2024 CHEVY 3500 HG LCF L8T GAS 109" WB REGULAR CAB 86.5"CA $54,315 $46,838 174 2024 CP12003 2024 CHEVY 3500 HG LCF L8T GAS 132.5" WB REGULAR CAB 110"CA $55,175 $47,560 175 2024 CP13003 2024 CHEVY 3500 HG LCF L8T GAS 150" WB REGULAR CAB 127.50"CA $56,390 $48,579 176 2024 CP14003 2024 CHEVY 3500 HG LCF L8T GAS 176" WB REGULAR CAB 153.5"CA $57,055 $49,137 177 2024 CP31003 2024 CHEVY 4500 HG LCF L8T GAS 109" WB REGULAR CAB 86.5"CA $57,140 $49,208 178 2024 CP32003 2024 CHEVY 4500 HG LCF L8T GAS 132.5" WB REGULAR CAB 110"CA $57,995 $49,925 179 2024 CP33003 2024 CHEVY 4500 HG LCF L8T GAS 150" WB REGULAR CAB 127.5"CA $59,200 $50,936 180 2024 CP34003 2024 CHEVY 4500 HG LCF L8T GAS 176" WB REGULAR CAB 153.5"CA $59,860 $51,490 181 2024 CP52003 2024 CHEVY 5500 HG LCF L8T GAS 132.5'' WB REGULAR CAB 110''CA $62,600 $53,839 182 2024 CP13043 2024 CHEVY 3500 HG LCF L8T GAS 150" WB CREW CAB 88.5"CA $62,690 $53,864 183 2024 CP14043 2024 CHEVY 3500 HG LCF L8T GAS 176" WB CREW CAB 114.5"CA $63,355 $54,421 184 2024 CP53003 2024 CHEVY 5500 HG LCF L8T GAS 150'' WB REG CAB 127.5'' CA $64,030 $54,988 185 2024 CP62003 2024 CHEVY 5500 XG LCF L8T GAS 132.5'' WB REG CAB 110'' CA $64,230 $55,156 186 2024 CP54003 2024 CHEVY 5500 HG LCF L8T GAS 176'' WB REG CAB 153.5'' CA $64,775 $55,612 187 2024 CP33043 2024 CHEVY 4500 HG LCF L8T GAS 150" WB CREW CAB 88.5"CA $65,505 $56,225 188 2024 CP63003 2024 CHEVY 5500 XG LCF L8T GAS 150'' WB REG CAB 127.5'' CA $65,605 $56,309 189 2024 CP34043 2024 CHEVY 4500 HG LCF L8T GAS 176" WB CREW CAB 114.5"CA $66,160 $56,774 190 2024 CP64003 2024 CHEVY 5500 XG LCF L8T GAS 176'' WB REG CAB 153.5'' CA $66,350 $56,934 191 2025 CT31003 2025 CHEVY 4500HD LCF DIESEL 109" WB REGULAR CAB 86.5"CA TBA TBA 192 2025 CT32003 2025 CHEVY 4500HD LCF DIESEL 132.5" WB REGULAR CAB 110"CA TBA TBA CHEVY 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 193 2025 CT33003 2025 CHEVY 4500HD LCF DIESEL 150" WB REGULAR CAB 127.5"CA TBA TBA 194 2025 CT34003 2025 CHEVY 4500HD LCF DIESEL 176" WB REGULAR CAB 153.5"CA TBA TBA 195 2025 CT41003 2025 CHEVY 4500XD LCF DIESEL 109" WB REGULAR CAB 86.5"CA TBA TBA 196 2025 CT42003 2025 CHEVY 4500XD LCF DIESEL 132.5" WB REGULAR CAB 110"CA TBA TBA 197 2025 CT43003 2025 CHEVY 4500XD LCF DIESEL 150" WB REGULAR CAB 127.5"CA TBA TBA 198 2025 CT44003 2025 CHEVY 4500XD LCF DIESEL 176" WB REGULAR CAB 153.5"CA TBA TBA 199 2025 CT51003 2025 CHEVY 5500HD LCF DIESEL 109" WB REGULAR CAB 86.5"CA TBA TBA 200 2025 CT52003 2025 CHEVY 5500HD LCF DIESEL 132.5" WB REGULAR CAB 110"CA TBA TBA 201 2025 CT33043 2025 CHEVY 4500HD LCF DIESEL 150" WB CREW CAB 88.5"CA TBA TBA 202 2025 CT53003 2025 CHEVY 5500HD LCF DIESEL 150" WB REGULAR CAB 127.5"CA TBA TBA 203 2025 CT34043 2025 CHEVY 4500HD LCF DIESEL 176" WB CREW CAB 114.5"CA TBA TBA 204 2025 CT54003 2025 CHEVY 5500HD LCF DIESEL 176" WB REGULAR CAB 153.5"CA TBA TBA 205 2025 CT61003 2025 CHEVY 5500XD LCF DIESEL 109" WB REGULAR CAB 86.5"CA TBA TBA 206 2025 CT43043 2025 CHEVY 4500XD LCF DIESEL 150" WB CREW CAB 88.5"CA TBA TBA 207 2025 CT62003 2025 CHEVY 5500XD LCF DIESEL 132.5" WB REGULAR CAB 110"CA TBA TBA 208 2025 CT63003 2025 CHEVY 5500XD LCF DIESEL 150" WB REGULAR CAB 127.5"CA TBA TBA 209 2025 CT44043 2025 CHEVY 4500XD LCF DIESEL 176" WB CREW CAB 114.5"CA TBA TBA 210 2025 CT64003 2025 CHEVY 5500XD LCF DIESEL 176" WB REGULAR CAB 153.5"CA TBA TBA 211 2025 CT53043 2025 CHEVY 5500HD LCF DIESEL 150" WB CREW CAB 88.5"CA TBA TBA 212 2025 CT55003 2025 CHEVY 5500HD LCF DIESEL 200" WB REGULAR CAB 177.5"CA TBA TBA 213 2025 CT54043 2025 CHEVY 5500HD LCF DIESEL 176" WB CREW CAB 114.5"CA TBA TBA 214 2025 CT63043 2025 CHEVY 5500XD LCF DIESEL 150" WB CREW CAB 88.5"CA TBA TBA 215 2025 CT65003 2025 CHEVY 5500XD LCF DIESEL 200" WB REGULAR CAB 177.5"CA TBA TBA 216 2025 CT66003 2025 CHEVY 5500XD LCF DIESEL 212" WB REGULAR CAB 189.5"CA TBA TBA 217 2025 CT64043 2025 CHEVY 5500XD LCF DIESEL 176" WB CREW CAB 114.5"CA TBA TBA 218 2025 CT73203 2025 CHEVY 6500XD LCF DIESEL 152" WB REGULAR CAB 127"CA TBA TBA 219 2025 CT73903 2025 CHEVY 6500XD LCF DIESEL 170" WB REGULAR CAB 145"CA TBA TBA 220 2025 CT74503 2025 CHEVY 6500XD LCF DIESEL 188" WB REGULAR CAB 163"CA TBA TBA 221 2025 CT75003 2025 CHEVY 6500XD LCF DIESEL 200" WB REGULAR CAB 175"CA TBA TBA 222 2025 CT76003 2025 CHEVY 6500XD LCF DIESEL 212" WB REGULAR CAB 187"CA TBA TBA 223 2025 CT76503 2025 CHEVY 6500XD LCF DIESEL 224" WB REGULAR CAB 199"CA TBA TBA 224 2025 CT77603 2025 CHEVY 6500XD LCF DIESEL 236" WB REGULAR CAB 211"CA TBA TBA CHEVY 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 225 2025 CT78803 2025 CHEVY 6500XD LCF DIESEL 248" WB REGULAR CAB 223"CA TBA TBA 226 2024 CC56403 R7M 1WT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY REGULAR CAB 2WD 1WT 60"CA $59,535 $57,170 227 2024 CC56403 R7M 1LT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY REGULAR CAB 2WD 1LT 60"CA $63,785 $61,406 228 2024 CK56403 R7M 1WT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY REGULAR CAB 4WD 1WT 84"CA $62,535 $60,160 229 2024 CK56403 R7M 1LT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY REGULAR CAB 4WD 1LT 84"CA $66,785 $64,397 230 2024 CC56043 R7M 1WT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY CREW CAB 2WD 1WT 60"CA $63,155 $60,779 231 2024 CC56043 R7M 1LT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY CREW CAB 2WD 1LT 60"CA $68,405 $66,013 232 2024 CK56043 R7M 1WT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY CREW CAB 4WD 1WT 60"CA $66,655 $64,269 233 2024 CK56043 R7M 1LT 2024 CHEVY SILVERADO 4500 MEDIUM DUTY CREW CAB 4WD 1LT 60"CA $72,105 $69,701 234 2024 CC56403 R7N 1WT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY REGULAR CAB 2WD 1WT 60" CA $60,635 $57,134 235 2024 CC56403 R7N 1LT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY REGULAR CAB 2WD 1LT 60" CA $64,885 $61,371 236 2024 CK56403 R7N 1WT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY REGULAR CAB 4WD 1WT 84" CA $63,635 $60,126 237 2024 CK56403 R7N 1LT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY REGULAR CAB 4WD 1LT 84" CA $67,885 $64,363 238 2024 CC56043 R7N 1WT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY CREW CAB 2WD 1WT 60" CA $64,255 $60,744 239 2024 CC56043 R7N 1LT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY CREW CAB 2WD 1LT 60" CA $69,505 $65,977 240 2024 CK56043 R7N 1WT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY CREW CAB 4WD 1WT 60" CA $67,755 $64,233 241 2024 CK56043 R7N 1LT 2024 CHEVY SILVERADO 5500 MEDIUM DUTY CREW CAB 4WD 1LT 60" CA $73,205 $69,666 242 2024 CC56403 R7P 1WT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY REGULAR CAB 2WD 1WT 60" CA $64,820 $60,061 243 2024 CC56403 R7P 1LT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY REGULAR CAB 2WD 1LT 60" CA $69,070 $64,298 244 2024 CK56403 R7P 1WT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY REGULAR CAB 4WD 1WT 84" CA $67,820 $63,052 245 2024 CK56403 R7P 1LT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY REGULAR CAB 4WD 1LT 84" CA $72,070 $67,288 246 2024 CC56043 R7P 1WT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY CREW CAB 2WD 1WT 60" CA $68,440 $63,670 247 2024 CC56043 R7P 1LT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY CREW CAB 2WD 1LT 60" CA $73,690 $68,904 248 2024 CK56043 R7P 1WT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY CREW CAB 4WD 1WT 60" CA $71,940 $67,160 249 2024 CK56043 R7P 1LT 2024 CHEVY SILVERADO 6500 MEDIUM DUTY CREW CAB 4WD 1LT 60" CA $77,390 $72,593 CHEVY 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2024 LXCH48 2EE 2024 CHRYSLER 300 TOURING RWD -V6- TBA TBA 2 2024 LXFH48 2EE 2024 CHRYSLER 300 TOURING AWD -V6- TBA TBA 3 2024 LXCL48 2EG 2024 CHRYSLER 300 S RWD -V6- TBA TBA 4 2024 LXCL48 26J 2024 CHRYSLER 300 S RWD -V8-TBA TBA 5 2024 RUCH53 27L 2024 CHRYSLER PACIFICA TOURING $43,280 $44,598 6 2024 RUET53 2EP 2024 CHRYSLER PACIFICA HYBRID SELECT $54,090 $55,794 CHRYSLER 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2024 LDDE48 26A 2024 DODGE CHARGER POLICE V8 RWD TBA TBA 2 2024 LDEE48 28A 2024 DODGE CHARGER POLICE V6 AWD TBA TBA 3 2024 WDEE75 2BZ 2024 DODGE DURANGO POLICE PURSUIT VEHICLE V6 AWD $44,670 $41,445 4 2024 WDEE75 22Z 2024 DODGE DURANGO POLICE PURSUIT VEHICLE V8 AWD $47,785 $44,318 5 2024 LADH22 2EA 2024 DODGE CHALLENGER SXT V6 TBA TBA 6 2024 LADP22 28H 2024 DODGE CHALLENGER R/T 5.7L V8 HEMI TBA TBA 7 2024 LDDM48 2EG 2024 DODGE CHARGER SXT RWD V6 TBA TBA 8 2024 LDDS48 2EH 2024 DODGE CHARGER GT RWD 3.6L V6 TBA TBA 9 2024 LDDP48 29N 2024 DODGE CHARGER R/T RWD 5.7L V8 HEMI TBA TBA 10 2024 LDES48 28H 2024 DODGE CHARGER SXT AWD V6 TBA TBA 11 2024 WDDL75 2BA 2024 DODGE DURANGO SXT TBA TBA 12 2024 WDEL75 2BA 2024 DODGE DURANGO SXT AWD TBA TBA DODGE 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2025 K8A 99B 44U 2025 FORD POLICE INTERCEPTOR UTILITY - AWD - 3.3L V6 $48,910 $46,121 2 2025 K8A 99W 44B 2025 FORD POLICE INTERCEPTOR UTILITY - AWD - 3.3L V6 HYBRID $50,165 $48,801 3 2025 K8A 99C 44U 2025 FORD POLICE INTERCEPTOR UTILITY - AWD - 3.0L EcoBoost $51,740 $49,700 4 2024 W1P 2024 FORD F-150 POLICE RESPONDER CREW CAB 4WD XL $53,190 $49,621 5 2024 W1S 2024 FORD FORD F-150 SUPER CREW CAB XL 157''WB SSV 2WD $49,275 $44,780 6 2024 W1T 2024 FORD FORD F-150 SUPER CREW CAB XL 157''WB SSV 4WD $52,785 $48,158 7 2024 U1F 102A 2024 FORD EXPEDITION XL SSV $56,070 $51,332 8 2024 U1G 102A 2024 FORD EXPEDITION XL 4WD SSV $59,120 $54,283 9 2024 K1F 102A 2024 FORD EXPEDITION MAX XL SSV $58,910 $54,105 10 2024 K1G 102A 2024 FORD EXPEDITION MAX XL 4WD SSV $61,960 $57,057 11 2024 K4G 2024 FORD EDGE SE AWD $40,440 $37,472 12 2024 K4J 2024 FORD EDGE SEL AWD $41,840 $38,442 13 2024 P8T 44U 2024 FORD MUSTANG 2.3L ECOBOOST (WITH 44U - AUTO TRANS)$32,515 $31,572 14 2024 P8C 44U 2024 FORD MUSTANG GT 5.0L V8 FASTBACK (WITH 44U - AUTO TRANS)$44,685 $42,819 15 2024 K1R 2024 FORD MUSTANG MACH-E SELECT $44,795 $48,518 16 2024 K3R 2024 FORD MUSTANG MACH-E PREMIUM $48,795 $52,841 17 2024 K1S 2024 FORD MUSTANG MACH-E SELECT AWD $47,795 $51,760 18 2024 K3S 2024 FORD MUSTANG MACH-E PREMIUM AWD $51,795 $56,083 19 2024 U0F 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE S $29,495 $28,093 20 2024 U0G 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE $30,840 $29,116 21 2024 U0E 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE PHEV TBA TBA 22 2024 U0B 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE BHEV TBA TBA 23 2024 U9F 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE S AWD TBA TBA 24 2024 U9G 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE AWD $33,010 $31,256 25 2024 U9B 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) ESCAPE SE FHEV AWD TBA TBA 26 2024 R9A 2024 FORD BRONCO SPORT BASE 4WD $32,790 $32,130 27 2024 R9B 2024 FORD BRONCO SPORT BIG BEND 4WD $34,805 $33,834 28 2024 E5C 101A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO BASE 2 DOOR ADVANCED 4WD TBA TBA 29 2024 E5C 221A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO BIG BEND 2 DOOR ADVANCED 4WD TBA TBA 30 2024 E5C 312A2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO OUTTER BANKS 2 DOOR ADVANCED 4WDTBA TBA 31 2024 E5C 352A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO WILDTRACK 2 DOOR ADVANCED 4WD TBA TBA 32 2024 E5D 101A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO BASE 4 DOOR ADVANCED 4WD TBA TBA FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 33 2024 E5D 221A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO BIG BEND 4 DOOR ADVANCED 4WD TBA TBA 34 2024 E5D 312A2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO OUTTER BANKS 4 DOOR ADVANCED 4WDTBA TBA 35 2024 E5D 352A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) BRONCO WILDTRACK 4 DOOR ADVANCED 4WD TBA TBA 36 2024 K7B 2024 FORD EXPLORER BASE 2WD 2.3L EcoBoost $41,235 $40,557 37 2024 K7D 2024 FORD EXPLORER XLT 2WD 2.3L EcoBoost $43,045 $41,945 38 2024 K7F 300A 2024 FORD EXPLORER LIMITED 2WD 2.3L EcoBoost $51,645 $50,424 39 2024 K7F 310A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) EXPLORER LIMITED 2WD 3.3L V6 - HYBRID -TBA TBA 40 2024 K8B 2024 FORD EXPLORER BASE 4WD 2.3L EcoBoost 4WD $43,235 $42,551 41 2024 K8D 2024 FORD EXPLORER XLT 4WD 2.3L EcoBoost 4WD $45,045 $43,917 42 2024 K8F 300A 2024 FORD EXPLORER LIMITED 4WD 2.3L EcoBoost $53,645 $52,396 43 2024 K8F 310A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) EXPLORER LIMITED 4WD 3.3L V6 - HYBRID -TBA TBA 44 2024 U1F 2024 FORD EXPEDITION XL $58,150 $54,316 45 2024 U1H 2024 FORD EXPEDITION XLT $63,185 $59,282 46 2024 U1G 2024 FORD EXPEDITION XL 4WD $61,200 $57,324 47 2024 U1J 2024 FORD EXPEDITION XLT 4WD $66,235 $62,290 48 2024 K1F 2024 FORD EXPEDITION MAX XL $62,150 $58,261 49 2024 K1H 2024 FORD EXPEDITION MAX XLT $66,185 $62,240 50 2024 K1G 2024 FORD EXPEDITION MAX XL 4WD $65,200 $61,268 51 2024 K1J 2024 FORD EXPEDITION MAX XLT 4WD $69,235 $65,248 52 2024 E1Y 101A 130 2024 FORD TRANSIT T-150 CARGO VAN LOW ROOF 8670 GVWR - RWD -$47,280 $45,477 53 2024 E1Y 101A 148 2024 FORD TRANSIT T-150 CARGO VAN LOW ROOF 8670 GVWR - RWD -$48,555 $46,722 54 2024 R1Y 101A 130 2024 FORD TRANSIT T-250 CARGO VAN LOW ROOF 9070 GVWR - RWD -$48,230 $46,405 55 2024 R1Y 101A 148 2024 FORD TRANSIT T-250 CARGO VAN LOW ROOF 9070 GVWR - RWD -$49,500 $47,643 56 2024 W1Y 101A 130 2024 FORD TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - RWD -$49,480 $47,624 57 2024 W1Y 101A 130E 2024 FORD E-TRANSIT T-350 CARGO VAN LOW ROOF 8670 GVWR - RWD - BEV $55,685 $54,346 58 2024 W1Y 101A 148 2024 FORD TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - RWD -$50,755 $48,868 59 2024 W1Y 101A 148E 2024 FORD E-TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - RWD - BEV $56,895 $55,618 60 2024 E1Z 201A 130 2024 FORD TRANSIT T-150 CARGO CREW VAN LOW ROOF 8670 GVWR - RWD -$48,645 $46,810 61 2024 E1Z 201A 148 2024 FORD TRANSIT T-150 CARGO CREW VAN LOW ROOF 8670 GVWR - RWD -$49,915 $48,048 62 2024 R1Z 201A 130 2024 FORD TRANSIT T-250 CARGO CREW VAN LOW ROOF 9070 GVWR - RWD -$49,590 $47,731 63 2024 R1Z 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN LOW ROOF 9070 GVWR - RWD -$50,870 $48,980 64 2024 W1Z 201A 130 2024 FORD TRANSIT T-350 CARGO CREW VAN LOW ROOF 9500 GVWR - RWD -$50,845 $48,956 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 65 2024 W1Z 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN LOW ROOF 9500 GVWR - RWD -$52,115 $50,195 66 2024 E2Y 101A 130 2024 FORD TRANSIT T-150 CARGO VAN LOW ROOF 8670 GVWR - AWD -$51,475 $49,570 67 2024 E2Y 101A 148 2024 FORD TRANSIT T-150 CARGO VAN LOW ROOF 8670 GVWR - AWD -$52,750 $50,813 68 2024 R2Y 101A 130 2024 FORD TRANSIT T-250 CARGO VAN LOW ROOF 9070 GVWR - AWD -$52,425 $50,496 69 2024 R2Y 101A 148 2024 FORD TRANSIT T-250 CARGO VAN LOW ROOF 9070 GVWR - AWD -$53,700 $51,740 70 2024 W2Y 101A 130 2024 FORD TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - AWD -$53,675 $51,716 71 2024 W2Y 101A 148 2024 FORD TRANSIT T-350 CARGO VAN LOW ROOF 9500 GVWR - AWD -$54,950 $52,960 72 2024 E9Z 201A 130 2024 FORD TRANSIT T-150 CARGO CREW VAN LOW ROOF 8670 GVWR - AWD -$53,340 $51,389 73 2024 E9Z 201A 148 2024 FORD TRANSIT T-150 CARGO CREW VAN LOW ROOF 8670 GVWR - AWD -$54,610 $52,628 74 2024 R2Z 201A 130 2024 FORD TRANSIT T-250 CARGO CREW VAN LOW ROOF 9070 GVWR - AWD -$54,290 $52,315 75 2024 R2Z 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN LOW ROOF 9070 GVWR - AWD -$55,565 $53,559 76 2024 W2Z 201A 130 2024 FORD TRANSIT T-350 CARGO CREW VAN LOW ROOF 9500 GVWR - AWD -$55,540 $53,534 77 2024 W2Z 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN LOW ROOF 9500 GVWR - AWD -$56,810 $54,772 78 2024 E1C 101A 148 2024 FORD TRANSIT T-150 CARGO VAN MEDIUM ROOF 8670 GVWR - RWD -$49,130 $47,283 79 2024 R1C 101A 148 2024 FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF 9070 GVWR - RWD -$50,080 $48,209 80 2024 W9C 101A 148 2024 FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF 9500 GVWR - RWD -$51,330 $49,429 81 2024 W9C 101A 148E 2024 FORD E-TRANSIT T-350 CARGO VAN MEDIUM ROOF 9500 GVWR - RWD - BEV $57,665 $56,427 82 2024 E1D 201A 130 2024 FORD TRANSIT T-150 CARGO CREW VAN MEDIUM ROOF 8670 GVWR - RWD -$49,465 $47,609 83 2024 E1D 201A 148 2024 FORD TRANSIT T-150 CARGO CREW VAN MEDIUM ROOF 8670 GVWR - RWD -$50,745 $48,858 84 2024 R1D 201A 130 2024 FORD TRANSIT T-250 CARGO CREW VAN MEDIUM ROOF 9070 GVWR - RWD -$50,415 $48,536 85 2024 R1D 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN MEDIUM ROOF 9070 GVWR - RWD -$51,695 $49,784 86 2024 W1D 201A 130 2024 FORD TRANSIT T-350 CARGO CREW VAN MEDIUM ROOF 9250 GVWR - RWD -$51,665 $49,755 87 2024 W1D 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN MEDIUM ROOF 9250 GVWR - RWD -$52,945 $51,005 88 2024 E2C 101A 148 2024 FORD TRANSIT T-150 CARGO VAN MEDIUM ROOF 8670 GVWR - AWD -$52,050 $50,129 89 2024 R2C 101A 130 2024 FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF 9070 GVWR - AWD -$53,320 $51,369 90 2024 R2C 101A 148 2024 FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF 9070 GVWR - AWD -$54,275 $52,302 91 2024 W2C 101A 148 2024 FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF 9500 GVWR - AWD -$55,520 $53,515 92 2024 E2D 201A 130 2024 FORD TRANSIT T-150 CARGO CREW VAN MEDIUM ROOF 8670 GVWR - AWD -$54,165 $52,193 93 2024 E2D 201A 148 2024 FORD TRANSIT T-150 CARGO CREW VAN MEDIUM ROOF 8670 GVWR - AWD -$55,440 $53,437 94 2024 R2D 201A 130 2024 FORD TRANSIT T-250 CARGO CREW VAN MEDIUM ROOF 9070 GVWR - AWD -$55,110 $53,115 95 2024 R2D 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN MEDIUM ROOF 9070 GVWR - AWD -$56,390 $54,363 96 2024 W2D 201A 130 2024 FORD TRANSIT T-350 CARGO CREW VAN MEDIUM ROOF 9250 GVWR - AWD -$56,365 $54,339 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 97 2024 W2D 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN MEDIUM ROOF 9250 GVWR - AWD -$57,640 $55,583 98 2024 R1X 101A 148 2024 FORD TRANSIT T-250 CARGO VAN HIGH ROOF 9070 GVWR - RWD -$51,980 $50,062 99 2024 R3X 101A 148EL 2024 FORD TRANSIT T-250 CARGO VAN HIGH ROOF 9070 GVWR - RWD -$53,200 $51,253 100 2024 W1X 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - RWD -$53,230 $51,282 101 2024 W1X 101A 148E 2024 FORD E-TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - RWD - BEV $59,705 $58,571 102 2024 W3X 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - RWD -$54,450 $52,471 103 2024 W3X 101A 148E 2024 FORD E-TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - RWD - BEV $60,865 $59,790 104 2024 U8X 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF - DRW - 11,000 GVWR - RWD -$57,400 $55,341 105 2024 F4X 101A 148 2024 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF - DRW - 9950 GVWR - RWD -$55,045 $53,052 106 2024 S4X 101A 148 2024 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF - DRW - 10360 GVWR - RWD -$54,895 $52,905 107 2024 R2X 101A 148 2024 FORD TRANSIT T-250 CARGO VAN HIGH ROOF 9070 GVWR - AWD -$56,170 $54,149 108 2024 R3U 101A 148 2024 FORD TRANSIT T-250 CARGO VAN HIGH ROOF 9070 GVWR - AWD -$57,395 $55,344 109 2024 W2X 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - AWD -$57,425 $55,372 110 2024 W3U 101A 148 2024 FORD TRANSIT T-350 CARGO VAN HIGH ROOF 9500 GVWR - AWD -$58,645 $56,563 111 2024 F4U 101A 148 2024 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF - DRW - 9950 GVWR - AWD -$59,630 $57,524 112 2024 S4U 101A 148 2024 FORD TRANSIT T-350HD CARGO VAN HIGH ROOF - DRW - 10360 GVWR - AWD -$61,440 $59,281 113 2024 R1V 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN HIGH ROOF 9070 GVWR - RWD -$53,840 $51,877 114 2024 W1V 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN HIGH ROOF 9500 GVWR - RWD -$55,095 $53,101 115 2024 F4V 201A 148 2024 FORD TRANSIT T-350HD CARGO CREW VAN HIGH ROOF - DRW - 9950 GVWR - RWD -$56,900 $54,861 116 2024 S4V 201A 148 2024 FORD TRANSIT T-350HD CARGO CREW VAN HIGH ROOF - DRW - 10360 GVWR - RWD -$57,255 $55,207 117 2024 R2V 201A 148 2024 FORD TRANSIT T-250 CARGO CREW VAN HIGH ROOF 9070 GVWR - AWD -$58,535 $56,455 118 2024 W2V 201A 148 2024 FORD TRANSIT T-350 CARGO CREW VAN HIGH ROOF 9500 GVWR - AWD -$59,790 $57,678 119 2024 F4W 201A 148 2024 FORD TRANSIT T-350HD CARGO CREW VAN HIGH ROOF - DRW - 9950 GVWR - AWD -$61,600 $59,446 120 2024 S4W 201A 148 2024 FORD TRANSIT T-350HD CARGO CREW VAN HIGH ROOF - DRW - 10360 GVWR - AWD -$63,410 $61,203 121 2024 X2Y 301A 148 2024 FORD TRANSIT T-350 WAGON XL LOW ROOF (12-PASS BASE) - RWD -$53,955 $51,989 122 2024 X2Y 302A 148 2024 FORD TRANSIT T-350 WAGON XLT LOW ROOF (12-PASS BASE) - RWD -$56,485 $54,456 123 2024 X9Y 301A 148 2024 FORD TRANSIT T-350 WAGON XL LOW ROOF (12-PASS BASE) - AWD -$58,150 $56,080 124 2024 X9Y 302A 148 2024 FORD TRANSIT T-350 WAGON XLT LOW ROOF (12-PASS BASE) - AWD -$60,680 $58,548 125 2024 X2C 301A 148 2024 FORD TRANSIT T-350 WAGON XL MEDIUM ROOF (12-PASS BASE) - RWD -$54,835 $52,847 126 2024 X2C 302A 148 2024 FORD TRANSIT T-350 WAGON XLT MEDIUM ROOF (12-PASS BASE) - RWD -$57,360 $55,309 127 2024 X9C 301A 148 2024 FORD TRANSIT T-350 WAGON XL MEDIUM ROOF (12-PASS BASE) - AWD -$59,030 $56,938 128 2024 X9C 302A 148 2024 FORD TRANSIT T-350 WAGON XLT MEDIUM ROOF (12-PASS BASE) - AWD -$61,550 $59,397 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 129 2024 X2X 301A 148 2024 FORD TRANSIT T-350 WAGON XL HIGH ROOF (12-PASS BASE) - RWD -$56,030 $54,013 130 2024 X2X 302A 148 2024 FORD TRANSIT T-350 WAGON XLT HIGH ROOF (12-PASS BASE) - RWD -$58,560 $56,480 131 2024 U4X 301A 148 2024 FORD TRANSIT T-350HD WAGON XL HIGH ROOF - DRW - (14-PASS BASE) - RWD -$57,095 $55,051 132 2024 U4X 302A 148 2024 FORD TRANSIT T-350HD WAGON XLT HIGH ROOF - DRW - (14-PASS BASE) - RWD -$59,610 $57,504 133 2024 X9X 301A 148 2024 FORD TRANSIT T-350 WAGON XL HIGH ROOF (12-PASS BASE) - AWD -$60,225 $58,103 134 2024 X9X 302A 148 2024 FORD TRANSIT T-350 WAGON XLT HIGH ROOF (12-PASS BASE) - AWD -$62,750 $60,567 135 2024 U5X 301A 148 2024 FORD TRANSIT T-350HD WAGON XL HIGH ROOF -DRW-(14-PASS BASE) - AWD -$60,225 $58,103 136 2024 U5X 302A 148 2024 FORD TRANSIT T-350HD WAGON XLT HIGH ROOF -DRW-(14-PASS BASE) - AWD -$62,750 $60,567 137 2024 W8A 993 2024 FORD MAVERICK SUPER CREW 2WD XL - HYBRID $26,670 $26,640 138 2024 W8H 993 2024 FORD MAVERICK SUPER CREW 2WD XLT - HYBRID $28,930 $28,895 139 2024 W8A 999 2024 FORD MAVERICK SUPER CREW 2WD XL - 2.0L ECOBOOST $25,670 $25,911 140 2024 W8H 999 2024 FORD MAVERICK SUPER CREW 2WD XLT - 2.0L ECOBOOST $27,930 $28,188 141 2024 W8B 2024 FORD MAVERICK SUPER CREW 4WD XL - 2.0L ECOBOOST $27,930 $28,188 142 2024 W8J 2024 FORD MAVERICK SUPER CREW 4WD XLT - 2.0L ECOBOOST $27,890 $28,029 143 2024 R4E 100A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) RANGER CREW CAB 2WD XL 5' BED TBA TBA 144 2024 R4E 300A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) RANGER CREW CAB 2WD XLT 5' BED TBA TBA 145 2024 R4F 100A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) RANGER CREW CAB 4WD XL 5' BED TBA TBA 146 2024 R4F 300A 2024 FORD (NO STATE/LOCAL AVAILABILITY FOR 2024 PRODUCTION) RANGER CREW CAB 4WD XLT 5' BED TBA TBA 147 2024 F1K 101A 2024 FORD F-150 REGULAR CAB 2WD XL 6.5' BED 122" WB $39,230 $38,014 148 2024 F1K 101A 2024 FORD F-150 REGULAR CAB 2WD XL 8' BED 141" WB $39,530 $38,308 149 2024 F1L 101A 2024 FORD F-150 REGULAR CAB 4WD XL 6.5' BED 122" WB $44,245 $42,933 150 2024 F1L 101A 2024 FORD F-150 REGULAR CAB 4WD XL 8' BED 141" WB $44,545 $43,228 151 2024 X1K 101A 2024 FORD F-150 SUPER CAB 2WD XL 6.5' BED 145" WB $43,840 $41,454 152 2024 X2K ###A 2024 FORD F-150 SUPER CAB 2WD STX 6.5' BED 145''WB $45,675 $43,165 153 2024 X3K 300A 2024 FORD F-150 SUPER CAB 2WD XLT 6.5' BED 145" WB $49,395 $45,915 154 2024 X1K 101A 2024 FORD F-150 SUPER CAB 2WD XL 8' BED 163" WB $45,235 $42,823 155 2024 X3K 300A 2024 FORD F-150 SUPER CAB 2WD XLT 8' BED 163'' WB $50,795 $47,258 156 2024 X1L 101A 2024 FORD F-150 SUPER CAB 4WD XL 6.5' BED 145" WB $47,640 $45,182 157 2024 X2L ###A 2024 FORD F-150 SUPER CAB 4WD STX 6.5' BED 145'' WB $49,475 $46,892 158 2024 X3L 300A 2024 FORD F-150 SUPER CAB 4WD XLT 6.5' BED 145" WB $53,195 $49,559 159 2024 X1L 101A 2024 FORD F-150 SUPER CAB 4WD XL 8' BED 163" WB $50,455 $47,941 160 2024 X3L 300A 2024 FORD F-150 SUPER CAB 4WD XLT 8' BED 163" WB $56,015 $52,264 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 161 2024 W1K 101A 2024 FORD F-150 CREW CAB 2WD XL 5.5' BED 145" WB $46,175 $42,664 162 2024 W1K 101A 99D 2024 FORD F-150 CREW CAB 2WD XL 5.5' BED 145" WB ***HYBRID***$50,670 $46,854 163 2024 W2K ###A 2024 FORD F-150 CREW CAB 2WD STX 5.5' BED 145'' WB $48,010 $44,375 164 2024 W3K 300A 2024 FORD F-150 CREW CAB 2WD XLT 5.5' BED 145" WB $51,755 $47,097 165 2024 W3K 300A 99D 2024 FORD F-150 CREW CAB 2WD XLT 5.5' BED 145" WB ***HYBRID***$56,250 $51,287 166 2024 W1K 100A 2024 FORD F-150 CREW CAB 2WD XL 6.5' BED 157" WB $47,575 $44,037 167 2024 W1K 100A 99D 2024 FORD F-150 CREW CAB 2WD XL 6.5' BED 157" WB ***HYBRID***$50,875 $47,112 168 2024 W2K ###A 2024 FORD F-150 CREW CAB 2WD STX 6.5' BED 157'' WB $49,410 $45,748 169 2024 W3K 300A 2024 FORD F-150 CREW CAB 2WD XLT 6.5' BED 157" WB $53,145 $48,431 170 2024 W3K 300A 99D 2024 FORD F-150 CREW CAB 2WD XLT 6.5' BED 157" WB ***HYBRID***$56,445 $51,507 171 2024 W1L 101A 2024 FORD F-150 CREW CAB 4WD XL 5.5' BED 145" WB $50,055 $46,469 172 2024 W1L 101A 99D 2024 FORD F-150 CREW CAB 4WD XL 5.5' BED 145" WB ***HYBRID***$54,550 $50,658 173 2024 W2L ###A 2024 FORD F-150 CREW CAB 4WD STX 5.5' BED 145'' WB $51,890 $48,179 174 2024 W3L 300A 2024 FORD F-150 CREW CAB 4WD XLT 5.5' BED 145" WB $55,615 $50,800 175 2024 W3L 300A 99D 2024 FORD F-150 CREW CAB 4WD XLT 5.5' BED 145" WB ***HYBRID***$60,110 $54,989 176 2024 W1B 110A 99L 2024 FORD F-150 LIGHTNING BEV PRO CREW CAB 4WD (98kWh)$66,869 $64,582 177 2024 W1B 311A 99L 2024 FORD F-150 LIGHTNING BEV XLT CREW CAB 4WD (98kWh)$71,369 $69,311 178 2024 W1B 110A 99V 2024 FORD F-150 LIGHTNING BEV PRO CREW CAB 4WD (131kWh Extended Range)$78,074 $76,358 179 2024 W1B 311A 99V 2024 FORD F-150 LIGHTNING BEV XLT CREW CAB 4WD (131kWh Extended Range)$82,574 $81,088 180 2024 W1L 101A 2024 FORD F-150 CREW CAB 4WD XL 6.5' BED 157" WB $50,055 $46,469 181 2024 W1L 101A 99D 2024 FORD F-150 CREW CAB 4WD XL 6.5' BED 157" WB ***HYBRID***$54,550 $50,658 182 2024 W2L ###A 2024 FORD F-150 CREW CAB 4WD SXT 6.5' BED 157'' WB $54,705 $50,941 183 2024 W3L 300A 2024 FORD F-150 CREW CAB 4WD XLT 6.5' BED 157" WB $55,615 $50,800 184 2024 W3L 300A 99D 2024 FORD F-150 CREW CAB 4WD XLT 6.5' BED 157" WB ***HYBRID***$60,110 $54,989 185 2024 F2A 600A 2024 FORD F-250 REGULAR CAB 2WD XL 8' BED 142" WB $47,365 $45,413 186 2024 F2B 600A 2024 FORD F-250 REGULAR CAB 4WD XL 8' BED 142" WB $50,155 $48,134 187 2024 F2B 603A 2024 FORD F-250 REGULAR CAB 4WD XLT 8' BED 142" WB $53,500 $51,396 188 2024 X2A 600A 2024 FORD F-250 SUPER CAB 2WD XL 6.5' BED 148" WB $49,700 $47,691 189 2024 X2A 600A 2024 FORD F-250 SUPER CAB 2WD XL 8' BED 164" WB $49,900 $47,886 190 2024 X2B 600A 2024 FORD F-250 SUPER CAB 4WD XL 6.5' BED 148" WB $52,490 $50,411 191 2024 X2B 603A 2024 FORD F-250 SUPER CAB 4WD XLT 6.5' BED 148" WB $56,150 $53,980 192 2024 X2B 600A 2024 FORD F-250 SUPER CAB 4WD XL 8' BED 164" WB $52,700 $50,616 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 193 2024 X2B 603A 2024 FORD F-250 SUPER CAB 4WD XLT 8' BED 164" WB $56,350 $54,176 194 2024 W2A 600A 2024 FORD F-250 CREW CAB 2WD XL 6.5' BED 160" WB $51,155 $49,110 195 2024 W2A 600A 2024 FORD F-250 CREW CAB 2WD XL 8' BED 176" WB $51,355 $49,304 196 2024 W2B 600A 2024 FORD F-250 CREW CAB 4WD XL 6.5' BED 160" WB $53,955 $51,840 197 2024 W2B 603A 2024 FORD F-250 CREW CAB 4WD XLT 6.5' BED 160" WB $57,905 $55,692 198 2024 W2B 600A 2024 FORD F-250 CREW CAB 4WD XL 8' BED 176" WB $54,165 $52,045 199 2024 W2B 603A 2024 FORD F-250 CREW CAB 4WD XLT 8' BED 176" WB $58,110 $55,892 200 2024 F3A 610A 2024 FORD F-350 REGULAR CAB SRW 2WD XL 8' BED 142" WB $48,410 $46,432 201 2024 F3B 610A 2024 FORD F-350 REGULAR CAB SRW 4WD XL 8' BED 142" WB $51,210 $49,162 202 2024 F3B 613A 2024 FORD F-350 REGULAR CAB SRW 4WD XLT 8' BED 142" WB $54,555 $52,426 203 2024 F3C 620A 2024 FORD F-350 REGULAR CAB DRW 2WD XL 8' BED 142" WB $49,900 $47,886 204 2024 F3D 620A 2024 FORD F-350 REGULAR CAB DRW 4WD XL 8' BED 142" WB $52,700 $50,616 205 2024 F3D 623A 2024 FORD F-350 REGULAR CAB DRW 4WD XLT 8' BED 142" WB $55,510 $53,357 206 2024 X3A 610A 2024 FORD F-350 SUPER CAB SRW 2WD XL 6.5' BED 148" WB $50,740 $48,704 207 2024 X3A 610A 2024 FORD F-350 SUPER CAB SRW 2WD XL 8' BED 164" WB $50,950 $48,909 208 2024 X3B 610A 2024 FORD F-350 SUPER CAB SRW 4WD XL 6.5' BED 148" WB $53,550 $51,446 209 2024 X3B 613A 2024 FORD F-350 SUPER CAB SRW 4WD XLT 6.5' BED 148" WB $57,195 $55,000 210 2024 X3B 610A 2024 FORD F-350 SUPER CAB SRW 4WD XL 8' BED 164" WB $53,740 $51,631 211 2024 X3B 613A 2024 FORD F-350 SUPER CAB SRW 4WD XLT 8' BED 164" WB $57,405 $55,205 212 2024 X3C 620A 2024 FORD F-350 SUPER CAB DRW 2WD XL 8' BED 164" WB $52,440 $50,363 213 2024 X3D 620A 2024 FORD F-350 SUPER CAB DRW 4WD XL 8' BED 164" WB $55,225 $53,079 214 2024 X3D 623A 2024 FORD F-350 SUPER CAB DRW 4WD XLT 8' BED 164" WB $58,235 $56,014 215 2024 W3A 610A 2024 FORD F-350 CREW CAB SRW 2WD XL 6.5' BED 160" WB $52,210 $50,139 216 2024 W3A 610A 2024 FORD F-350 CREW CAB SRW 2WD XL 8' BED 176" WB $52,410 $50,333 217 2024 W3B 610A 2024 FORD F-350 CREW CAB SRW 4WD XL 6.5' BED 160" WB $55,015 $52,874 218 2024 W3B 613A 2024 FORD F-350 CREW CAB SRW 4WD XLT 6.5' BED 160" WB $58,955 $56,716 219 2024 W3B 610A 2024 FORD F-350 CREW CAB SRW 4WD XL 8' BED 176" WB $55,210 $53,064 220 2024 W3B 613A 2024 FORD F-350 CREW CAB SRW 4WD XLT 8' BED 176" WB $59,155 $56,912 221 2024 W3C 620A 2024 FORD F-350 CREW CAB DRW 2WD XL 8' BED 176" WB $53,895 $51,782 222 2024 W3D 620A 2024 FORD F-350 CREW CAB DRW 4WD XL 8' BED 176" WB $56,695 $54,512 223 2024 W3D 623A 2024 FORD F-350 CREW CAB DRW 4WD XLT 8' BED 176" WB $60,005 $57,740 224 2024 W4C 670A 2024 FORD F-450 CREW CAB DRW 2WD XL 8' BED 176'' WB $66,850 $64,434 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 225 2024 W4D 670A 2024 FORD F-450 CREW CAB DRW 4WD XL 8' BED 176'' WB $70,320 $67,820 226 2024 W4D 673A 2024 FORD F-450 CREW CAB DRW 4WD XLT 8' BED 176'' WB $72,430 $69,878 227 2024 F3E 630A 2024 FORD F-350 REGULAR CAB CHASSIS SRW 2WD XL 60" CA 145" WB $50,060 $48,041 228 2024 F3E 633A 2024 FORD F-350 REGULAR CAB CHASSIS SRW 2WD XLT 60" CA 145" WB $52,095 $50,026 229 2024 F3F 630A 2024 FORD F-350 REGULAR CAB CHASSIS SRW 4WD XL 60" CA 145" WB $53,560 $51,454 230 2024 F3F 633A 2024 FORD F-350 REGULAR CAB CHASSIS SRW 4WD XLT 60" CA 145" WB $55,600 $53,444 231 2024 X3E 630A 2024 FORD F-350 SUPER CAB CHASSIS SRW 2WD XL 60" CA 168" WB $52,345 $50,271 232 2024 X3E 633A 2024 FORD F-350 SUPER CAB CHASSIS SRW 2WD XLT 60" CA 168" WB $54,635 $52,503 233 2024 X3F 630A 2024 FORD F-350 SUPER CAB CHASSIS SRW 4WD XL 60" CA 168" WB $55,845 $53,684 234 2024 X3F 633A 2024 FORD F-350 SUPER CAB CHASSIS SRW 4WD XLT 60" CA 168" WB $58,130 $55,913 235 2024 W3E 630A 2024 FORD F-350 CREW CAB CHASSIS SRW 2WD XL 60" CA 179" WB $53,410 $51,309 236 2024 W3E 633A 2024 FORD F-350 CREW CAB CHASSIS SRW 2WD XLT 60" CA 179" WB $56,200 $54,031 237 2024 W3F 630A 2024 FORD F-350 CREW CAB CHASSIS SRW 4WD XL 60" CA 179" WB $56,910 $54,722 238 2024 W3F 633A 2024 FORD F-350 CREW CAB CHASSIS SRW 4WD XLT 60" CA 179" WB $59,705 $57,447 239 2024 F3G 640A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 2WD XL 60" CA 145" WB $51,265 $49,217 240 2024 F3G 643A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 2WD XLT 60" CA 145" WB $53,170 $51,074 241 2024 F3G 640A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 2WD XL 84" CA 169" WB $51,440 $49,388 242 2024 F3G 643A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 2WD XLT 84" CA 169" WB $53,365 $51,265 243 2024 F3H 640A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 4WD XL 60" CA 145" WB $54,740 $52,605 244 2024 F3H 643A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 4WD XLT 60" CA 145" WB $56,665 $54,483 245 2024 F3H 640A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 4WD XL 84" CA 169" WB $54,920 $52,781 246 2024 F3H 643A 2024 FORD F-350 REGULAR CAB CHASSIS DRW 4WD XLT 84" CA 169" WB $56,835 $54,648 247 2024 X3G 640A 2024 FORD F-350 SUPER CAB CHASSIS DRW 2WD XL 60" CA 168" WB $53,545 $51,441 248 2024 X3G 643A 2024 FORD F-350 SUPER CAB CHASSIS DRW 2WD XLT 60" CA 168" WB $55,720 $53,561 249 2024 X3H 640A 2024 FORD F-350 SUPER CAB CHASSIS DRW 4WD XL 60" CA 168" WB $57,050 $54,858 250 2024 X3H 643A 2024 FORD F-350 SUPER CAB CHASSIS DRW 4WD XLT 60" CA 168" WB $59,225 $56,981 251 2024 W3G 640A 2024 FORD F-350 CREW CAB CHASSIS DRW 2WD XL 60" CA 179" WB $54,615 $52,483 252 2024 W3G 643A 2024 FORD F-350 CREW CAB CHASSIS DRW 2WD XLT 60" CA 179" WB $57,285 $55,088 253 2024 W3H 640A 2024 FORD F-350 CREW CAB CHASSIS DRW 4WD XL 60" CA 179" WB $58,115 $55,898 254 2024 W3H 643A 2024 FORD F-350 CREW CAB CHASSIS DRW 4WD XLT 60" CA 179" WB $60,790 $58,506 255 2024 F4G 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XL 60"CA 145" WB $53,140 $51,045 256 2024 F4G 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XLT 60"CA 145" WB $55,070 $52,928 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 257 2024 F4G 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XL 84"CA 169" WB $53,320 $51,221 258 2024 F4G 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XLT 84"CA 169" WB $55,240 $53,093 259 2024 F4G 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XL 108"CA 193" WB $53,490 $51,386 260 2024 F4G 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XLT 108"CA 193" WB $55,425 $53,274 261 2024 F4G 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XL 120"CA 205" WB $53,665 $51,558 262 2024 F4G 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 2WD XLT 120"CA 205" WB $55,590 $53,435 263 2024 F4H 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XL 60"CA 145" WB $56,040 $53,873 264 2024 F4H 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XLT 60"CA 145" WB $57,970 $55,757 265 2024 F4H 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XL 84"CA 169" WB $56,215 $54,045 266 2024 F4H 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XLT 84"CA 169" WB $58,140 $55,922 267 2024 F4H 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XL 108"CA 193" WB $56,385 $54,210 268 2024 F4H 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XLT 108"CA 193" WB $58,320 $56,098 269 2024 F4H 650A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XL 120"CA 205" WB $56,560 $54,381 270 2024 F4H 653A 2024 FORD F-450 REGULAR CAB CHASSIS DRW 4WD XLT 120"CA 205" WB $58,485 $56,258 271 2024 X4G 650A 2024 FORD F-450 SUPER CAB CHASSIS DRW 2WD XL 60"CA 168" WB $55,430 $53,280 272 2024 X4G 653A 2024 FORD F-450 SUPER CAB CHASSIS DRW 2WD XLT 60"CA 168" WB $57,600 $55,395 273 2024 X4G 650A 2024 FORD F-450 SUPER CAB CHASSIS DRW 2WD XL 84"CA 192" WB $55,605 $53,449 274 2024 X4G 653A 2024 FORD F-450 SUPER CAB CHASSIS DRW 2WD XLT 84"CA 192" WB $57,780 $55,570 275 2024 X4H 650A 2024 FORD F-450 SUPER CAB CHASSIS DRW 4WD XL 60"CA 168" WB $58,930 $56,693 276 2024 X4H 653A 2024 FORD F-450 SUPER CAB CHASSIS DRW 4WD XLT 60"CA 168" WB $61,110 $58,819 277 2024 X4H 650A 2024 FORD F-450 SUPER CAB CHASSIS DRW 4WD XL 84"CA 192" WB $59,100 $56,859 278 2024 X4H 653A 2024 FORD F-450 SUPER CAB CHASSIS DRW 4WD XLT 84"CA 192" WB $61,285 $58,989 279 2024 W4G 650A 2024 FORD F-450 CREW CAB CHASSIS DRW 2WD XL 60"CA 179" WB $56,485 $54,308 280 2024 W4G 653A 2024 FORD F-450 CREW CAB CHASSIS DRW 2WD XLT 60"CA 179" WB $59,175 $56,930 281 2024 W4G 650A 2024 FORD F-450 CREW CAB CHASSIS DRW 2WD XL 84"CA 203" WB $56,665 $54,483 282 2024 W4G 653A 2024 FORD F-450 CREW CAB CHASSIS DRW 2WD XLT 84"CA 203" WB $59,345 $57,097 283 2024 W4H 650A 2024 FORD F-450 CREW CAB CHASSIS DRW 4WD XL 60"CA 179" WB $59,990 $57,726 284 2024 W4H 653A 2024 FORD F-450 CREW CAB CHASSIS DRW 4WD XLT 60"CA 179" WB $60,160 $57,891 285 2024 W4H 650A 2024 FORD F-450 CREW CAB CHASSIS DRW 4WD XL 84"CA 203" WB $60,160 $59,858 286 2024 W4H 653A 2024 FORD F-450 CREW CAB CHASSIS DRW 4WD XLT 84"CA 203" WB $62,845 $60,512 287 2024 F5G 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XL 60"CA 145" WB $54,240 $52,119 288 2024 F5G 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XLT 60"CA 145" WB $56,165 $53,995 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 289 2024 F5G 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XL 84"CA 169" WB $54,415 $52,289 290 2024 F5G 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XLT 84"CA 169" WB $56,335 $54,161 291 2024 F5G 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XL 108"CA 193" WB $54,590 $52,459 292 2024 F5G 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XLT 108"CA 193" WB $56,515 $54,337 293 2024 F5G 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XL 120"CA 205" WB $54,760 $52,625 294 2024 F5G 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 2WD XLT 120"CA 205" WB $56,685 $54,504 295 2024 F5H 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XL 60"CA 145" WB $57,145 $54,952 296 2024 F5H 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XLT 60"CA 145" WB $59,070 $56,829 297 2024 F5H 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XL 84"CA 169" WB $57,315 $55,118 298 2024 F5H 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XLT 84"CA 169" WB $59,245 $57,000 299 2024 F5H 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XL 108"CA 193" WB $57,485 $55,284 300 2024 F5H 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XLT 108"CA 193" WB $59,425 $57,175 301 2024 F5H 660A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XL 120"CA 205" WB $57,660 $55,454 302 2024 F5H 663A 2024 FORD F-550 REGULAR CAB CHASSIS DRW 4WD XLT 120"CA 205" WB $59,590 $57,336 303 2024 X5G 660A 2024 FORD F-550 SUPER CAB CHASSIS DRW 2WD XL 60"CA 168" WB $56,530 $54,353 304 2024 X5G 663A 2024 FORD F-550 SUPER CAB CHASSIS DRW 2WD XLT 60"CA 168" WB $58,705 $56,472 305 2024 X5G 660A 2024 FORD F-550 SUPER CAB CHASSIS DRW 2WD XL 84"CA 192" WB $56,700 $54,518 306 2025 F6E 2025 FORD F-650 KICK-UP FRAME REGULAR CAB W/ 6.7L POWER STROKE DIESEL $80,575 $72,805 307 2024 X5G 663A 2024 FORD F-550 SUPER CAB CHASSIS DRW 2WD XLT 84"CA 192" WB $58,880 $56,644 308 2025 F6D 2025 FORD F-650 STRAIT FRAME REGULAR CAB W/ 6.7L POWER STROKE DIESEL $81,255 $73,431 309 2024 X5H 660A 2024 FORD F-550 SUPER CAB CHASSIS DRW 4WD XL 60"CA 168" WB $60,025 $57,761 310 2024 X5H 663A 2024 FORD F-550 SUPER CAB CHASSIS DRW 4WD XLT 60"CA 168" WB $62,200 $59,882 311 2024 X5H 660A 2024 FORD F-550 SUPER CAB CHASSIS DRW 4WD XL 84"CA 192" WB $60,200 $57,932 312 2024 X5H 663A 2024 FORD F-550 SUPER CAB CHASSIS DRW 4WD XLT 84"CA 192" WB $62,380 $60,057 313 2025 X6E 2025 FORD F-650 KICK-UP FRAME EXTENDED CAB W/ 6.7L POWER STROKE DIESEL $82,540 $74,615 314 2024 W5G 660A 2024 FORD F-550 CREW CAB CHASSIS DRW 2WD XL 60"CA 179" WB $57,585 $55,381 315 2024 W5G 663A 2024 FORD F-550 CREW CAB CHASSIS DRW 2WD XLT 60"CA 179" WB $60,260 $57,989 316 2024 W5G 660A 2024 FORD F-550 CREW CAB CHASSIS DRW 2WD XL 84"CA 203" WB $57,760 $55,551 317 2024 W5G 663A 2024 FORD F-550 CREW CAB CHASSIS DRW 2WD XLT 84"CA 203" WB $60,440 $58,165 318 2025 W6D 2025 FORD F-650 STRAIT FRAME CREW CAB W/ 6.7L POWER STROKE DIESEL $85,925 $77,734 319 2024 W5H 660A 2024 FORD F-550 CREW CAB CHASSIS DRW 4WD XL 60"CA 179" WB $61,085 $58,795 320 2025 F7D 2025 FORD F-750 STRAIT FRAME REGULAR CAB W/ 6.7L POWER STROKE DIESEL $78,580 $70,470 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 321 2024 W5H 663A 2024 FORD F-550 CREW CAB CHASSIS DRW 4WD XLT 60"CA 179" WB $63,765 $61,408 322 2024 W5H 660A 2024 FORD F-550 CREW CAB CHASSIS DRW 4WD XL 84"CA 203" WB $61,265 $58,970 323 2024 W5H 663A 2024 FORD F-550 CREW CAB CHASSIS DRW 4WD XLT 84"CA 203" WB $63,935 $61,573 324 2024 F6K 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XL 60"CA 145" WB $57,900 $55,688 325 2024 F6K 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XLT 60"CA 145" WB $60,830 $58,546 326 2024 F6K 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XL 84"CA 169" WB $58,075 $55,857 327 2024 F6K 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XLT 84"CA 169" WB $61,000 $58,712 328 2024 F6K 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XL 108"CA 193" WB $58,250 $56,028 329 2024 F6K 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XLT 108"CA 193" WB $61,180 $58,886 330 2024 F6K 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XL 120"CA 205" WB $58,425 $56,201 331 2024 F6K 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 2WD XLT 120"CA 205" WB $61,345 $59,048 332 2024 F6L 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XL 60"CA 145" WB $60,805 $58,520 333 2024 F6L 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XLT 60"CA 145" WB $63,730 $61,374 334 2024 F6L 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XL 84"CA 169" WB $60,980 $58,692 335 2024 F6L 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XLT 84"CA 169" WB $63,905 $61,544 336 2025 X6D 2025 FORD F-650 STRAIT FRAME EXTENDED CAB W/ 6.7L POWER STROKE DIESEL $83,230 $75,251 337 2024 F6L 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XL 108"CA 193" WB $61,150 $58,857 338 2024 F6L 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XLT 108"CA 193" WB $64,085 $61,721 339 2024 F6L 680A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XL 120"CA 205" WB $61,325 $59,029 340 2024 F6L 683A 2024 FORD F-600 REGULAR CAB CHASSIS DRW 4WD XLT 120"CA 205" WB $64,250 $61,880 341 2025 E3F 138 20X 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY SRW 10,050 GVWR 138" WB $39,990 $39,068 342 2025 E3F 138 20Y 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY DRW 11,500 GVWR 138" WB $40,245 $39,316 343 2025 E3F 158 20X 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY SRW 10,050 GVWR 158" WB $40,245 $39,316 344 2025 E3F 158 20Y 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY DRW 11,500 GVWR 158" WB $40,495 $39,561 345 2025 E3F 158 20C 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY DRW 12,500 GVWR 158" WB $40,845 $39,887 346 2025 E3F 176 20C 2025 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY DRW 12,500 GVWR 176" WB $40,990 $40,044 347 2025 E4F 158 20F 2025 FORD ECONOLINE E-450 COMMERCIAL CUTAWAY DRW 14,500 GVWR 158" WB $42,465 $41,482 348 2025 E4F 176 20F 2025 FORD ECONOLINE E-450 COMMERCIAL CUTAWAY DRW 14,500 GVWR 176" WB $43,195 $42,194 349 2024 R5P 138 2024 FORD TRANSIT CUT-AWAY T-250 - SRW - 138" WB 9070 GVWR - RWD - $43,080 $41,381 350 2024 R5P 156 2024 FORD TRANSIT CUT-AWAY T-250 - SRW - 156" WB 9070 GVWR - RWD - $43,570 $41,860 351 2024 W5P 138 2024 FORD TRANSIT CUT-AWAY T-350 - SRW - 138" WB 9500 GVWR - RWD - $43,850 $42,132 352 2024 W5P 156 2024 FORD TRANSIT CUT-AWAY T-350 - SRW - 156" WB 9500 GVWR - RWD - $44,350 $42,620 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 353 2024 W5P 178 2024 FORD E-TRANSIT CUT-AWAY T-350 - SRW - 178 WB 9500 GVWR - RWD -$44,060 $42,233 354 2024 W5P 178E 2024 FORD E-TRANSIT CUT-AWAY T-350 - SRW - 178 WB 9500 GVWR - RWD - BEV $51,470 $49,917 355 2024 F6P 138 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 138"WB 9950 GVWR - RWD -$44,710 $42,971 356 2024 F6P 156 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 156"WB 9950 GVWR - RWD -$45,465 $43,707 357 2024 F6P 178 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 178"WB 9950 GVWR - RWD -$46,215 $44,440 358 2024 S6P 138 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 138"WB 10360 GVWR-RWD -$45,955 $44,178 359 2024 S6P 156 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 156"WB 10360 GVWR - RWD -$46,700 $44,905 360 2024 S6P 178 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 178"WB 10360 GVWR - RWD -$47,450 $45,637 361 2024 U6P 138 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 138"WB 11000 GVWR - RWD -$46,985 $45,184 362 2024 U6P 156 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 156"WB 11000 GVWR - RWD -$47,730 $45,909 363 2024 U6P 178 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 178"WB 11000 GVWR - RWD -$48,480 $46,640 364 2024 R7P 138 2024 FORD TRANSIT CUT-AWAY T-250 - SRW - 138" WB 9070 GVWR - AWD - $47,270 $45,469 365 2024 R7P 156 2024 FORD TRANSIT CUT-AWAY T-250 - SRW - 156" WB 9070 GVWR - AWD - $47,770 $45,956 366 2024 W7P 138 2024 FORD TRANSIT CUT-AWAY T-350 - SRW - 138" WB 9500 GVWR - AWD - $48,045 $46,224 367 2024 W7P 156 2024 FORD TRANSIT CUT-AWAY T-350 - SRW - 156" WB 9500 GVWR - AWD - $48,545 $46,713 368 2024 F8P 138 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 138"WB 9950 GVWR - AWD -$48,905 $47,063 369 2024 F8P 156 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 156"WB 9950 GVWR - AWD -$49,655 $47,795 370 2024 F8P 178 2024 FORD TRANSIT CUT-AWAY T-350 - DRW - 178"WB 9950 GVWR - AWD -$49,655 $47,795 371 2024 S8P 138 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 138"WB 10360 GVWR - AWD -$50,625 $48,732 372 2024 S8P 156 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 156"WB 10360 GVWR - AWD -$51,370 $49,460 373 2024 S8P 178 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 178"WB 10360 GVWR - AWD -$52,680 $50,737 374 2024 U8P 138 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 138"WB 11000 GVWR - AWD -$51,180 $49,273 375 2024 U8P 156 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 156"WB 11000 GVWR - AWD -$51,920 $49,996 376 2024 U8P 178 2024 FORD TRANSIT CUT-AWAY T-350HD -DRW- 178"WB 11000 GVWR - AWD -$52,680 $50,737 377 2025 F6A 2025 FORD F-650 STRAIT FRAME REGULAR CAB W/ 7.3L V10 GAS ENGINE $71,355 $64,297 378 2025 F6B 2025 FORD F-650 KICK-UP FRAME REGULAR CAB W/ 7.3L V10 GAS ENGINE $70,675 $63,670 379 2025 X6A 2025 FORD F-650 STRAIT FRAME EXTENDED CAB W/ 7.3L V10 GAS ENGINE $73,330 $66,115 380 2025 X6B 2025 FORD F-650 KICK-UP FRAME EXTENDDSED CAB W/ 7.3L V10 GAS ENGINE $72,640 $65,481 381 2025 W6A 2025 FORD F-650 STRAIT FRAME CREW CAB W/ 7.3L V10 GAS ENGINE $76,025 $68,599 382 2025 W6B 2025 FORD F-650 KICK-UP FRAME CREW CAB W/ 7.3L V10 GAS ENGINE $75,335 $67,964 383 2025 F7A 2025 FORD F-750 STRAIT FRAME REGULAR CAB W/ 7.3L V10 GAS ENGINE $73,250 $66,042 384 2025 X7A 2025 FORD F-750 STRAIT FRAME EXTENDED CAB W/ 7.3L V10 GAS ENGINE $75,220 $67,858 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 385 2025 W7A 2025 FORD F-750 STRAIT FRAME CREW CAB W/ 7.3L V10 GAS ENGINE $77,915 $70,341 386 2025 W6E 2025 FORD F-650 KICK-UP FRAME CREW CAB W/ 6.7L POWER STROKE DIESEL $85,235 $77,098 387 2025 X7D 2025 FORD F-750 STRAIT FRAME EXTENDED CAB W/ 6.7L POWER STROKE DIESEL $80,550 $72,285 388 2025 W7D 2025 FORD F-750 STRAIT FRAME CREW CAB W/ 6.7L POWER STROKE DIESEL $83,245 $74,768 FORD 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2024 TXL26 3SA 2024 GMC TERRAIN SLE 2WD $28,700 $26,906 2 2024 TXM26 4SA 2024 GMC TERRAIN SLT 2WD $32,700 $30,938 3 2024 TXB26 3SA 2024 GMC TERRAIN SLE AWD $30,300 $28,518 4 2024 TXC26 4SA 2024 GMC TERRAIN SLT AWD $34,300 $32,550 5 2024 TNB26 3SA 2024 GMC ACADIA 2WD SLE 7-PASS TBA TBA 6 2024 TND26 4SA 2024 GMC ACADIA 2WD SLT 6-PASS TBA TBA 7 2024 TNF26 5SA 2024 GMC ACADIA 2WD DENALI TBA TBA 8 2024 TNJ26 3SA 2024 GMC ACADIA AWD SLE 7-PASS TBA TBA 9 2024 TNL26 4SA 2024 GMC ACADIA AWD SLT 6-PASS TBA TBA 10 2024 TNN26 5SA 2024 GMC ACADIA AWD DENALI TBA TBA 11 2024 TC10706 3SA 2024 GMC YUKON 2WD SLE TBA TBA 12 2024 TC10706 4SA 2024 GMC YUKON 2WD SLT TBA TBA 13 2024 TC10706 5SA 2024 GMC YUKON 2WD DENALI TBA TBA 14 2024 TK10706 3SA 2024 GMC YUKON 4WD SLE TBA TBA 15 2024 TK10706 4SA 2024 GMC YUKON 4WD SLT TBA TBA 16 2024 TK10706 4SB 2024 GMC YUKON 4WD AT4 TBA TBA 17 2024 TK10706 5SA 2024 GMC YUKON 4WD DENALI TBA TBA 18 2024 TC10906 3SA 2024 GMC YUKON XL 2WD SLE TBA TBA 19 2024 TC10906 4SA 2024 GMC YUKON XL 2WD SLT TBA TBA 20 2024 TC10906 5SA 2024 GMC YUKON XL 2WD DENALI TBA TBA 21 2024 TK10906 3SA 2024 GMC YUKON XL 4WD SLE TBA TBA 22 2024 TK10906 4SA 2024 GMC YUKON XL 4WD SLT TBA TBA 23 2024 TK10906 4SB 2024 GMC YUKON XL 4WD AT4 TBA TBA 24 2024 TK10906 5SA 2024 GMC YUKON XL 4WD DENALI TBA TBA 25 2024 TG23406 1LS 2024 GMC SAVANA PASSENGER 2500 135"WB 1LS $44,900 $42,453 26 2024 TG23406 1LT 2024 GMC SAVANA PASSENGER 2500 135"WB 1LT $47,000 $44,469 27 2024 TG33406 1LS 2024 GMC SAVANA PASSENGER 3500 135"WB 1LS $46,100 $43,200 28 2024 TG33406 1LT 2024 GMC SAVANA PASSENGER 3500 135"WB 1LT $47,800 $44,832 29 2024 TG33706 1LS 2024 GMC SAVANA PASSENGER 3500 155"WB 1LS $46,900 $44,425 30 2024 TG33706 1LT 2024 GMC SAVANA PASSENGER 3500 155"WB 1LT $48,600 $46,057 31 2024 TG23405 2024 GMC SAVANA CARGO 2500 135" WB (NO REAR GLASS)$40,700 $38,530 32 2024 TG23705 2024 GMC SAVANA CARGO 2500 155" WB (NO REAR GLASS)$42,600 $40,403 GMC 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 33 2024 TG33405 2024 GMC SAVANA CARGO 3500 135" WB (NO REAR GLASS)$43,800 $41,150 34 2024 TG33705 2024 GMC SAVANA CARGO 3500 155" WB (NO REAR GLASS)$44,600 $41,939 35 2024 TG33503 1WT 2024 GMC SAVANA COMMERCIAL 3500 SRW CUTAWAY 139''WB 9,900 GVWR $36,500 $33,952 36 2024 TG33803 1WT 2024 GMC SAVANA COMMERCIAL 3500 CUTAWAY 1WT 159''WB 10,050 GVWR $38,200 $35,628 37 2024 TG33903 1WT 2024 GMC SAVANA COMMERCIAL 3500 CUTAWAY 1WT 177''WB 12,300 GVWR $38,500 $35,924 38 2024 TG33803 2WT 2024 GMC SAVANA COMMERCIAL 4500 CUTAWAY 2WT 159''WB 14,200 GVWR $40,800 $38,192 39 2024 TG33903 2WT 2024 GMC SAVANA COMMERCIAL 4500 CUTAWAY 2WT 177''WB 14,200 GVWR $41,000 $38,389 40 2024 T2M53 2VL 2024 GMC CANYON EXTENDED CAB 2WD 6' BED 128.3" WB TBA TBA 41 2024 T2N53 2LE 2024 GMC CANYON EXTENDED CAB 2WD 6' BED SLE 128.3" WB TBA TBA 42 2024 T2M53 4VL 2024 GMC CANYON EXTENDED CAB 4WD 6' BED 128.3" WB TBA TBA 43 2024 T2M43 2VL 2024 GMC CANYON CREW CAB 2WD 5' BED 128.3" WB TBA TBA 44 2024 T2N43 2LE 2024 GMC CANYON CREW CAB 2WD 5' BED SLE 128.3" WB TBA TBA 45 2024 T2N43 4LE 2024 GMC CANYON CREW CAB 4WD 5' BED SLE 128.3" WB TBA TBA 46 2024 T2N43 4SB 2024 GMC CANYON CREW CAB 4WD 5' BED AT4 128.3" WB TBA TBA 47 2024 T2U43 4LE 2024 GMC CANYON CREW CAB 4WD 6' BED SLE 140.5" WB TBA TBA 48 2024 T2U43 4SB 2024 GMC CANYON CREW CAB 4WD 6' BED AT4 140.5" WB TBA TBA 49 2024 TC10703 1SA 2024 GMC SIERRA 1500 REGULAR CAB 2WD 6.5' BED WORK TRUCK 126'' WB $37,700 $38,393 50 2024 TK10703 1SA 2024 GMC SIERRA 1500 REGULAR CAB 4WD 6.5' BED WORK TRUCK 126'' WB $42,300 $42,410 51 2024 TC10903 1SA 2024 GMC SIERRA 1500 REGULAR CAB 2WD 8' BED WORK TRUCK 140" WB $37,900 $38,596 52 2024 TK10903 1SA 2024 GMC SIERRA 1500 REGULAR CAB 4WD 8' BED WORK TRUCK 140" WB $42,500 $42,613 53 2024 TC10753 1SA 2024 GMC SIERRA 1500 DOUBLE CAB 2WD 6.5' BED WORK TRUCK 147" WB $41,000 $39,781 54 2024 TC10753 3SA 2024 GMC SIERRA 1500 DOUBLE CAB 2WD 6.5' BED SLE 147" WB $49,100 $46,936 55 2024 TK10753 1SA 2024 GMC SIERRA 1500 DOUBLE CAB 4WD 6.5' BED WORK TRUCK 147" WB $46,700 $44,915 56 2024 TK10753 3SA 2024 GMC SIERRA 1500 DOUBLE CAB 4WD 6.5' BED SLE 147" WB $52,400 $49,560 57 2024 TC10543 1SA 2024 GMC SIERRA 1500 CREW CAB 2WD 5.5' BED WORK TRUCK 147" WB $43,400 $42,109 58 2024 TC10543 3SA 2024 GMC SIERRA 1500 CREW CAB 2WD 5.5' BED SLE 147" WB $51,500 $49,211 59 2024 TK10543 1SA 2024 GMC SIERRA 1500 CREW CAB 4WD 5.5' BED WORK TRUCK 147" WB $46,700 $44,806 60 2024 TK10543 3SA 2024 GMC SIERRA 1500 CREW CAB 4WD 5.5' BED SLE 147" WB $54,800 $51,837 61 2024 TK10543 4SB 2024 GMC SIERRA 1500 CREW CAB 4WD 5.5' BED AT4 147" WB $66,100 $63,065 62 2024 TK10743 1SA 2024 GMC SIERRA 1500 CREW CAB 4WD 6.5' BED WORK TRUCK 157" WB $47,000 $45,110 63 2024 TK10743 3SA 2024 GMC SIERRA 1500 CREW CAB 4WD 6.5' BED SLE 157" WB $55,100 $52,135 64 2024 TK10743 4SB 2024 GMC SIERRA 1500 CREW CAB 4WD 6.5' BED AT4 157" WB $66,400 $63,364 GMC 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 65 2024 TC20903 1SA 2024 GMC SIERRA 2500HD REGULAR CAB 2WD 8' BED WORK TRUCK $44,400 $43,661 66 2024 TC20903 3SA 2024 GMC SIERRA 2500HD REGULAR CAB 2WD 8' BED SLE $49,200 $47,921 67 2024 TK20903 1SA 2024 GMC SIERRA 2500HD REGULAR CAB 4WD 8' BED WORK TRUCK $47,200 $45,805 68 2024 TK20903 3SA 2024 GMC SIERRA 2500HD REGULAR CAB 4WD 8' BED SLE $52,000 $50,033 69 2024 TC20753 1SA 2024 GMC SIERRA 2500HD DOUBLE CAB 2WD 6.5' BED WORK TRUCK $46,300 $44,360 70 2024 TC20753 3SA 2024 GMC SIERRA 2500HD DOUBLE CAB 2WD 6.5' BED SLE $51,300 $48,796 71 2024 TK20753 1SA 2024 GMC SIERRA 2500HD DOUBLE CAB 4WD 6.5' BED WORK TRUCK $49,100 $46,503 72 2024 TK20753 3SA 2024 GMC SIERRA 2500HD DOUBLE CAB 4WD 6.5' BED SLE $54,100 $50,909 73 2024 TC20953 1SA 2024 GMC SIERRA 2500HD DOUBLE CAB 2WD 8' BED WORK TRUCK $46,500 $44,560 74 2024 TC20953 3SA 2024 GMC SIERRA 2500HD DOUBLE CAB 2WD 8' BED SLE $49,200 $46,721 75 2024 TK20953 1SA 2024 GMC SIERRA 2500HD DOUBLE CAB 4WD 8' BED WORK TRUCK $49,300 $46,702 76 2024 TK20953 3SA 2024 GMC SIERRA 2500HD DOUBLE CAB 4WD 8' BED SLE $54,300 $51,107 77 2024 TC20743 1SA 2024 GMC SIERRA 2500HD CREW CAB 2WD 6.5' BED WORK TRUCK $48,100 $46,376 78 2024 TC20743 3SA 2024 GMC SIERRA 2500HD CREW CAB 2WD 6.5' BED SLE $53,100 $50,793 79 2024 TK20743 1SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 6.5' BED WORK TRUCK $50,900 $48,520 80 2024 TK20743 3SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 6.5' BED SLE $55,900 $52,906 81 2024 TC20943 1SA 2024 GMC SIERRA 2500HD CREW CAB 2WD 8' BED WORK TRUCK $48,300 $46,576 82 2024 TC20943 3SA 2024 GMC SIERRA 2500HD CREW CAB 2WD 8' BED SLE $53,300 $50,991 83 2024 TK20943 1SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 8' BED WORK TRUCK $51,100 $48,720 84 2024 TK20943 3SA 2024 GMC SIERRA 2500HD CREW CAB 4WD 8' BED SLE $56,100 $53,104 85 2024 TC30903 1SA 2024 GMC SIERRA 3500HD REGULAR CAB 2WD SRW 8' BED WORK TRUCK $45,600 $44,860 86 2024 TC30903 3SA 2024 GMC SIERRA 3500HD REGULAR CAB 2WD SRW 8' BED SLE $50,400 $49,106 87 2024 TK30903 1SA 2024 GMC SIERRA 3500HD REGULAR CAB 4WD SRW 8' BED WORK TRUCK $48,400 $47,004 88 2024 TK30903 3SA 2024 GMC SIERRA 3500HD REGULAR CAB 4WD SRW 8' BED SLE $53,200 $51,219 89 2024 TC30953 1SA 2024 GMC SIERRA 3500HD DOUBLE CAB 2WD SRW 8' BED WORK TRUCK $47,700 $45,758 90 2024 TC30953 3SA 2024 GMC SIERRA 3500HD DOUBLE CAB 2WD SRW 8' BED SLE $52,700 $50,180 91 2024 TK30953 1SA 2024 GMC SIERRA 3500HD DOUBLE CAB 4WD SRW 8' BED WORK TRUCK $50,500 $47,902 92 2024 TK30953 3SA 2024 GMC SIERRA 3500HD DOUBLE CAB 4WD SRW 8' BED SLE $55,500 $52,292 93 2024 TC30743 1SA 2024 GMC SIERRA 3500HD CREW CAB 2WD SRW 6.5' BED WORK TRUCK $49,300 $47,575 94 2024 TC30743 3SA 2024 GMC SIERRA 3500HD CREW CAB 2WD SRW 6.5' BED SLE $54,300 $51,979 95 2024 TK30743 1SA 2024 GMC SIERRA 3500HD CREW CAB 4WD SRW 6.5' BED WORK TRUCK $49,300 $46,921 96 2024 TK30743 3SA 2024 GMC SIERRA 3500HD CREW CAB 4WD SRW 6.5' BED SLE $54,300 $51,325 GMC 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 97 2024 TC30943 1SA 2024 GMC SIERRA 3500HD CREW CAB 2WD SRW 8' BED WORK TRUCK $49,500 $47,775 98 2024 TC30943 3SA 2024 GMC SIERRA 3500HD CREW CAB 2WD SRW 8' BED SLE $54,500 $52,177 99 2024 TK30943 1SA 2024 GMC SIERRA 3500HD CREW CAB 4WD SRW 8' BED WORK TRUCK $52,300 $49,919 100 2024 TK30943 3SA 2024 GMC SIERRA 3500HD CREW CAB 4WD SRW 8' BED SLE $57,300 $54,289 101 2024 TC30903 1SA 2024 GMC SIERRA 3500HD REGULAR CAB 2WD DRW 8' BED WORK TRUCK $47,000 $46,958 102 2024 TC30903 3SA 2024 GMC SIERRA 3500HD REGULAR CAB 2WD DRW 8' BED SLE $51,900 $50,589 103 2024 TK30903 1SA 2024 GMC SIERRA 3500HD REGULAR CAB 4WD DRW 8' BED WORK TRUCK $49,800 $48,402 104 2024 TK30903 3SA 2024 GMC SIERRA 3500HD REGULAR CAB 4WD DRW 8' BED SLE $54,700 $52,702 105 2024 TC30953 1SA 2024 GMC SIERRA 3500HD DOUBLE CAB 2WD DRW 8' BED WORK TRUCK $49,100 $47,157 106 2024 TC30953 3SA 2024 GMC SIERRA 3500HD DOUBLE CAB 2WD DRW 8' BED SLE $54,100 $51,563 107 2024 TK30953 1SA 2024 GMC SIERRA 3500HD DOUBLE CAB 4WD DRW 8' BED WORK TRUCK $51,900 $49,301 108 2024 TK30953 3SA 2024 GMC SIERRA 3500HD DOUBLE CAB 4WD DRW 8' BED SLE $56,900 $53,676 109 2024 TC30943 1SA 2024 GMC SIERRA 3500HD CREW CAB 2WD DRW 8' BED WORK TRUCK $50,900 $49,174 110 2024 TC30943 3SA 2024 GMC SIERRA 3500HD CREW CAB 2WD DRW 8' BED SLE $55,800 $53,461 111 2024 TK30943 1SA 2024 GMC SIERRA 3500HD CREW CAB 4WD DRW 8' BED WORK TRUCK $53,700 $51,317 112 2024 TK30943 3SA 2024 GMC SIERRA 3500HD CREW CAB 4WD DRW 8' BED SLE $58,600 $55,575 113 2024 TC31003 1SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 2WD DRW 60"CA WORK TRUCK $45,200 $44,351 114 2024 TC31003 3SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 2WD DRW 60"CA SLE $49,400 $48,009 115 2024 TK31003 1SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 4WD DRW 60"CA WORK TRUCK $48,000 $46,495 116 2024 TK31003 3SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 4WD DRW 60"CA SLE $52,200 $50,122 117 2024 TC31403 1SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 2WD DRW 84"CA WORK TRUCK $45,400 $44,551 118 2024 TC31403 3SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 2WD DRW 84"CA SLE $49,600 $48,207 119 2024 TK31403 1SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 4WD DRW 84"CA WORK TRUCK $48,200 $46,695 120 2024 TK31403 3SA 2024 GMC SIERRA 3500HD REG CAB CHASSIS 4WD DRW 84"CA SLE $52,400 $50,319 121 2024 TC31043 1SA 2024 GMC SIERRA 3500HD CREW CAB CHASSIS 2WD DRW 60"CA WORK TRUCK $49,100 $47,703 122 2024 TC31043 3SA 2024 GMC SIERRA 3500HD CREW CAB CHASSIS 2WD DRW 60"CA SLE $53,400 $51,417 123 2024 TK31043 1SA 2024 GMC SIERRA 3500HD CREW CAB CHASSIS 4WD DRW 60"CA WORK TRUCK $51,900 $49,846 124 2024 TK31043 3SA 2024 GMC SIERRA 3500HD CREW CAB CHASSIS 4WD DRW 60"CA SLE $56,200 $53,529 GMC 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2022 KLTM74 2BJ 2022 JEEP CHEROKEE LATITUDE FWD TBA TBA 2 2022 KLJM74 2BJ 2022 JEEP CHEROKEE LATITUDE 4WD TBA TBA 3 2022 MPTL74 28A 2022 JEEP COMPASS SPORT 2WD TBA TBA 4 2022 MPJL74 2GA 2022 JEEP COMPASS SPORT 4WD TBA TBA 5 2024 WLTH74 22A 2024 JEEP GRAND CHEROKEE LAREDO 2WD TBA TBA 6 2024 WLJH74 23E 2024 JEEP GRAND CHEROKEE LAREDO E 4WD TBA TBA 7 2024 JLJL72 22B 2024 JEEP WRANGLER SPORT 2-DOOR 4WD TBA TBA 8 2024 JLJS72 24R 2024 JEEP WRANGLER RUBICON 2-DOOR 4WD TBA TBA 9 2024 JLJL74 24B 2024 JEEP WRANGLER SPORT 4-DOOR 4WD TBA TBA 10 2024 JLJS74 24R 2024 JEEP WRANGLER RUBICON 4-DOOR 4WD TBA TBA 11 2024 JTJL98 2024 JEEP GLADIATOR SPORT 4X4 TBA TBA JEEP 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2024 10114 2024 NISSAN VERSA SEDAN S $17,910 $19,096 2 2024 10214 2024 NISSAN VERSA SEDAN SV $19,560 $20,764 3 2024 12014 2024 NISSAN SENTRA S $20,890 $21,180 4 2024 12114 2024 NISSAN SENTRA SV $21,830 $22,113 5 2024 17014 2024 NISSAN LEAF S 40 kWh $28,420 $28,161 6 2024 17114 2024 NISSAN LEAF PLUS SV 62 kWh $36,500 $36,138 7 2024 13114 2024 NISSAN ALTIMA S $26,160 $24,951 8 2024 13314 2024 NISSAN ALTIMA SV $26,970 $25,740 9 2024 13514 2024 NISSAN ALTIMA SR $28,390 $27,120 10 2024 13714 2024 NISSAN ALTIMA SL $32,810 $31,415 11 2024 14114 2024 NISSAN ALTIMA 2.0 VC-T SR $36,030 $34,539 12 2024 13214 2024 NISSAN ALTIMA SV AWD $28,490 $27,218 13 2024 13414 2024 NISSAN ALTIMA SR AWD $29,910 $28,598 14 2024 13614 2024 NISSAN ALTIMA SL AWD $34,370 $32,923 15 2024 24314 2024 NISSAN ARIYA ENGAGE FWD 66kWh (160kW MOTOR)$44,142 $42,785 16 2024 24214 2024 NISSAN ARIYA ENGAGE AWD 66kWh (250kW MOTOR)$48,202 $46,949 17 2024 24114 2024 NISSAN ARIYA VENTURE+ FWD 91kWh (178kW MOTOR)$48,202 $46,949 18 2024 24414 2024 NISSAN ARIYA ENGAGE+ FWD 91kWh (290 kW MOTOR)$52,262 $51,111 19 2024 21014 2024 NISSAN KICKS S $21,050 $21,930 20 2024 21114 2024 NISSAN KICKS SV $22,950 $23,833 21 2024 22114 2024 NISSAN ROGUE S $28,690 $28,113 22 2024 22314 2024 NISSAN ROGUE SV $30,420 $29,813 23 2024 22014 2024 NISSAN ROGUE S AWD $30,220 $29,622 24 2024 22214 2024 NISSAN ROGUE SV AWD $31,950 $31,323 25 2024 23114 2024 NISSAN MURANO SV FWD $38,390 $35,744 26 2024 23014 2024 NISSAN MURANO SV AWD $40,110 $37,433 27 2024 25114 2024 NISSAN PATHFINDER S $36,420 $34,993 28 2024 25314 2024 NISSAN PATHFINDER SV $39,370 $37,848 29 2024 25014 2024 NISSAN PATHFINDER S 4WD $38,360 $36,871 30 2024 25214 2024 NISSAN PATHFINDER SV 4WD $41,310 $39,726 31 2024 26314 2024 NISSAN ARMADA SV 2WD $56,430 $53,090 32 2024 26414 2024 NISSAN ARMADA SV 4WD $59,480 $56,018 NISSAN 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 33 2024 31114 2024 NISSAN FRONTIER KING CAB S 2WD 6' BED $30,260 $31,118 34 2024 31314 2024 NISSAN FRONTIER KING CAB SV 2WD 6' BED $33,020 $33,882 35 2024 31014 2024 NISSAN FRONTIER KING CAB S 4WD 6' BED $33,530 $34,394 36 2024 31214 2024 NISSAN FRONTIER KING CAB SV 4WD 6' BED $36,280 $37,157 37 2024 32114 2024 NISSAN FRONTIER CREW CAB S 2WD 5' BED $31,590 $32,449 38 2024 32314 2024 NISSAN FRONTIER CREW CAB SV 2WD 5' BED $34,450 $35,315 39 2024 33114 2024 NISSAN FRONTIER CREW CAB SV 2WD 6' BED $37,330 $38,211 40 2024 32014 2024 NISSAN FRONTIER CREW CAB S 4WD 5' BED $34,650 $35,519 41 2024 32214 2024 NISSAN FRONTIER CREW CAB SV 4WD 5' BED $37,510 $38,385 42 2024 33214 2024 NISSAN FRONTIER CREW CAB SV 4WD 6' BED $40,390 $41,283 43 2024 32514 2024 NISSAN FRONTIER CREW CAB PRO-X 4X2 $36,920 $37,600 44 2024 32414 2024 NISSAN FRONTIER CREW CAB PRO-4X 4X4 $39,980 $40,938 45 2024 37214 2024 NISSAN TITAN KING CAB SV 4WD 6.5' BEDV8 $50,000 $46,899 46 2024 38214 2024 NISSAN TITAN CREW CAB SV 4WD 5.5' BED V8 $49,820 $46,722 47 2024 53214 2024 NISSAN TITAN XD CREW CAB SV 4WD 6.5' BED V8 $52,850 $49,669 NISSAN 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2024 DT1L41 2024 RAM 1500 QUAD CAB TRADESMAN 6' 4" BED 2WD TBA TBA 2 2024 DT1E41 2024 RAM 1500 QUAD CAB HFE 6'4" BED 2WD $41,555 $39,499 3 2024 DT1H41 2024 RAM 1500 QUAD CAB BIG HORN 6'4" BED 2WD $45,130 $42,472 4 2024 DT1L98 2024 RAM 1500 CREW CAB TRADESMAN 5'7" BED 2WD TBA TBA 5 2024 DT1H98 2024 RAM 1500 CREW CAB BIG HORN 5'7" BED 2WD $47,880 $45,244 6 2024 DT1L91 2024 RAM 1500 CREW CAB TRADESMAN 6' 4" BED 2WD TBA TBA 7 2024 DT1H91 2024 RAM 1500 CREW CAB BIG HORN 6' 4" BED 2WD $54,170 $51,417 8 2024 DT6L41 2024 RAM 1500 QUAD CAB TRADESMAN 6' 4" BED 4WD TBA TBA 9 2024 DT6H41 2024 RAM 1500 QUAD CAB BIG HORN 6' 4" BED 4WD $48,980 $44,107 10 2024 DT6L98 2024 RAM 1500 CREW CAB TRADESMAN 5' 7" BED 4WD TBA TBA 11 2024 DT6H98 2024 RAM 1500 CREW CAB BIG HORN 5' 7" BED 4WD $51,730 $46,935 12 2024 DT6L91 2024 RAM 1500 CREW CAB TRADESMAN 6' 4" BED 4WD TBA TBA 13 2024 DT6H91 2024 RAM 1500 CREW CAB BIG HORN 6' 4" BED 4WD $58,020 $55,285 14 2024 DJ2L62 2024 RAM 2500 REGULAR CAB TRADESMAN 8' BED 2WD $47,990 $46,269 15 2024 DJ2H62 2024 RAM 2500 REGULAR CAB BIG HORN 8' BED 2WD $57,250 $55,405 16 2024 DJ2L91 2024 RAM 2500 CREW CAB TRADESMAN 6' 4" BED 2WD $51,805 $50,029 17 2024 DJ2H91 2024 RAM 2500 CREW CAB BIG HORN 6' 4" BED 2WD $57,050 $55,208 18 2024 DJ2L92 2024 RAM 2500 CREW CAB TRADESMAN 8' BED 2WD $52,005 $50,226 19 2024 DJ2H92 2024 RAM 2500 CREW CAB BIG HORN 8' BED 2WD $57,250 $55,405 20 2024 DJ7L62 2024 RAM 2500 REGULAR CAB TRADESMAN 8' BED 4WD $50,920 $49,157 21 2024 DJ7H62 2024 RAM 2500 REGULAR CAB BIG HORN 8' BED 4WD $55,450 $53,628 22 2024 DJ7L91 2024 RAM 2500 CREW CAB TRADESMAN 6' 4" BED 4WD $54,735 $50,744 23 2024 DJ7H91 2024 RAM 2500 CREW CAB BIG HORN 6' 4" BED 4WD $59,980 $58,099 24 2024 DJ7L92 2024 RAM 2500 CREW CAB TRADESMAN 8' BED 4WD $54,935 $50,939 25 2024 DJ7H92 2024 RAM 2500 CREW CAB BIG HORN 8' BED 4WD $60,180 $58,295 26 2024 D23L62 2024 RAM 3500 REGULAR CAB TRADESMAN 8' BED SRW 2WD $50,095 $49,979 27 2024 D23H62 2024 RAM 3500 REGULAR CAB BIG HORN 8' BED SRW 2WD $54,625 $54,449 28 2024 D23L91 2024 RAM 3500 CREW CAB TRADESMAN 6' 4" BED SRW 2WD $53,830 $53,661 29 2024 D23H91 2024 RAM 3500 CREW CAB BIG HORN 6' 4" BED SRW 2WD $59,075 $58,841 30 2024 D23L92 2024 RAM 3500 CREW CAB TRADESMAN 8' BED SRW 2WD $54,030 $53,859 31 2024 D23H92 2024 RAM 3500 CREW CAB BIG HORN 8' BED SRW 2WD $59,275 $59,038 32 2024 D28L62 2024 RAM 3500 REGULAR CAB TRADESMAN 8' BED SRW 4WD $52,920 $52,766 RAM 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 33 2024 D28H62 2024 RAM 3500 REGULAR CAB BIG HORN 8' BED SRW 4WD $57,450 $57,237 34 2024 D28L91 2024 RAM 3500 CREW CAB TRADESMAN 6' 4" BED SRW 4WD $56,760 $56,554 35 2024 D28H91 2024 RAM 3500 CREW CAB BIG HORN 6' 4" BED SRW 4WD $62,000 $61,724 36 2024 D28L92 2024 RAM 3500 CREW CAB TRADESMAN 8' BED SRW 4WD $56,960 $56,752 37 2024 D28H92 2024 RAM 3500 CREW CAB BIG HORN 8' BED SRW 4WD $62,205 $61,927 38 2024 DD3L63 2024 RAM 3500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60"CA *WLA*TBA TBA 39 2024 DD3L64 2024 RAM 3500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA 40 2024 DD3L93 2024 RAM 3500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60"CA *WLA*TBA TBA 41 2024 DD8L63 2024 RAM 3500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60"CA *WLA*TBA TBA 42 2024 DD8L64 2024 RAM 3500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA 43 2024 DD8L93 2024 RAM 3500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60"CA *WLA*TBA TBA 44 2024 DP4L63 2024 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60"CA TBA TBA 45 2024 DP4L64 2024 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA 46 2024 DP4L65 2024 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 108"CA TBA TBA 47 2024 DP4L66 27A 2024 RAM 4500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 120"CA TBA TBA 48 2024 DP4L93 27A 2024 RAM 4500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60"CA TBA TBA 49 2024 DP4L94 27A 2024 RAM 4500 CREW CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA 50 2024 DP9L63 27A 2024 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60"CA TBA TBA 51 2024 DP9L64 27A 2024 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA 52 2024 DP9L65 27A 2024 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 108"CA TBA TBA 53 2024 DP9L66 27A 2024 RAM 4500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 120"CA TBA TBA 54 2024 DP9L93 27A 2024 RAM 4500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60"CA TBA TBA 55 2024 DP9L94 27A 2024 RAM 4500 CREW CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA 56 2024 DP5L63 27A 2024 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 60"CA TBA TBA 57 2024 DP5L64 27A 2024 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA 58 2024 DP5L65 27A 2024 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 108"CA TBA TBA 59 2024 DP5L66 27A 2024 RAM 5500 REGULAR CAB CHASSIS 2WD DRW TRADESMAN 120"CA TBA TBA 60 2024 DP5L93 27A 2024 RAM 5500 CREW CAB CHASSIS 2WD DRW TRADESMAN 60"CA TBA TBA 61 2024 DP5L94 27A 2024 RAM 5500 CREW CAB CHASSIS 2WD DRW TRADESMAN 84"CA TBA TBA 62 2024 DP0L63 27A 2024 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 60"CA TBA TBA 63 2024 DP0L64 27A 2024 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA 64 2024 DP0L65 27A 2024 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 108"CA TBA TBA RAM 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 65 2024 DP0L66 27A 2024 RAM 5500 REGULAR CAB CHASSIS 4WD DRW TRADESMAN 120"CA TBA TBA 66 2024 DP0L93 27A 2024 RAM 5500 CREW CAB CHASSIS 4WD DRW TRADESMAN 60"CA TBA TBA 67 2024 DP0L94 27A 2024 RAM 5500 CREW CAB CHASSIS 4WD DRW TRADESMAN 84"CA TBA TBA 68 2024 VF1L11 2024 RAM PROMASTER 1500 LOW ROOF 118"WB (NO REAR GLASS)TBA TBA 69 2024 VF1L12 2024 RAM PROMASTER 1500 LOW ROOF 136"WB (NO REAR GLASS)TBA TBA 70 2024 VF1L13 2024 RAM PROMASTER 1500 HIGH ROOF 136"WB (NO REAR GLASS)TBA TBA 71 2024 VF2L12 2024 RAM PROMASTER 2500 LOW ROOF 136" WB (NO REAR GLASS)TBA TBA 72 2024 VF2L13 2024 RAM PROMASTER 2500 HIGH ROOF 136"WB (NO REAR GLASS)TBA TBA 73 2024 VF2L16 2024 RAM PROMASTER 2500 HIGH ROOF 159"WB (NO REAR GLASS)TBA TBA 74 2024 VF3L12 2024 RAM PROMASTER 3500 LOW ROOF 136" WB (NO REAR GLASS)TBA TBA 75 2024 VF3L13 2024 RAM PROMASTER 3500 HIGH ROOF 136" WB (NO REAR GLASS)TBA TBA 76 2024 VF3L16 2024 RAM PROMASTER 3500 HIGH ROOF 159"WB (NO REAR GLASS)TBA TBA 77 2024 VF3L17 2024 RAM PROMASTER 3500 HIGH ROOF EXT 159"WB (NO REAR GLASS)TBA TBA 78 2024 VF3L32 2024 RAM PROMASTER CUTAWAY 3500 LOW ROOF 136" WB 81" CA TBA TBA 79 2024 VF3L34 2024 RAM PROMASTER CUTAWAY 3500 LOW ROOF 159" WB 104" CA TBA TBA 80 2024 VF3L35 2024 RAM PROMASTER CUTAWAY 3500 LOW ROOF 159" EXT WB 104" CA TBA TBA RAM 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 2024 1852 2024 TOYOTA COROLLA LE $22,995 $21,918 2 2024 1882 2024 TOYOTA COLOLLA HYBRID LE $24,395 $23,256 3 2024 1223 2024 TOYOTA PRIUS LE (MID-SIZE)$28,745 $27,947 4 2024 1225 2024 TOYOTA PRIUS XLE (MID-SIZE)$32,190 $30,983 5 2024 1263 2024 TOYOTA PRIUS LE AWD (MID-SIZE)$30,145 $29,306 6 2024 1265 2024 TOYOTA PRIUS XLE AWD (MID-SIZE)$33,590 $32,328 7 2024 1235 2024 TOYOTA PRIUS PRIME LE - PLUG - IN HYBRID - $33,770 $33,537 8 2024 2532 2024 TOYOTA CAMRY LE I4 $27,515 $25,922 9 2024 2559 2024 TOYOTA CAMRY HYBRID LE $29,950 $28,160 10 2024 2561 2024 TOYOTA CAMRY HYBRID SE $31,485 $29,616 11 2024 5402 2024 TOYOTA SIENNA FWD LE HYBRID 8-PASSENGER $38,520 $36,515 12 2024 5403 2024 TOYOTA SIENNA AWD LE HYBRID 8-PASSENGER $40,520 $38,407 13 2024 4430 2024 TOYOTA RAV4 LE FWD $29,810 $28,744 14 2024 4440 2024 TOYOTA RAV4 XLE FWD $31,320 $30,202 15 2024 4432 2024 TOYOTA RAV4 LE AWD $31,210 $30,095 16 2024 4442 2024 TOYOTA RAV4 XLE AWD $32,720 $31,554 17 2024 4435 2024 TOYOTA RAV4 HYBRID LE AWD $32,810 $31,812 18 2024 4444 2024 TOYOTA RAV4 HYBRID XLE AWD $34,320 $33,279 19 2024 8642 2024 TOYOTA 4RUNNER SR5 2WD TBA TBA 20 2024 8664 2024 TOYOTA 4RUNNER SR5 4WD TBA TBA 21 2024 6935 2024 TOYOTA HIGHLANDER i4 L TBA TBA 22 2024 6946 2024 TOYOTA HIGHLANDER i4 LE TBA TBA 23 2024 6937 2024 TOYOTA HIGHLANDER i4 L AWD TBA TBA 24 2024 6960 2024 TOYOTA HIGHLANDER L-4 HYBRID LE 2WD TBA TBA 25 2024 6964 2024 TOYOTA HIGHLANDER HYBRID AWD TBA TBA 26 2024 6702 2024 TOYOTA GRAND HIGHLANDER 2WD XLE $44,405 $41,954 27 2024 6708 2024 TOYOTA GRAND HIGHLANDER XLE 4WD $46,005 $43,446 28 2024 6716 2024 TOYOTA GRAND HIGHLANDER HYBRID XLE 2WD $46,005 $43,629 29 2024 6722 2024 TOYOTA GRAND HIGHLANDER HYBRID XLE 4WD $47,605 $45,128 30 2024 7162 2024 TOYOTA TACOMA ACCESS CAB I4 SR 2WD 6' BED TBA TBA 31 2024 7164 2024 TOYOTA TACOMA ACCESS CAB V6 SR 2WD 6' BED TBA TBA 32 2024 7186 2024 TOYOTA TACOMA DOUBLE CAB I4 SR 2WD 5' BED TBA TBA TOYOTA 863-402-4234 chris.wilson@alanjay.com ROW YEAR MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 33 2024 7514 2024 TOYOTA TACOMA ACCESS CAB SR 4WD I4 TBA TBA 34 2024 7540 2024 TOYOTA TACOMA DOUBLE CAB V6 SR5 4WD 5' BED TBA TBA 35 2024 7568 2024 TOYOTA TACOMA DOUBLE CAB TRD OFF ROAD 4WD 6' BED TBA TBA 36 2024 8242 2024 TOYOTA TUNDRA DOUBLE CAB SR 2WD 6.5' BED $41,760 $39,686 37 2024 8245 2024 TOYOTA TUNDRA DOUBLE CAB SR 2WD 8' BED $42,090 $40,000 38 2024 8342 2024 TOYOTA TUNDRA DOUBLE CAB SR 4WD 6.5' BED $44,760 $42,550 39 2024 8345 2024 TOYOTA TUNDRA DOUBLE CAB SR 4WD 8' BED $45,090 $42,863 40 2024 8261 2024 TOYOTA TUNDRA CREW MAX SR5 2WD 5.5' BED $49,345 $46,924 41 2024 8361 2024 TOYOTA TUNDRA CREW MAX SR5 4WD 5.5' BED $52,345 $49,787 42 2024 8401 2024 TOYOTA TUNDRA CREW MAX LIMITED HYBRID 4X2 $59,420 $56,976 43 2024 8411 2024 TOYOTA TUNDRA CREW MAX LIMITED HYBRID 4X2 $59,750 $57,292 44 2024 8421 2024 TOYOTA TUNDRA CREW MAX LIMITED HYBRID 4WD $62,420 $59,840 45 2024 8431 2024 TOYOTA TUNDRA CREW MAX LIMITED HYBRID 4WD $62,750 $60,155 TOYOTA chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION REGULAR AND SPECIAL FACTORY PRODUCTION OPTIONS RPO All Regular And Factory Production Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP option prices to be provided to customer with each contract conforming quote.$0.00 SEO All Special Equipment Factory Production Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP option prices to be provided to customer with each contract conforming quote.$0.00 VSO All Factory Production Vehicle Specific Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP $0.00 ASSUME ANY ITEMS NOT SPECIFICALLY LISTED ON THIS QUOTE ARE TO BE ASSUMED UNAVAILABLE OR NOT INCLUDED.$0.00 NON-IDENTIFIED CONTRACT OPTIONS NICO Any Option not listed in this price schedule may be added in accordance with contract guidelines (not to exceed 10% over dealer costs).$0.00 FORCE MAJEURE Surcharge for equipment / bodies - add ''X'' percentge - due to unforeseeable circumstances / acts of God.$0.00 CD FEE COURTESY DELIVERY -DROP SHIP- TO LOCAL VENDOR FOR PDI AND DELIVERY.$0.00 EXTENDED WARRANTY EWA Price to be quoted at Florida Mandatory Sales Price. Warranties available through: Ford ESP, GMPP, NISSAN, JM&A, MOPAR. PRICES TO BE QUOTED FOR SPECIFIC VEHICLE AND POWER TRAIN COMBINATION.$0.00 P-CARD AND CREDIT CARD TRANSACTIONS MSF A 5% convienence fee of the total sale price will be assessed for all merchant service transations above $2,500.00.$0.00 ADDITIONAL KEYS 3K Plain cut 3rd key (NO REMOTE).$85.00 4K Plain cut 3rd & 4th keys (NO REMOTES).$175.00 3KR Additional key and remote, cut and programmed.$265.00 4KR (2) Additional keys and remotes, cut and programmed.$440.00 3K SMART 3rd key and remote for vehicles with proximity access.$335.00 4K SMART 3rd & 4th keys and remotes for vehicles with proximity access.$540.00 PAINT AND GRAPHICS B&W-DO Dealer provided Black & White paint job on factory ordered Black vehicle, DOORS ONLY painted white, mirrors and handles to remain black.$1,600.00 B&W-D&R Dealer provided Black & White paint job on factory ordered Black vehicle, DOORS and ROOF painted white, mirrors and handles to remain black.$1,970.00 CGP CUSTOM GRAPHICS PACKAGE Furnished and Installed per customers specification.$760.00 CGP-CHEV CUSTOM GRAPHICS PACKAGE Furnished and Installed per customers specifications including rear tailgate chevrons.$1,195.00 GENERAL OPTIONS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ASSET MANAGEMENT CDMB Asset management consulting services provided by CEM certified industry professional with 39 years of experience. Price listed at hourly rate, discounts may apply based upon the scope of services required.$0.00 SAFETY ITEMS 3BLS 3rd brake light safety sulse (Pulses 3rd brake light (4) times upon application of brake pedal to increase driver awareness behind you when stopping)$205.00 SAFE-T Amerex 5lb Fire extinguisher, First Aide Only first aid kit, and King James & Co road triangles $320.00 FIRE 2.5LB 2.5# ABC FIRE EXTINGUISHER, PART# B417T, INSTALLED WITH BRACKET, MOUNTED INSIDE REAR CARGO AREA.$125.00 FIRE-X-5LB Amerex B500 Fire Extinguisher with 5DC HD Vehicle Bracket (Furnished and Installed inside rear cab area, driver’s Side)$200.00 DRIVERS EDUCATION ABG BRAKE-PASS-UNIV Furnish and install Universal OS Brake passenger side brake pedal $3,160.00 ABG BRAKE-PASS-TOYO Furnish and install OS Brake passenger side brake pedal on Toyota vehicles.$3,440.00 TAG & REGISTRATION NO-TEMP TEMP TAG NOT REQUESTED, CUSTOMER WILL HANDLE THEIR OWN TAG WORK.$0.00 TITLE ONLY NO-TAG PROCESS A TITLE ONLY FOR TRIBE.$0.00 TEMP-TAG Temporary tag $45.00 TRANS-TAG Transfer existing registration Includes temp tag & two way overnight shipping for signature. (must provide tag number)$195.00 NEW-TAG New tag Includes temp tag & two way overnight shipping for signature.(specify state, county, city, sheriff, etc.)$245.00 NEW-TAG-CITY New CITY tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-STATE New STATE tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-COUNTY New COUNTY tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-SHERIFF New SHERIFF tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-COLLEGE New COLLEGE tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-X New tag Includes temp tag & two way overnight shipping for signature (X-SERIES).$245.00 GENERAL OPTIONS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FLOOR PROTECTION WTF SDN 1 Weather Tech floor liner system (1st row only).$185.00 WTF SDN 2 Weather Tech floor liner system (1st & 2nd rows).$270.00 INVERTERS & CHARGING 806-1206-SDN XANTREX 600W pure sine inverter mounted under passenger seat with ignition sourced remote / user control mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $595.00 806-1210-SDN XANTREX 1000W pure sine inverter mounted in trunk space with ignition sourced remote / user control mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $755.00 851-0451-SDN XANTREX Xpower 450W inverter mounted under passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $465.00 SEAT UPGRADE DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00 DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00 TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $405.00 TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$795.00 WINDOW FILM & GUARDS WSTP Windshield strip $50.00 DT2 SDN Deep tint film installed on front two door glass only.$200.00 DTF SDN Deep tint film installed on all side and rear glass.$300.00 LIMO Upgrade tint to LIMO on all tinted surfaces $95.00 RS 2 Stick on rain shields (2-doors).$90.00 RS 4 Stick on rain shields (4-doors).$115.00 HITCHES & ACCESSORIES N2 Nitrogen filled tires $155.00 FSS Full Size Spare Tire and Wheel ships loose in cargo area or trunk, may not cosmetically matchfactory wheels and tires. Does not include TPMS.$505.00 AJ 4-WIRE 4 wire trailer plug $90.00 AJ CLIII Class III receiver hitch, installed at AJ Fleet.$510.00 AJ C-WIRE Customer specific wire plug, please provide detail.$75.00 BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00 BUA Federal Signal 90 dB back-up alarm.$160.00 AUTOMOBILES chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FLOOR PROTECTION WTF SUV 1 Weather Tech floor liner system (1st row only).$185.00 WTF SUV 2 Weather Tech floor liner system (1st & 2nd rows).$280.00 WTF SUV 3 Weather Tech floor liner system (1st & 2nd rows plus cargo area).$415.00 SEAT UPGRADE DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00 DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00 DLTH 3 Dealer installed leather seating surfaces (1st & 2nd rows).$1,880.00 TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $405.00 TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$795.00 INVERTERS & CHARGING 806-1206-SUV XANTREX 600W pure sine inverter mounted under REAR seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $595.00 806-1210-SUV XANTREX 1000W pure sine inverter mounted under REAR seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $755.00 806-1220-SUV XANTREX 2000W pure sine inverter mounted in rear cargo area with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,235.00 813-3000UL-SUV XANTREX 3000W modified sine inverter mounted in rear cargo area with. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,905.00 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 WINDOW FILM & GUARDS WSTP Windshield strip $50.00 DT2 SUV Deep tint film installed on front two door glass only.$200.00 DTF SUV Deep tint film on SUV with full side and rear glass coverage.$335.00 LIMO Upgrade tint to LIMO on all tinted surfaces $95.00 RS 2 Stick on rain shields (2-doors).$90.00 RS 4 Stick on rain shields (4-doors).$115.00 SUVs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION HITCHES & ACCESSORIES BUA Federal Signal 90 dB back-up alarm.$160.00 AJ CLIII Class III receiver hitch, installed at AJ Fleet.$510.00 AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$610.00 AJ CLV Class V receiver hitch, installed at AJ Fleet.$810.00 BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00 AJ 4-WIRE 4 wire trailer plug $90.00 AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$150.00 AJ 6-ROUND 6 wire round utility plug.$80.00 AJ DB2 Draw bar with 2'' Ball, pin, and clip.$65.00 AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$170.00 AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$145.00 N2 Nitrogen filled tires $155.00 FSS Full Size Spare Tire and Wheel ships loose in cargo area or trunk, may not cosmetically matchfactory wheels and tires. Does not include TPMS.$505.00 AJ EBC Curt Spectrum Electric Brake Controller $395.00 GRILLE GUARDS AND WINCHES VR EVO 8 Warn VR EVO self recovery 8,000lb rated winch with remote, open fairlead, and wire rope.$820.00 VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$870.00 ZEON 8-S Warn ZEON self recovery 8,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$1,875.00 ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,670.00 AJ WMT-WEST Westin winch mount tray only, no push bumper or wrap (GM/Ford/RAM/Toyota for up to 12k winch only).$790.00 AJ WGG-WEST Westin HDX wrap around grille guard (GM/Ford/RAM/Toyota).$1,090.00 AJ WGG-MNT-WEST Westin HDX wrap around grille guard with winch mount tray (GM/Ford/RAM/Toyota for up to 12k winch only).$1,680.00 AJ WMT-WARN WARN Winch mount tray only, no push bumper or wrap. (FORD or RAM only, required for M-series and 16.5ti winches).$1,230.00 AJ WGG-MNT-P-WARN Warn Wrap around grille guard with winch mount tray & no side wings (FORD or RAM only, required for M-series and 16.5ti winches).$2,155.00 AJ WGG-MNT-WARN Warn wrap around grille guard with winch mount plate. (FORD or RAM only, required for M-series and 16.5ti winches).$2,960.00 AJ WGG-MNT-STER Sterling manufacturing wrap around grille guard with winch mount tray (fits all makes/models, will accomidate 16.5ti winch).$2,650.00 AJ WGG-MNT-P-STER Sterling manufacturing wrap around grille guard with winch mount tray and no headlight guards, center section only (fits all makes/models, will accomidate 16.5ti winch).$1,865.00 SUVs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CNG CONVERSION AE ESCAPE 4.6GGE Ford Escape 1.5L 4.6GGE installed.$11,725.00 SUVs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FLOOR PROTECTION WTF VAN 1 Weather Tech floor liner system (1st row only).$160.00 WTF VAN 2 Weather Tech floor liner system (1st & 2nd rows).$270.00 WTF VAN 3 Weather Tech floor liner system (1st, 2nd, & 3rd rows).$375.00 SEAT UPGRADE DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00 DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00 DLTH 3 Dealer installed leather seating surfaces (1st & 2nd rows).$1,880.00 TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $405.00 TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$795.00 INVERTERS & CHARGING 851-0451-VAN XANTREX Xpower 450W inverter mounted in between driver/passenger seat or front of partition behind passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $455.00 806-1206-VAN XANTREX 600W pure sine inverter mounted in between driver/passenger seat or front of partition behind passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $595.00 806-1210-VAN XANTREX 1000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $755.00 806-1220-VAN XANTREX 2000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,235.00 813-3000UL-VAN XANTREX 3000W modified sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,905.00 OUTLET REAR VAN Weather-resistant outlet at rear of van, mounted curbside to either side or back of shelf (interior).$180.00 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 WINDOW FILM & GUARDS WSTP Windshield strip $50.00 DT2 VAN Deep tint film installed on front two door glass only.$200.00 DTF G VAN Deep tint film on cargo van with side and rear door glass.$300.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DTF P VAN Deep tint film on passenger van with full body glass.$520.00 LIMO Upgrade tint to LIMO on all tinted surfaces $95.00 HITCHES & ACCESSORIES BUA Federal Signal 90 dB back-up alarm.$160.00 AJ CLIII Class III receiver hitch, installed at AJ Fleet.$510.00 AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$610.00 AJ CLV Class V receiver hitch, installed at AJ Fleet.$810.00 BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00 AJ 4-WIRE 4 wire trailer plug $90.00 AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$150.00 AJ 6-ROUND 6 wire round utility plug.$80.00 AJ C-WIRE Customer specific wire plug, please provide detail.$75.00 N2 Nitrogen filled tires $155.00 N2 HD Nitrogen filled tires (3/4 ton vehicles and up).$165.00 N2 DRW Nitrogen filled tires on DRW vehicles.$180.00 AJ DB2 Draw bar with 2'' Ball, pin, and clip.$65.00 AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$170.00 AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$145.00 AJ PTL2 Pintle combination draw bar with 2'' ball.$180.00 AJ PTL2516 Pintle combination draw bar with 2-5/16'' ball.$175.00 AJ PACK-RAT Weatherguard Pack-Rat 308-3 drawer unit 48'' x 39.75'' x 9.5'', installed.$1,535.00 AJ EBC Curt Spectrum Electric Brake Controller $395.00 LINERS AND COATINGS HD SOB-VAN HD Scorpion spray on bed liner applied to floor surface of cargo area including approximately 6'' up the side walls and partition of cargo van.$945.00 UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 KARGO MASTER VAN EQUIPMENT COMPACT SHELVING PACKAGES 44TCL ELECTRICAL CONTRACTOR 43'' H SHELVES - TRANSIT CONNECT/PROMASTER CITY 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 3, 40020 Shelf Door Kit 32'' W x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 6, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 1 $3,800.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 45TCL HVAC PACKAGES 43'' H SHELVES - TRANSIT CONNECT/PROMASTER CITY 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 3, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 2 $4,410.00 42TCL GENERAL SERVICE 43'' H SHELVES - TRANSIT CONNECT/PROMASTER CITY 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 4, 40020 Shelf Door Kit 32'' W x 1, 40080 Drawer Cabinet - 3 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 6, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 2 $4,805.00 400CE COMMERCIAL 43'' H SHELVES - NV200 115'' WB 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 2 $2,215.00 402CE GENERAL SERVICE 43'' H SHELVES - NV200 115'' WB 40670 Partition - Perforated - Compact Van x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 2, 4826L Shelf Unit - 26'' W x 43'' H x 14'' D x 1, 40020 Shelf Door Kit 32'' W x 1, 40080 Drawer Cabinet - 3 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 2, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 6 $4,500.00 FULL SIZE PARTITIONS 40640 + 406GM + 40620 GM Express Roof Partition with perforated center/passenger side panels & door latch kit.$965.00 40640 + 40649TL + 40620 Ford Transit Low Roof Partition with perforated center/passenger side panels & door latch kit.$1,000.00 40660 + 40669TM + 40620 Ford Transit Mid/ Roof Partition with perforated center/passenger side panels & door latch kit.$1,145.00 40660 + 40669TH + 40620 Ford Transit High Roof Partition with perforated center/passenger side panels & door latch kit.$1,180.00 40651 + 4064P + 40620 ProMaster Low/High Roof Partition with perforated center/passenger side panels & door latch kit.$1,160.00 FULL SIZE SHELVING PACKAGES 4001C BASE 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3 $3,270.00 4003C COMMERCIAL BIN 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48180 Shelf Unit - Shelf Lip 20'' L x 1 $3,680.00 4004C GENERAL SERVICE 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $4,430.00 4005C ELECTRICAL CONTRACTOR 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $4,925.00 4006C HVAC 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1 $5,050.00 4013C BASE 46'' H SHELVES - GM 155'' WB 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406GM Partition Wing Kit - GM x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3 $3,660.00 40PML BASE 60'' H SHELVES - PROMASTER 159'' WB HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3 $4,710.00 40PMS BASE 60'' H SHELVES - PROMASTER 118'' & 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3 $4,355.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 40TLL BASE 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3 $3,690.00 40TLM BASE 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 52″Adjustable Tall Shelf Unit [52″ Width x 60″ Height x 14″ Depth] (48524) x 3 Van Interior Partition x 1 Ford Transit Mid/High Roof Partition Kit: (40651+406TH)$4,690.00 40TRL BASE 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3 $3,305.00 40TRM BASE 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3 $4,340.00 41PML GENERAL SERVICE 60'' H SHELVES - PROMASTER 159'' WB HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $5,835.00 41PMS GENERAL SERVICE 60'' H SHELVES - PROMASTER 118'' & 136'' WB LOW ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $5,430.00 41TLL GENERAL SERVICE 46'' H SHELVES - TRANSIT 146'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $4,915.00 41TLM GENERAL SERVICE 60'' H SHELVES - TRANSIT 146'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $5,815.00 41TRM GENERAL SERVICE 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $5,295.00 42PML ELECTRICAL CONTRACTOR 60'' H SHELVES - PROMASTER HIGH ROOF 159'' WB 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 10, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $6,855.00 42PMS ELECTRICAL CONTRACTOR 60'' H SHELVES - PROMASTER 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 8, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,365.00 42TCL GENERAL SERVICE 43'' H SHELVES - TRANSIT CONNECT/PROMASTER CITY 40670 Partition - Perforated - Compact Vans x 1, 4832L Shelf Unit - 32'' W x 43'' H x 14'' D x 4, 40020 Shelf Door Kit 32'' W x 1, 40080 Drawer Cabinet - 3 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 6, 48250 10'' W Plastic Small Parts Bin Module (6 - 5'' W Bins) x 2 $4,805.00 42TLL ELECTRICAL CONTRACTOR 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 2 $6,050.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 42TLM ELECTRICAL CONTRACTOR 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 10, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $6,835.00 42TRM ELECTRICAL CONTRACTOR 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 8, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,345.00 43TRL COMMERCIAL BIN 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48180 Shelf Unit - Shelf Lip 20'' L x 1 $3,715.00 44TRL GENERAL SERVICE 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40010 Shelf Door Kit 42'' W x 2, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $4,465.00 45PML HVAC 60'' H SHELVES - PROMASTER HIGH ROOF 159'' WB 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $6,480.00 45PMS HVAC 60'' H SHELVES - PROMASTER 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,050.00 45TLL HVAC 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 2 $6,185.00 45TLM HVAC 60'' H SHELVES - TRANSIT 146'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $6,465.00 45TRL ELECTRICAL CONTRACTOR 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $5,585.00 45TRM HVAC 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated - Transit Mid/High Roof, Sprinter Std Roof, NV High Roof, ProMaster Low/High Roof x 1, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Re frigerant Tank Rack - 3 Tier x 1, 40270 Hanging File Holder x 1, 40060 Hook 3 Prong ''J'' x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 1 $6,035.00 46TRL HVAC 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated - Transit & NV Low Roof, GM, Metris x 1, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $5,725.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FULL SIZE LADDER RACKS 4082L + 408CC GM Express/Savana - Single Clamp & Lock Ladder Rack (Curb Side Only)$1,050.00 4082L + 408CC + 4081L GM Express/Savana - Dual Clamp & Lock Mechanism $1,475.00 4082L + 408TC + 4081L Ford Transit Low Roof - Dual Clamp & Lock Mechanism $1,605.00 4092L + 409CD GM Express/Savana - Single Drop Down Ladder Rack (Curb Side Only)$1,880.00 4092L + 409CD + 40963 GM Express/Savana - Dual Drop Down Mechanism $3,085.00 4092L + 409TD Ford Transit Low Roof - Single Drop Down Ladder Rack (Curb Side Only)$2,015.00 4092L + 409TD + 40963 Ford Transit Low Roof - Dual Drop Down Mechanism $3,220.00 4097M + 4081P ProMaster Low Roof - Single Drop Down Ladder Rack (Curb Side Only)$2,235.00 4097M + 4081P + 40983 ProMaster Low Roof - Dual Low Roof - Drop Down Mechanism $3,515.00 4097M + 4081T Ford Transit Mid Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$1,775.00 4097M + 4081T + 40983 Ford Transit Mid Roof - Dual EZ Drop Down Mechanism $2,850.00 4099H + 4081P ProMaster High Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$2,765.00 4099H + 4081P + 40913 ProMaster High Roof - Dual EZ Drop Down Mechanism $4,495.00 4099H + 409TD Ford Transit High Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$5,040.00 4099H + 409TD + 40913 Ford Transit High Roof - Dual EZ Drop Down Mechanism $4,420.00 ADRIAN VAN EQUIPMENT (ADVANCED WORK VAN) EXPRESS / SAVANA PARTITIONS AWV GM-PART Adrian Steel Partition Perforated top Center & Passenger Panels for GM Full Size Vans ( no door ). Furnished and installed by Advanced Work Vans of Florida.$910.00 AWV GM-PART-DOOR Adrian Steel Partition Perforated Top Center & Passenger Panels for GM Full Size Vans ( w/door ). Furnished and installed by Advanced Work Vans of Florida.$1,055.00 AWV PARGM-NW Adrian Steel Composite Partition for GM Full Size Vans (No Window). Furnished and installed by Advanced Work Vans of Florida.$1,655.00 AWV PARGM Adrian Steel Composite Partition for GM Full Size Vans (With Window). Furnished and installed by Advanced Work Vans of Florida.$1,680.00 TRANSIT PARTITIONS AWV S1M2C2FSV Adrian Steel Partition S1M2C2FSV Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Low Roof ( no doo+B5r ) furnished and installed by Advanced Work Vans of Florida.$1,015.00 AWV S1M2HC2FSV Adrian Steel Partition S1M2HC2FSV Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Low Roof ( w/door ) furnished and installed by Advanced Work Vans of Florida.$1,165.00 AWV S1M2C2TR Adrian Steel Partition S1M2C2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( no door ) furnished and installed by Advanced Work Vans of Florida.$1,325.00 AWV S1M2HC2TRM Adrian Steel Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Medium Roof (w/door ) furnished and installed by Advanced Work Vans of Florida.$1,450.00 AWV S1M2C2TR Adrian Steel Partition S1M2C2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( no door ) furnished and installed by Advanced Work Vans of Florida.$1,325.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV S1M2HC2TRH Adrian Steel Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( w/door ) furnished and installed by Advanced Work Vans of Florida.$1,470.00 AWV PARFTL Adrian Steel Composite Partition PARFTL for Ford Full Size Cargo Van Low Roof Includes Wing Kit With Window furnished and installed by Advanced Work Vans of Florida. $1,720.00 AWV PARFTL-NW Adrian Steel Composite Partition PARFTL-NW for Ford Full Size Cargo Van Composite Partition Low Roof Includes Wing Kit No Window furnished and installed by Advanced Work Vans of Florida.$1,695.00 PROMASTER PARTITIONS AWV S1M2C2PM Adrian Steel Ram ProMaster Partition and Wing Kit ( no door ) Perforated Top Center & Passenger Panels furnished and installed by Advanced Work Vans of Florida.$1,285.00 AWV S1M2HC2PM Adrian Steel Ram ProMaster Partition and Wing Kit ( w/door ) Perforated Top Center & Passenger Panels furnished and installed by Advanced Work Vans of Florida.$1,430.00 EXPRESS / SAVANA SHELVING PACKAGES AWV 4316G Adrian Steel Commercial Bin BasePlus Shelving Package with Partition for GM Full Size Van STD WB. Furnished and installed by Advanced Work Vans of Florida.$3,915.00 AWV 4316GX Adrian Steel Commercial Bin BasePlus Shelving Package with Partition for GM Full Size Van EXT WB. Furnished and installed by Advanced Work Vans of Florida.$3,980.00 AWV 4317G Adrian Steel General Service BasePlus Shelving Package with Partition for GM Full Size Van STD WB. Furnished and installed by Advanced Work Vans of Florida.$5,005.00 AWV 4317GX Adrian Steel General Service BasePlus Shelving Package with Partition for GM Full Size Van EXT WB. Furnished and installed by Advanced Work Vans of Florida.$5,070.00 AWV 4318G Adrian Steel PHVAC Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,820.00 AWV 4318GX Adrian Steel PHVAC Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,885.00 AWV 4319G Adrian Steel Electrical/Gas Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 135'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,115.00 AWV 4319GX Adrian Steel Electrical/Gas Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,180.00 TRANSIT SHELVING PACKAGES AWV E-TransLR130 E-Transit Package Required No Drill upgrade - Transit Low Roof 130 WB furnished and installed by Advanced Work Vans of Florida.$170.00 AWV E-TransLR148 E-Transit Package Required No Drill upgrade - Transit Low Roof 148 WB furnished and installed by Advanced Work Vans of Florida.$445.00 AWV E-TransMR148 E-Transit Package Required No Drill upgrade - Transit Mid & High Roof 148 WB furnished and installed by Advanced Work Vans of Florida.$195.00 AWV 5156TL130 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof Base Commercial 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$3,655.00 AWV 5156TL148 Adrian Steel Shelving Package for Full Size Transit CargoLow Roof Base Commercial 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$3,675.00 AWV 4317TL130 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof General Service 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,350.00 AWV 4317TL148 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof General Service 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,375.00 AWV 4318TL130 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof PHVAC 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,670.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV 4318TL148 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof PHVAC 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,690.00 AWV 4319TL130 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof Electrical, Gas130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,430.00 AWV 4319TL148 Adrian Steel Shelving Package for Full Size Transit Cargo Low Roof Electrical, Gas 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,450.00 AWV 5156TM130 Adrian Steel Shelving Package for Full Size Transit Cargo Medium Roof Base Commercial130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$4,885.00 AWV 5156TM148 Adrian Steel Shelving Package for Full Size Transit Cargo Medium Roof Base Commercial 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,050.00 AWV 5156TH148 Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,075.00 AWV 5156TH148X Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$5,080.00 AWV 4317TM130 Adrian Steel General Service Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,560.00 AWV 4317TM148 Adrian Steel General Service Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,725.00 AWV 4317TH148 Adrian Steel General Service Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,745.00 AWV 4317TH148X Adrian Steel General Service Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$6,750.00 AWV 4318TM130 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,305.00 AWV 4318TM148 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,470.00 AWV 4318TH148 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,490.00 AWV 4318TH148X Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$7,495.00 AWV 4319TM130 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,765.00 AWV 4319TM148 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,930.00 AWV 4319TH148 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,935.00 AWV 4319TH148X Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$7,940.00 PROMASTER SHELVING PACKAGES AWV 5180 Adrian Steel Ram ProMaster Shelving Package General Service 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,620.00 AWV 5185 Adrian Steel Ram ProMaster Shelving Package General Service 159'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,895.00 AWV 5181 Adrian Steel Ram ProMaster Shelving Package Electrical Contractor 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,845.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV 5186 Adrian Steel Ram ProMaster Shelving Package Electrical Contractor 159'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$8,230.00 AWV 5182 Adrian Steel Ram ProMaster Shelving Package Security 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,230.00 EXPRESS / SAVANA POLY LINER AWV 5384G Adrian Steel Poly Liner with Partition for GM Full Size Van Std WB. Furnished and installed by Advanced Work Vans of Florida.$3,795.00 AWV 5384GX Adrian Steel Poly Liner with Partition for GM Full Size Van Ext WB. Furnished and installed by Advanced Work Vans of Florida.$4,160.00 EXPRESS / SAVANA LADDER RACKS AWV GM 2B6W Aluminum Adrian Steel 2- Bar Utility Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$850.00 AWV GM 3B6W Adrian Steel Aluminum 3- Bar Utility Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$1,290.00 AWV GL61GM Adrian Steel Grip Lock Single Lock Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$920.00 AWV GL63GM Adrian Steel Grip Lock Double Lock Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$1,370.00 AWV PLS61GM Adrian Steel Single Slide Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$2,020.00 AWV PLS63GM Adrian Steel Double slide Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$2,995.00 TRANSIT LADDER RACKS AWV 2BARRFT-W Adrian Steel 2- Bar Ladder rack Utility Rack with Rear Roller Bar Ford Full Size Transit Cargo Low Roof Rack furnished and installed by Advanced Work Vans of Florida.$1,185.00 AWV 3BARRFT-W Adrian Steel 3- Bar Ladder rack Utility Rack Ford Full Size Transit Cargo Low Roof Rack furnished and installed by Advanced Work Vans of Florida.$1,580.00 AWV GL61TL Adrian Steel Single Lock Down GripLock Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$1,220.00 AWV GL63TL Adrian Steel Double Lock Down GripLock Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$1,710.00 AWV PLS61TL Adrian Steel Single Slide Down Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida. $2,070.00 AWV PLM61TM Adrian Steel Single Slide Max Down Ladder rack Ford Full Size Transit Cargo Med Roof furnished and installed by Advanced Work Vans of Florida. $2,540.00 AWV PLS63TL Adrian Steel Double Slide Down Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$3,295.00 AWV PLM63TM Adrian Steel Double Slide Down Max Ladder rack Ford Full Size Transit Cargo Med Roof furnished and installed by Advanced Work Vans of Florida.$4,225.00 PROMASTER LADDER RACKS AWV PM 3B6W RRB Adrian Steel 3- Bar Rack Ladder Racks Full Size Van Aluminum Utility Rack Ram ProMaster ( Standard Roof ) furnished and installed by Advanced Work Vans of Florida.$1,680.00 AWV PLM61PL Adrian Steel Single Drop Down Ladder Racks Full Size Ram ProMaster ( 118'' WB ) furnished and installed by Advanced Work Vans of Florida.$2,835.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV PLM61PL136 Adrian Steel Single Drop Down Ladder Racks Full Size Ram ProMaster ( 136'''' WB ) furnished and installed by Advanced Work Vans of Florida.$2,865.00 AWV PLM63PL Adrian Steel Double Drop Down Ladder Racks Full Size Ram ProMaster ( 118'' WB ) furnished and installed by Advanced Work Vans of Florida.$4,525.00 AWV PLM63PL136 Adrian Steel Double Drop Down Ladder Racks Full Size Ram ProMaster ( 136'' WB ) furnished and installed by Advanced Work Vans of Florida.$4,555.00 ADRIAN ACCESSORIES AWV SOB-VAN Van floor spray on bedliner, provides coverage of the entire cargo floor and lower section of walls and partition.$1,565.00 AWV SCREEN-FTL2 Adrian 60-134/60-135 window security screens, both rear doors, Ford Transit Low Roof furnished and installed by Advanced Work Vans of Florida $265.00 AWV SCREEN-FTMH2 Adrian 60-132/60-133 window security screens, both rear doors, Ford Transit mid/high roof furnished and installed by Advanced Work Vans of Florida.$330.00 AWV TS-1500 VANNER 1500 Watt Pure Sine Power Inverter w/ Wiring harness and Circuit Breaker mounted to back of partition, passenger side furnished and installed by Advanced Work Vans of Florida.$2,165.00 FOOD SERVICE TRANSIT-REEFER Thermo King V520 RT MAX Transit Van Refrigeration Package (Refrigeration unit + Insulation) Thermo King V520 RT MAX 10 vehicle driven refrigerated unit with R404A refrigerant. This unit has the capacity to deliver 0 degrees Key items and features included in this quote: • Thermo King V520 RT MAX 20 vehicle powered refrigeration unit • Thermo King compressor with Jet-Lube compressor lubrication • In cab controller with digital LED thermometer • Electronic Thermosta • Slim line roof mounted condenser • Factory hose kit • Hose management kit • Insulation: To be installed inside Ford Transit 148” High Roof- 3” of insulation- floors, walls, ceiling. Insulated front bulkhead behind seats; bulkhead reinforced for refrigerated unit. Doors completely insulated and covered with Sub Zero panels. Two drains molded into the floor. Diamond plate bump guards at each cargo door opening. $24,905.00 CUES CAMERA ROCKPORT-CUES CUT ROCKPORT BOX FOR CUTAWAY VANS DESIGNED FOR CUES 15' 6''L x 96''W x 84''H ALUMINUM SHEET & POST .040 ALUMINUM SIDEWALL, Z SHAPED GALVANIZED SIDE POSTS ON 16'' CENTERS 12'' ALUMINUM FRONT RADIUS, 5'' EXTRUDED ALUMINUM VERTICAL CORNERS 5'' TUBE SHAPE LONG SILLS, 3'' FORMED CHANNEL CROSSMEMBERS ON 16'' CENTERS .032 ALUMINUM ONE PIECE ROOF, REAR MUD FLAPS, E-COATED STEP BUMPER RECESSED LED CLEARANCE LIGHTS, FLUSH REAR SILL WITH DRAIN TROUGH E- COATED REAR STRUCTURE, REAR LED LIGHTS IN SIDE POSTS, FULL UNDERCOATING 3 YEAR 36,000 MILE LIMITED WARRANTY, HIGH IMPACT FRONT RADIUS CORNERS TRUE NOMINAL BODY LENGTH BEHIND SET BACK WALL, 2 GRAB HANDLES ROCKTOP AIR FARING WITH CAB ROOF CUTOUT ROCKTOP ABS INTERIOR LINER REAR BACK-UP ALARM DELETE CARGO DOME LIGHT & SWITCHES. PINE PLANK FLOOR IN LIEU OF HARDWOOD. ''RESTRICTED'' DELETE SETBACK SOLID BULKHEAD (FULL CAB CUTOUT) REAR STRUCTURE - SPECIAL. VERTICAL POSTS EXTENDED TO MATCH LOWER SKIRTING, NO HOLES FOR R-UP LATCH OR RAMP. ''RESTRICTED OPTION/REQUIRES APPROVAL'' FULL WIDTH FRP REAR SWING DOORS WITH CAM BAR LOCKS & SIDEWALL PROTECTION PLATES. FIBERGLASS INSULATION W/ ALUMINUM FRAME & KEMLITE LINER OVER INTERIOR PLYWOOD. REQUIRES RP0034 FRP DOORS. (02) ADDITIONAL REAR DOOR HINGES (04) PER DOOR. REQUIRES RP0034 FRP DOORS. STAINLESS STEEL CAM BAR HARDWARE & RODS IN LIU OF STANDARD. # POLAR 15'' WIDE .063 PRE-PAINTED WHITE ALUMINUM FULL LENGTH BOTTOM BODY SKIRTING W/ EXTENDED FRONT CORNERS AND REAR STRUCTURE SPECIAL FULL WIDTH 12''D STEEL POOCHED REAR BUMPER, DIAMOND PLATE BACKSPLASH 17'' FROM TOP OF BUMPER TO TO TOP OF LOWER THRESHOLD/FLOOR. ROCKPORT FLAT FLOOR OR WHEELWELL UNIT. ''RESTRICTED OPTION'' ROOF BOWS ON 12'' CENTERS IN LIEU OF 24''. (UP TO 18') ALUMINUM TUBE ROOF REINFORCEMENT (AC UNIT OR ROOF VENT) 24.5'' FROM REAR WALL CENTERED IN ROOF DELETE STANDARD PLYWOOD LINER & TIE RINGS DELETE STANDARD D-RINGS (ALUM & FRP BODIES) FREIGHT TO CUES INC. IN ORLANDO, FL (Req's 2019 FORD E-450 CUTAWAY CHASSIS 176'' WB, DUAL REAR WHEELS, CRUISE, 6.8 L GASOLINE, 14,500# GVWR) ROCKPORT VAN AND TRUCK BODIES FORD DROP SHIP: 86O153 GM DROP SHIP: 300519 $19,645.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CUES-E450-TVONLY CUES TV Only - Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, (Req's Chassis and RockPort Box) $260,225.00 CUES-E450-TVDUC CUES TV/DUC Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $338,380.00 CUES-E450-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $393,810.00 CUES-TRANSIT-TVONLY CUES TV Only Build-Out for Ford Transit Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis. $220,200.00 CUES-TRANSIT-TVDUC CUES TV/DUC Build-Out for Ford Transit Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis. $298,125.00 CUES-TRANSIT-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford Transit Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis. $354,105.00 PRISONER TRANPORT SYSTEMS SINGLE COMPARTMENT AA 1-EXT COMP PTS American Aluminum SINGLE compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $16,545.00 AA 1-REG COMP PTS American Aluminum SINGLE compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $15,720.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,295.00 AA CUSH-1 American Aluminum seat cushions for 1 or 2 compartment prisoner transport systems.$2,810.00 AA INTERCOM-1 American Aluminum intercom system for SINGLE compartment transport system.$670.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA CONSOLE American Aluminum console box $725.00 AA REAR American Aluminum rear step.$1,000.00 TWO COMPARTMENT AA 2-EXT COMP PTS American Aluminum TWO compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $16,545.00 AA 2-REG COMP PTS American Aluminum TWO compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $15,720.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$285.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,295.00 AA CUSH-1 American Aluminum seat cushions for 1 or 2 compartment prisoner transport systems.$2,810.00 AA CAMERA-2 American Aluminum TWO compartment camera system includes: (2) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$2,840.00 AA INTERCOM-2 American Aluminum intercom system for TWO compartment transport system.$970.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00 AA CONSOLE American Aluminum console box $725.00 AA REAR American Aluminum rear step.$1,000.00 THREE COMPARTMENT AA 3-EXT COMP PTS American Aluminum THREE compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $17,240.00 AA 3-REG COMP PTS American Aluminum THREE compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $16,415.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$285.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,295.00 AA STORAGE American Aluminum under the front bench storage sytem for THREE compartment system.$1,690.00 AA SQUISH American Aluminum SQUISH seat for creating a single compartment on an as needed basis for THREE compartment systems.$1,730.00 AA CUSH-3 American Aluminum seat cushions for 3 or 4 compartment prisoner transport systems.$3,520.00 AA INTERCOM-3 American Aluminum intercom system for THREE compartment transport system.$1,275.00 AA CAMERA-3 American Aluminum THREE compartment camera system includes: (3) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$3,060.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00 AA CONSOLE American Aluminum console box $725.00 AA REAR American Aluminum rear step.$1,000.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA SIDE American Aluminum side step.$1,000.00 FOUR COMPARTMENT AA 4-EXT COMP PTS American Aluminum FOUR compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van WITH dual sliding side cargo access doors). $17,240.00 AA 4-REG COMP PTS American Aluminum FOUR compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van WITH dual sliding side cargo access doors). $16,415.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$285.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,295.00 AA CUSH-3 American Aluminum seat cushions for 3 or 4 compartment prisoner transport systems.$3,520.00 AA INTERCOM-4 American Aluminum intercom system for FOUR compartment transport system.$1,575.00 AA CAMERA-4 American Aluminum FOUR compartment camera system includes: (4) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$3,280.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00 AA CONSOLE American Aluminum console box $725.00 AA REAR American Aluminum rear step.$1,000.00 AA SIDE American Aluminum side step.$1,000.00 RECYCLED PRISONER TRANSPORT SYSTEM AA UNINSTALL Uninstall customer provided prisoner transport system, includes transportation to-from Perry, FL.$2,285.00 AA CLEAN Sanitize customer provided prisoner transport system.$1,050.00 AA INSTALL Re-install customer provided prisoner transport system, includes transportation from Perry, FL.$2,285.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00 AA REAR American Aluminum rear step.$1,000.00 AA SIDE American Aluminum side step.$1,000.00 ADA COMPLIANT TRANSPORT AA ADA PRISONER AMERICAN ALUMINUM 3 COMPARTMENT MODULE 2 rear compartments, 4 seats on each side. Includes: Rear step, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same. ***CARPETED FRONT BULKHEAD **INMATE TRANSPORT SOLID ESCAPE HATCHES FOR INMATE TRANSPORT * DROP DOWN DOORS * CUSTOM OPTION *Front compartmentwill be Wheelchair Lift compartment (REQUIRES FACTORY REAR HVAC & MID/HIGH ROOF VAN) - Requires MW ADA PRISONER. $18,440.00 MW ADA PRISONER MOBILITY WORKS WHEEL CHAIR LIFT, Shoulder Track -Pair-Full Length Shoulder tracks on driver and passenger side, Q-Straint Slide and Click 4-button wheelchai securement system with retractable lap and shoulder belts (LEVEL 3) Braun automatic ADA Lift, 34'' x 51'' platform, Century Seriies Model C919 IB, Side door mounted, ADA interlock, spot lights on lift, FMVSS 403 & 404 compliant - manual roll stop, Floor color black, Altro Floor Covering, in black - LWB Wagon LWB 3/4'' Plywood subfloor - MUST Use Q'Straint Slide and Click, vehicle prep, cleanup, QA payload, required certifications/lables, training CD's, emergency exit and no smoking stickers. $18,825.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PRISONER 12+1CO+1 12 + 1 CO + 1 OR 2 Wheelchair Passenger Inmate Transport Bus conversion furnished and installed by FTS - EXTERIOR PAINT – WHITE EXTERIOR SIDES WITH PORTHOLE WINDOWS INTERIOR SECURITY SCREENS ON INTERIOR OF PORTHOLE WINDOWS, GERFLOR FLOORING, WHITE STEP NOSING 5/8” MARINE GRADE PLYWOOD INSULATION, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEY SWITCH, ENTRANCE GRAB RAIL, STAINLESS STEEL, EXTERIOR MIRRORS, INTERIOR MIRROR,MONITOR FOR BACK UP CAMERA BACK UP ALARM LED EXTERIOR BODY LIGHTS REAR EMERGENCY DOOR, SOLID HASP FOR REAR DOOR, 70,000 BTU ACT AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER SECURITY SCREENING OVER AC EVAP AND HEATER LED INTERIOR DOME LIGHTS COVERED WITH SECURITY SCREENINING, AM/FM MP3 PLAYER – FOUR SPEAKERS COVERED WITH SECURITY SCREENING 12 PASSENGER SEATING FREEDMAN PRISONER TRANSPORT SEATS – AISLE FACING C.O./GUARD SEAT VINYL UPHOLSTERY, TWO SECURITY PARTITIONS WITH POLYCABONATE SHIELD, ADA COMPLIANT WHEELCHAIR LIFT, LIFT DOOR WITH HASP 2 WHEELCHAIR POSITIONS WITH Q STRAINT SECUREMENTS, INTERLOCK/ FAST IDLE 5 LB FIRE EXTINGUISHER, FIRST AID KIT, AND REFLECTIVE TRIANGLE KIT DELIVERY (Requires - CUTAWAY DUAL REAR WHEEL CHASSIS, GVWR 14,500 LBS/158” WHEELBASE) $101,945.00 PASSENGER VAN SCREEN SYSTEM AA PART American Aluminum additional partitions for EZ SCREEN system, please specity middle or rear.$1,980.00 AA EZ SCREEN American Aluminum EZ SCREEN system includes front partition with plexiglass covered 1-1/2'' punched mesh screen window and 1/2'' punched side / rear window guards.$5,130.00 AA SIDE American Aluminum side step.$1,000.00 AA CAMERA-2 American Aluminum TWO compartment camera system includes: (2) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$2,840.00 AMERICAN ALUMINUM ANIMAL CONTROL AA 8-ANIMAL American Aluminum 8 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C & DUAL SLIDE SIDE CARGO DOORS) Installed in Perry, FL $26,095.00 AA 9-ANIMAL American Aluminum 9 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $28,085.00 AA 10-ANIMAL American Aluminum 10 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $28,085.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$3,290.00 DRY FREIGHT BOXES 12' ALUMINUM BOX AF CUT 12 AL J & B Aluminum 12' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,850.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 K CUT 12 AL KNAPHEIDE 12' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,015.00 14' ALUMINUM BOX AF CUT 14 AL J & B Aluminum 14' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,485.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K CUT 14 AL KNAPHEIDE 14' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,525.00 15' ALUMINUM BOX AF CUT 15 AL J & B Aluminum 15' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,065.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 16' ALUMINUM BOX AF CUT 16 AL J & B Aluminum 16' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,730.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 K CUT 16 AL KNAPHEIDE 16' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,485.00 17' ALUMINUM BOX AF CUT 17 AL J & B Aluminum 17' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,330.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 KNAPHEIDE DRY FREIGHT LIFT GATE K LG16-AL37-RG Maxon C2-92-1650 EA37 1600 lb flat bed, stake and van body lift gate 87'' x 37''+ 6'' aluminum platform (includes duplicate STT lights).$6,630.00 K LG16-AL41-RG Maxon C2-92-1650 EA41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' aluminum platform (includes duplicate STT lights).$7,090.00 K LG16-ST35-RG Maxon C2-92-1650 TP35 1600 lb flat bed, stake and van body lift gate 87'' x 35''+ 6'' (includes duplicate STT lights).$5,680.00 READING CSV READY VANS (COVERED UTILITY BODY) DEALER VEHICLE ACCESSORIES PU LIFT GATES DVA RVSL57-132AP SW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 57'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $17,080.00 DVA AL-CVS57-132AP SW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 57'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $21,270.00 DVA AL-TSV57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & single rear wheel. $20,800.00 DVA AL-TSC57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & single rear wheel. $20,800.00 DVA AL-TSV57-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & dual rear wheel. $21,035.00 DVA AL-TSC57-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & dual rear wheel. $20,445.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DVA RVSL75-132AP SW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 75'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $17,810.00 DVA RVSL75-132AP DW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 75'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis. $18,300.00 DVA AL-CVS75-132AP SW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 75'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $21,980.00 DVA AL-TSV72-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & single rear wheel. $21,270.00 DVA AL-TSC72-132AP SW 11'Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & single rear wheel. $21,270.00 DVA AL-PSV57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req RAM ProMaster cutaway with 136'' WB & single rear wheel. $21,270.00 DVA AL-PSV75-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 75'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req RAM ProMaster cutaway with 136'' WB & single rear wheel. $21,980.00 DVA AL-TSV72-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & dual rear wheel. $2,380.00 DVA AL-TSC72-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & dual rear wheel. $22,450.00 DVA AL-CVS75-132AP DW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 75'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis $23,040.00 DVA LM RSV 132 Latch Matic Remote Locking System (installed at Reading) $2,000.00 DVA 3BL RSV 132 3- Bar Ladder Rack $1,125.00 ACTION FABRICATION AF SL132-RVAN57-SRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 57" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $19,615.00 AF SL132-RVAN75-SRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 75" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $20,565.00 AF SL132-RVAN75-DRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 75" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis. $21,320.00 KNAPHEIDE KUV BODY EXPRESS / SAVANA K KUV129SU-GM Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $21,375.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K KUV129SU-E Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $17,135.00 K KUV129SH-E Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $26,185.00 K KUV129DH-E Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $27,485.00 K KUV CLV Knapheide Class V hitch for Express/Econoline with 7-pin round wire connector $770.00 K KUV-RKE-E Knapheide power lock system for Econoline/Express KUV installation.$2,415.00 K KUV-SDD Knapheide single drop down ladder rack, installed.$2,290.00 K KUV-DDD Knapheide double drop down ladder rack, installed.$4,485.00 K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00 ECONOLINE K KUV129SU-GM Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $21,375.00 K KUV129SH-E Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $26,185.00 K KUV129DH-E Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $27,485.00 K KUV CLV Knapheide Class V hitch for Express/Econoline with 7-pin round wire connector $770.00 K KUV-RKE-E Knapheide power lock system for Econoline/Express KUV installation.$2,415.00 K KUV-SDD Knapheide single drop down ladder rack, installed.$2,290.00 K KUV-DDD Knapheide double drop down ladder rack, installed.$4,485.00 K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00 TRANSIT K KUV129SU-T Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 31K and 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $22,685.00 K KUV129DH-T Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $29,175.00 K KUV129SH-T Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $28,915.00 K KUV CLIII Knapheide Class III hitch for Ford Transit with 7-pin round wire connector $840.00 K KUV-SDD Knapheide single drop down ladder rack, installed.$2,290.00 K KUV-DDD Knapheide double drop down ladder rack, installed.$4,485.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00 PROMASTER K KUV NO-TOW TOW HITCH NOT AVAILABLE ON THIS MODEL $0.00 K KUV-SDD Knapheide single drop down ladder rack, installed.$2,290.00 K KUV-DDD Knapheide double drop down ladder rack, installed.$4,485.00 K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00 SHUTTLE BUSSES TRANSIT 9+2-LIFT LIFT EQUIPPED 9 PASSENGER WITH 1 ADA COMPLIANT CHAIR POSITION ON FORD TRANSIT,ABS INTERIOR KIT WITH GRAY WALLS AND LIGHT GRAY CEILING, OVERHEAD STORAGE COMPARTMENT ABOVE DRIVER STAINLESS STEEL GRAB BAR AT ENTRANCE, INTERIOR DOME LIGHTS ALTRO TRANSIT GRADE SAFETY FLOORING, RUNNING BOARDS, BOTH SIDES OEM DRIVER AND CO-PILOT SEATS, TWO FREEDMAN GO-ES SINGLE FOLDAWAY SEATS THREE FREEDMAN GOES DOUBLE FOLDAWAY SEATS REAR MOUNTED BRAUN CENTURY WHEELCHAIR LIFT, 800 LBS. CAPACITY, 34 X 51 INTERIOR LIFT LIGHT, ADA INTERLOCK SYSTEM TWO WHEELCHAIR POSITIONS WITH QSTRAINT SECUREMENTS AND LAP/SHOULDER BELT FLOOR MOUNTED WC SECUREMENT STORAGE COMPARTMENTS FIRE EXTINGUISHER, FIRST AID KIT, TRIANGLE KIT AND SEAT BELT CUTTER $33,515.00 BUS12+2 12 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 12,500 lbs. -14,500 GVWR, 158''WB) '' $60,455.00 BUS14 14 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIORSIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR, KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES, MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER, 5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE, BACK UP ALARM & BACK UP CAMERA WITH 7” MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT, L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, AISLE SIDE FLIP UP ARM RESTS, FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, FAST IDLE, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 12,500 lbs. -14,500 GVWR, 158''WB) '' $52,805.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BUS16+2 16 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 14,500 lbs. GVWR, 176''WB) '' $68,895.00 BUS20 + 2 20 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 14,500 lbs. GVWR, 176''WB) $72,920.00 CNG CONVERSION AE FT21BF Ford Transit 21 GGE 3.5 L Bi-Fuel $11,670.00 VANs chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FLOOR PROTECTION WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$270.00 WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$255.00 WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$185.00 SEAT UPGRADE DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00 DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00 TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $405.00 TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$795.00 INVERTERS & CHARGING 806-1206-PU XANTREX 600W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $595.00 806-1210-PU XANTREX 1000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $755.00 806-1220-PU XANTREX 2000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,235.00 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 AJ RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$450.00 CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$65.00 WINDOW FILM & GUARDS DT2 TRK Deep tint film installed on front two door glass only.$240.00 WSTP Windshield strip $50.00 DTF 2 TRK Deep tint film installed on front two door glass and rear window.$300.00 DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$290.00 LIMO Upgrade tint to LIMO on all tinted surfaces $95.00 RS 2 Stick on rain shields (2-doors).$90.00 LD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RS 4 Stick on rain shields (4-doors).$115.00 HITCHES & ACCESSORIES AJ 4-WIRE 4 wire trailer plug $90.00 AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$150.00 AJ 6-ROUND 6 wire round utility plug.$80.00 SS7RP SARASOTA 7 WIRE ROUND BERG TRAILER PLUG WITH ROUND PINS.$125.00 AJ C-WIRE Customer specific wire plug, please provide detail.$75.00 AJ CLIII Class III receiver hitch, installed at AJ Fleet.$510.00 AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$610.00 AJ CLV Class V receiver hitch, installed at AJ Fleet.$810.00 BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00 BOLT2 (2) BOLT lock pad locks, keyed to vehicle ignition key.$95.00 CARGO-GLIDE 1200 Cargo Glide 1200lb bed slide with 4'' sides and rubber coated floor.$2,070.00 CARGO-GLIDE 1500 Cargo Glide 1500lb bed slide with 4'' sides and rubber coated floor.$2,165.00 AJ DB2 Draw bar with 2'' Ball, pin, and clip.$65.00 AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$170.00 AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$145.00 AJ OHMR-1000 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1000lb.$1,355.00 STEP3-REG 3'' black tubular cab step for regular cab pickup.$380.00 STEP3-EXT 3'' black tubular cab step for extended cab pickup.$390.00 STEP3-CREW 3'' black tubular cab step for crew cab pickup.$395.00 9L7-INST GM UPFITTER SWITCH INSTALL.$170.00 BUA Federal Signal 90 dB back-up alarm.$160.00 BUS-TRK BACK UP SENSORS Rear Bumper Parking Assistance System for Trucks Introducing BackZone Truck (250-1903-BZTRK), Rostra’s latest innovation in vehicle parking assistance systems.$455.00 AJ CONE Simple wire framed cone holder, mounted to center of front bumper (unless otherwise specified).$85.00 AJ PACK-RAT Weatherguard Pack-Rat 308-3 drawer unit 48'' x 39.75'' x 9.5'', installed.$1,535.00 AJ D-BOX REMOVE FACTORY PICKUP BOX FOR AFTERMARKET BODY INSTALLATION.$170.00 AJ EBC Curt Spectrum Electric Brake Controller $395.00 GRILLE GUARDS AND WINCHES WINCH MOUNT TRAY'S (NO UPRIGHTS) AJ WMT-WARN WARN Winch mount tray only, no push bumper or wrap. (FORD or RAM only, required for M-series and 16.5ti winches).$1,230.00 AJ WMT-WEST Westin winch mount tray only, no push bumper or wrap (GM/Ford/RAM/Toyota for up to 12k winch only).$790.00 LD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$610.00 AJ ASCENT WARN ASCENT FRONT BUMPER REPLACEMENT WITH WINCH MOUNT FOR TACOMA, DOES NOT INCLUDE WINCH OR LIGHTS, INSTALLED.$3,035.00 WRAP AROUND GRILLE GUARDS AJ WGG-WEST Westin HDX wrap around grille guard (GM/Ford/RAM/Toyota).$1,090.00 WRAP AROUND GRILLE GUARDS WITH WINCH MOUNTS AJ WGG-MNT-P-WARN Warn Wrap around grille guard with winch mount tray & no side wings (FORD or RAM only, required for M-series and 16.5ti winches).$2,155.00 AJ WGG-MNT-WARN Warn wrap around grille guard with winch mount plate. (FORD or RAM only, required for M-series and 16.5ti winches).$2,960.00 AJ WGG-MNT-WEST Westin HDX wrap around grille guard with winch mount tray (GM/Ford/RAM/Toyota for up to 12k winch only).$1,680.00 AJ WGG-MNT-P-STER Sterling manufacturing wrap around grille guard with winch mount tray and no headlight guards, center section only (fits all makes/models, will accomidate 16.5ti winch).$1,865.00 AJ WGG-MNT-STER Sterling manufacturing wrap around grille guard with winch mount tray (fits all makes/models, will accomidate 16.5ti winch).$2,650.00 STEEL ROPE WINCHES VR EVO 8 Warn VR EVO self recovery 8,000lb rated winch with remote, open fairlead, and wire rope.$820.00 VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$870.00 SYNTHETIC ROPE WINCHES ZEON 8-S Warn ZEON self recovery 8,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$1,875.00 ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,670.00 BED COVERS TONNEAU COVERS BAKFLIP-G2 BAKFLIP G2 FOLDING BED COVER, INSTALLED $1,215.00 R-N-L LONG Roll N Lock cover, long box (all GM & RAM both short & long).$1,755.00 R-N-L SHORT Roll N Lock cover, short box (Toyota / Nissan / Ford only).$1,805.00 TK FTC LEER700-SB LEER 700 model fiberglass tonneau cover, short bed, painted to match cab of vehicle.$3,205.00 TK FTC LEER700-LB LEER 700 model fiberglass tonneau cover, long bed, painted to match cab of vehicle.$3,335.00 TK FTC LEER700RKE Remote keyless entry for LEER 700 model only.$540.00 AJ UCFLEX Undercover brand- Flex 3-piece black folding tonneau cover, installed.$1,265.00 AJ UCELITE Undercover brand- Elite hard black plastic 1-piece tonneau cover, installed.$1,415.00 DB SE-S FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED. $2,505.00 DB SE-L FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,505.00 DB SE-SX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,895.00 LD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DB SE-LX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,895.00 DB 180S FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,830.00 DB 180L FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,830.00 DB 180SX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,220.00 DB 180LX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,220.00 DB 270S FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,220.00 DB 270L FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,220.00 DB 270SX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,610.00 DB 270LX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,610.00 FIBERGLASS TOPPERS TK DEFENDER-SB Topper King Defender Fiberglass Cab High topper with sliding glass sides for short bed pickups. $3,075.00 TK DEFENDER-LB Topper King Defender Fiberglass Cab High topper with sliding glass sides for long bed pickups. $3,205.00 TK DEFENDER-WD-SB Topper King Defender Fiberglass Cab High topper with side access windoors for short bed pickups.$3,725.00 TK DEFENDER-WD-LB Topper King Defender Fiberglass Cab High topper with side access windoors for long bed pickups. $4,115.00 TK LEER-100S-SB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for short bed pickups.$3,400.00 TK LEER-100S-LB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for long bed pickups.$3,530.00 TK LEER-100R-SB Leer 100R topper with framed windoors and framed rear door for short bed pickups. $4,440.00 TK LEER-100R-LB Leer 100R topper with framed windoors and framed rear door for long bed pickups. $4,830.00 TK LEER-100XR-SB Leer 100XR topper with side windoors and framless rear door for short bed pickups. $4,700.00 TK LEER-100XR-LB Leer 100XR topper with side windoors and framless rear door for long bed pickups. $5,090.00 TK 7-WAY Leer 7 way harness available to connect topper to factory OE harness for the LED brake light and dome light, 12v power and ground.$185.00 FIBERGLASS TOPPER ACCESSORIES TK AR1906 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for short bed (88'' long rack).$1,645.00 TK AR1907 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for long bed (116'' long rack).$2,035.00 TK FCH-LR CapRac complete roof rack system with two cross bars & 4 adjustable load stops.$1,450.00 TK AR1205-S Prime Design AluRack overhead material rack to be installed on LEER commercial topper*SPECIAL ORDER (96'' long rack).$1,950.00 LD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION COMMERCIAL TOPPERS TK LEER 100RCC-SB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light. $5,610.00 TK LEER 100RCC-LB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light. $5,740.00 TK LEER DCC-SB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light $5,285.00 TK LEER DCC-LB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light $5,415.00 TOOL BOXES ATB-14 HD Aluminum tool box with standard height single lid and 14'' depth.$505.00 ATB-18 HD Aluminum tool box with standard height single lid and 18'' depth.$470.00 ATB-18-LP HD Aluminum tool box with low-profile single lid and 18'' depth.$585.00 ATB-18-LP-BLACK -BLACK - Dealer Provided HD Aluminum Diamond Plate Low Pro Tool Box 18'' Depth.$610.00 WG ATB-GULL WEATHERGUARD model 114-0-01 gull wing extra wide aluminum diamond plate tool box, installed.$1,340.00 SMB-48 (2) side mounted 48'' tool boxes with standard height lids.$870.00 SMB-68 (2) side mounted 68'' tool boxes with standard height lids.$880.00 SMB-72 (2) side mounted 72'' tool boxes with standard height lids.$1,020.00 3BOX SWB Includes standard height 18'' depth saddle box with single lid and (2) 48'' bed rail mounted standard height side tool boxes.$1,390.00 3BOX LWB Includes standard height 18'' depth saddle box with single lid and (2) 72'' bed rail mounted standard height side tool boxes.$1,540.00 FNT85 85 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use in short bed PU or Utility body.$2,175.00 DECKED DECKED® 2-Drawer Pickup Truck Bed Storage System 64.54 Two Drawer Storage System for A Full Size Pick Up Truck; DECKED Truck Bed Storage System; 64.54 in.; Made Of High Density Polyethylene; Stainless Steel Hardware; Features Cast Aluminum Handles / Galvanized Steel Subframe. $1,620.00 CAB SHIELDS & RACKS HAR Sterling vehicle specific headache rack with mesh screen, powder coated black.$1,010.00 HAR-RBL Sterling vehicle specific headache rack with centered single beacon mount, powder coated black.$1,105.00 HAR-2RBL Sterling vehicle specific headache rack with dual beacon mounts, powder coated black.$1,195.00 HAR-LBM Sterling vehicle specific headache rack with centered light bar mount(s), powder coated black.$1,105.00 BR 15###Back Rack cab guard for pickup trucks without a cross body tool box.$595.00 BR 15###TB Back Rack cab guard for pickup trucks with cross body tool box.$595.00 BR 15### LB Back Rack cab guard for pickup trucks without a cross body tool box, includes light bar mounting feet.$655.00 BR 15###TB LB Back Rack cab guard for pickup trucks with cross body tool box, includes light bar mounting feet.$655.00 LD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BR 81001-81003 Back Rack beacon mounts for driver and passenger side (beacons not included).$95.00 BR 91001 Back Rack 10.5'' octagon pedestal installed on driver side of cab shield (Works with Go-Light & provides enough clearance for light bar).$55.00 WG1450 WeatherGuard single side mounted ladder rack for pickups.$885.00 AS 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,385.00 AS 8AMR-SS SINGLE SIDE BUMPER TO BASE OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $3,490.00 K BUY ATR Aluminum overhead truck rack without side rails, full size trucks only (INSTALLED).$1,200.00 K BUY ATR-S Aluminum overhead truck rack WITH side rails, full size trucks only (INSTALLED).$2,850.00 WANCO-MNT Sterling vehicle specific 30x60 message board mount with integrated lightbar platform, powder coated black.$925.00 AJ FS-ACARI-F ACARI TT MOUNTING BRACKET (FORD F-150 2015+, F-250 - F-550 2017+, RANGER 2019+)$685.00 AJ FS-ACARI-GM ACARI TALON MOUNTING BRACKET (GM & CHEVY 1500-4500 WITH SPOILER 2019-2020).$530.00 LINERS AND COATINGS PBL Plastic bed liner.$305.00 HD SOB SH HD Scorpion spray on bed liner (short bed) under rail.$735.00 HD SOB LG HD Scorpion spray on bed liner (long bed) under rail.$830.00 UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$830.00 HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$1,160.00 LIFT GATES PREMIER PU LIFT GATES PTC LG13-PU Tommy Gate G2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,100.00 PTC LG13-2PC-PU Tommy Gate G2-60-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,385.00 K LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00 ACTION PU LIFT GATES AF LG13-PU Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 27"+ 4" for Pickup Trucks $4,850.00 AF LG13-PU-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $5,130.00 DEALER VEHICLE ACCESSORIES PU LIFT GATES DVA LG13-PU Maxon C2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$3,840.00 DVA LG13-PU-2PC Maxon C2-60-1342 TP38Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$4,080.00 LD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION KNAPHEIDE PU LIFT GATES K LG13-PU Maxon C2-60-1342 TP27 1300 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$4,400.00 K LG13-2PC-PU Maxon C2-60-1342 TP38 1300 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,740.00 K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00 ABG PU LIFT GATES ABG TG13-PU27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, need year, make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,335.00 ABG CLIV-PU Furnish and install replacement hitch for pickup truck (or bed deletes) that is compatible with Tommy Gate. 2" receiver tube. $975.00 LIFT GATE OPTIONS HITCH MOD Modification to factory trailer hitch to accomidate equipment install.$525.00 UTILITY BODIES Knapheide K682J Knapheide 6.5' utility body for Silverado with 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,725.00 K682FJ Knapheide 6.5' flip top utility body for Silverado 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,945.00 K MLS-6 Master locking system 6-door bodies $735.00 K RKE-6 Remote keyless entry 6-door bodies $1,625.00 K TH6 T-Handle Latches 6-door bodies $400.00 K 4 WIRE 4 prong trailer wiring $105.00 K 6 WIRE 6 prong utility trailer wiring $225.00 K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $210.00 K CLV-SB Class V Hitch for Service Body $970.00 K FFK Knapheide Fuel Fill Kit for Ford bed removal applications.$370.00 Reading - DVA DVA SLU98ASW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$10,520.00 DVA SLU98ASW SML 8' Reading Standard Line utility body factory powder coated white with flip top lids & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,740.00 DVA LM-98-108 Latch Matic Remote Locking System (installed at Reading)$1,500.00 DVA ML-78-98-SW/DW Master Locking System (installed at Reading)$550.00 DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$825.00 Reading - Action AF 78-SW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Includes pickup box credit. $11,375.00 LD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF 78-SW-FTL 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches & Space Maker Lids (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel, Includes pickup box credit. $12,655.00 Warner PTC WS298-SRW Warner 8' SRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,195.00 PTC WS298-SRW -FLIP Warner 8' SRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,230.00 PTC MLS6 Master Locking System for 6-door bodies.$810.00 PTC THDL6 T-Handle Latches for 6-door bodies.$750.00 PTC 4WIRE 4 prong trailer wiring $165.00 PTC 6WIRE 6 prong utility trailer wiring $165.00 PTC 7/4WIRE 7 way flat camper trailer wiring $180.00 PTC CLV-HD-SB Class V trailer hitch for service bodies 20K rating with 2 1/2'' receiver.$865.00 BRAND-FX ABG BFX6.5-SRW 6.5' Brand FX fiberglass service body for short bed SRW pickup. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $18,290.00 CM Truck ABG CM-RD-GOOSE7-SRW CM RD Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $8,900.00 ABG CM-SK-GOOSE7-SRW CM SK Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, 4 integrated toolboxes and fully skirted.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $12,175.00 ABG CM-TM-GOOSE7-SRW CM TM Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, 6 integrated toolboxes and fully skirted, slam shut tailgate, 4 movable tie downs.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $16,175.00 ABG SB6.5-SRW ABG 6.5' SRW CM service Body, standard boxes (tall front and rear, middle box AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. (Truck brand specific) Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,515.00 CAMERA & COMPARTMENT LIGHTS CAMERA RR Remove and re-install factory camera from tailgate.$285.00 AJ COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$645.00 AJ COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$710.00 CNG CONVERSION AE F15021BF Ford F150 21.2 GGE 5.0L Bi-Fuel (6.5' and 8' bed configurations)$11,560.00 AE F15012.8BF SB Ford F150 12.7 GGE 5.0L Bi-Fuel (Crew Cab short bed 5.5' Box)$11,185.00 AE 2024 EPA approvals pending for all 2024 models.$0.00 LD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FLOOR PROTECTION WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$270.00 WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$255.00 WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$185.00 SEAT UPGRADE DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00 DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00 TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $405.00 TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$795.00 INVERTERS & CHARGING 806-1206-PU XANTREX 600W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $595.00 806-1210-PU XANTREX 1000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $755.00 806-1220-PU XANTREX 2000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,235.00 813-3000UL-PU XANTREX 3000W modified sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,905.00 806-1220-UB XANTREX 2000W pure sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,235.00 813-3000UL-UB XANTREX 3000W modified sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,905.00 OUTLET FRONT Weather-resistant outlet at front of truck, in grille if possible on curbside.$180.00 OUTLET REAR Weather-resistant outlet at rear of truck on curbside.$180.00 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 AJ RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$450.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DASH-CAM Rexing V1P 3rd Generation Dual 1080p Full HD Front and Rear 170 Degree Wide Angle Wi-Fi Car Dash Cam with Supercapacitor, 2.4" LCD Screen, G-Sensor, Loop Recording, & Mobile App. With 64GB micro SDXC flash memory card, Mini-USB hardwire kit, and intallation. $425.00 WINDOW FILM & GUARDS DT2 TRK Deep tint film installed on front two door glass only.$240.00 WSTP Windshield strip $50.00 DTF 2 TRK Deep tint film installed on front two door glass and rear window.$300.00 DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$290.00 LIMO Upgrade tint to LIMO on all tinted surfaces $95.00 RS 2 Stick on rain shields (2-doors).$90.00 RS 4 Stick on rain shields (4-doors).$115.00 HITCHES & ACCESSORIES AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$610.00 AJ CLV Class V receiver hitch, installed at AJ Fleet.$810.00 AJ 4-WIRE 4 wire trailer plug $90.00 AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$150.00 AJ 6-ROUND 6 wire round utility plug.$80.00 SS7RP SARASOTA 7 WIRE ROUND BERG TRAILER PLUG WITH ROUND PINS.$125.00 AJ C-WIRE Customer specific wire plug, please provide detail.$75.00 AJ DB2 Draw bar with 2'' Ball, pin, and clip.$65.00 AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$170.00 AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$145.00 AJ PTL2 Pintle combination draw bar with 2'' ball.$180.00 AJ PTL2516 Pintle combination draw bar with 2-5/16'' ball.$175.00 AJ SLEEVE 2.5" to 2.0" Reducer Sleeve for accomodating 2" Shank Draw Bars.$35.00 CARGO-GLIDE 1200 Cargo Glide 1200lb bed slide with 4'' sides and rubber coated floor.$2,070.00 CARGO-GLIDE 1500 Cargo Glide 1500lb bed slide with 4'' sides and rubber coated floor.$2,165.00 CARGO-GLIDE 2200HD Cargo Glide 2200HD bed slide with 4'' sides and rubber coated floor.$2,525.00 CARGO-GLIDE 2200XL Cargo Glide 2200XL bed slide with 4'' sides, rubber coated floor, and full extension.$3,685.00 AJ OHMR-1700 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1700lb.$1,645.00 STEP3-REG 3'' black tubular cab step for regular cab pickup.$380.00 STEP3-EXT 3'' black tubular cab step for extended cab pickup.$390.00 STEP3-CREW 3'' black tubular cab step for crew cab pickup.$395.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 9L7-INST GM UPFITTER SWITCH INSTALL.$170.00 BUA Federal Signal 90 dB back-up alarm.$160.00 N2 DRW Nitrogen filled tires on DRW vehicles.$180.00 N2 HD Nitrogen filled tires (3/4 ton vehicles and up).$165.00 BUS-TRK BACK UP SENSORS Rear Bumper Parking Assistance System for Trucks Introducing BackZone Truck (250-1903- BZTRK), Rostra’s latest innovation in vehicle parking assistance systems.$455.00 AJ CONE Simple wire framed cone holder, mounted to center of front bumper (unless otherwise specified).$85.00 AJ PACK-RAT Weatherguard Pack-Rat 308-3 drawer unit 48'' x 39.75'' x 9.5'', installed.$1,535.00 AJ D-BOX REMOVE FACTORY PICKUP BOX FOR AFTERMARKET BODY INSTALLATION.$170.00 AJ EBC Curt Spectrum Electric Brake Controller $395.00 SHROUD BODY COMPANY TO PROVIDE SHROUD ON BACK OF BODY TO PROTECT TRAFFIC ADVISOR (48''W X 1.9''T X 2.5''D). SHROUD TO BE PAINTED ALONG WITH BODY AND LOCATED BETWEEN SLAM GATE AND REAR BUMPER. $135.00 GRILLE GUARDS AND WINCHES WINCH MOUNT TRAY'S (NO UPRIGHTS) AJ WMT-WARN WARN Winch mount tray only, no push bumper or wrap. (FORD or RAM only, required for M-series and 16.5ti winches).$1,230.00 AJ WMT-WEST Westin winch mount tray only, no push bumper or wrap (GM/Ford/RAM/Toyota for up to 12k winch only).$790.00 AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$610.00 WRAP AROUND GRILLE GUARDS AJ WGG-WEST Westin HDX wrap around grille guard (GM/Ford/RAM/Toyota).$1,090.00 WRAP AROUND GRILLE GUARDS WITH WINCH MOUNTS AJ WGG-MNT-WARN Warn wrap around grille guard with winch mount plate. (FORD or RAM only, required for M-series and 16.5ti winches).$2,960.00 AJ WGG-MNT-P-WARN Warn Wrap around grille guard with winch mount tray & no side wings (FORD or RAM only, required for M-series and 16.5ti winches).$2,155.00 AJ WGG-MNT-WEST Westin HDX wrap around grille guard with winch mount tray (GM/Ford/RAM/Toyota for up to 12k winch only).$1,680.00 AJ WGG-MNT-STER Sterling manufacturing wrap around grille guard with winch mount tray (fits all makes/models, will accomidate 16.5ti winch).$2,650.00 AJ WGG-MNT-P-STER Sterling manufacturing wrap around grille guard with winch mount tray and no headlight guards, center section only (fits all makes/models, will accomidate 16.5ti winch).$1,865.00 STEEL ROPE WINCHES VR EVO 8 Warn VR EVO self recovery 8,000lb rated winch with remote, open fairlead, and wire rope.$820.00 M12000 Warn M12000 self recovery 12,000lb rated winch with remote, roller fairlead, and wire rope.$2,980.00 M15000 Warn M15000 self recovery 15,000lb rated winch with remote, roller fairlead, and wire rope.$3,285.00 M8000 Warn M8000 self recovery 8,000lb rated winch with remote, roller fairlead, and wire rope.$1,215.00 VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$870.00 VR EVO 12 Warn VR EVO self recovery 12,000lb rated winch with remote, open fairlead, and wire rope.$1,040.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SYNTHETIC ROPE WINCHES ZEON 8-S Warn ZEON self recovery 8,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$1,875.00 ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,670.00 ZEON 12-S Warn ZEON self recovery 12,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,845.00 BED COVERS TONNEAU COVERS BAKFLIP-G2 BAKFLIP G2 FOLDING BED COVER, INSTALLED $1,215.00 R-N-L SHORT Roll N Lock cover, short box (Toyota / Nissan / Ford only).$1,805.00 R-N-L LONG Roll N Lock cover, long box (all GM & RAM both short & long).$1,755.00 TK FTC LEER700-SB LEER 700 model fiberglass tonneau cover, short bed, painted to match cab of vehicle.$3,205.00 TK FTC LEER700-LB LEER 700 model fiberglass tonneau cover, long bed, painted to match cab of vehicle.$3,335.00 AJ UCFLEX Undercover brand- Flex 3-piece black folding tonneau cover, installed.$1,265.00 AJ UCELITE Undercover brand- Elite hard black plastic 1-piece tonneau cover, installed.$1,415.00 TK FTC LEER700RKE Remote keyless entry for LEER 700 model only.$540.00 DB 270S FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,220.00 DB SE-S FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED. $2,505.00 DB SE-L FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,505.00 DB SE-SX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,895.00 DB SE-LX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,895.00 DB 180S FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,830.00 DB 180L FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,830.00 DB 180SX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,220.00 DB 180LX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,220.00 DB 270S FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,220.00 DB 270L FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,220.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DB 270SX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,610.00 DB 270LX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,610.00 DB HD-S FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED. $3,090.00 DB HD-L FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH LONG BED. $3,090.00 DB HD-SX FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,480.00 DB HD-LX FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,480.00 FIBERGLASS TOPPERS TK DEFENDER-SB Topper King Defender Fiberglass Cab High topper with sliding glass sides for short bed pickups. $3,075.00 TK DEFENDER-LB Topper King Defender Fiberglass Cab High topper with sliding glass sides for long bed pickups. $3,205.00 TK DEFENDER-WD-SB Topper King Defender Fiberglass Cab High topper with side access windoors for short bed pickups.$3,725.00 TK DEFENDER-WD-LB Topper King Defender Fiberglass Cab High topper with side access windoors for long bed pickups. $4,115.00 TK LEER-100S-SB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for short bed pickups.$3,400.00 TK LEER-100S-LB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for long bed pickups.$3,530.00 TK LEER-100R-SB Leer 100R topper with framed windoors and framed rear door for short bed pickups. $4,440.00 TK LEER-100R-LB Leer 100R topper with framed windoors and framed rear door for long bed pickups. $4,830.00 TK LEER-100XR-SB Leer 100XR topper with side windoors and framless rear door for short bed pickups. $4,700.00 TK LEER-100XR-LB Leer 100XR topper with side windoors and framless rear door for long bed pickups. $5,090.00 TK 7-WAY Leer 7 way harness available to connect topper to factory OE harness for the LED brake light and dome light, 12v power and ground.$185.00 FIBERGLASS TOPPER ACCESSORIES TK AR1906 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for short bed (88'' long rack).$1,645.00 TK AR1907 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for long bed (116'' long rack).$2,035.00 TK FCH-LR CapRac complete roof rack system with two cross bars & 4 adjustable load stops.$1,450.00 TK AR1205-S Prime Design AluRack overhead material rack to be installed on LEER commercial topper*SPECIAL ORDER (96'' long rack).$1,950.00 COMMERCIAL TOPPERS TK LEER 100RCC-SB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light. $5,610.00 TK LEER 100RCC-LB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light. $5,740.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TK LEER DCC-SB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light $5,285.00 TK LEER DCC-LB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light $5,415.00 BED BOXES CROSS BODY TOOL BOXES ATB-14 HD Aluminum tool box with standard height single lid and 14'' depth.$505.00 ATB-18 HD Aluminum tool box with standard height single lid and 18'' depth.$470.00 ATB-18-LP HD Aluminum tool box with low-profile single lid and 18'' depth.$585.00 ATB-18-LP-BLACK -BLACK - Dealer Provided HD Aluminum Diamond Plate Low Pro Tool Box 18'' Depth.$610.00 WG ATB-GULL WEATHERGUARD model 114-0-01 gull wing extra wide aluminum diamond plate tool box, installed.$1,340.00 DECKED DECKED® 2-Drawer Pickup Truck Bed Storage System 64.54 Two Drawer Storage System for A Full Size Pick Up Truck; DECKED Truck Bed Storage System; 64.54 in.; Made Of High Density Polyethylene; Stainless Steel Hardware; Features Cast Aluminum Handles / Galvanized Steel Subframe. $1,620.00 SIDE BOXES SMB-48 (2) side mounted 48'' tool boxes with standard height lids.$870.00 SMB-68 (2) side mounted 68'' tool boxes with standard height lids.$880.00 SMB-72 (2) side mounted 72'' tool boxes with standard height lids.$1,020.00 CROSS BODY AND SIDE BOXES 3BOX LWB Includes standard height 18'' depth saddle box with single lid and (2) 72'' bed rail mounted standard height side tool boxes.$1,540.00 3BOX SWB Includes standard height 18'' depth saddle box with single lid and (2) 48'' bed rail mounted standard height side tool boxes.$1,390.00 FUEL BOXES FNT85 85 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use in short bed PU or Utility body.$2,175.00 FNT100 100 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use with long bed PU.$2,225.00 110 FTT 100 Gallon fuel transfer tank. Includes GPI 12V fuel pump, 3/4 x 4'' filter kit (10 micron), GPI digital fuel meter, 3/4'' spring loaded retractable fuel hose reel with 25' hose and nozzle, tank installed to bulkhead of utility body with hose reel installed to curbside front compartment top. Compartment top to be reinforced with reel mounted on angle facing rearward for side access. $2,875.00 CAB SHIELDS & RACKS BACK RACK BR 15###Back Rack cab guard for pickup trucks without a cross body tool box.$595.00 BR 15### LB Back Rack cab guard for pickup trucks without a cross body tool box, includes light bar mounting feet.$655.00 BR 15###TB Back Rack cab guard for pickup trucks with cross body tool box.$595.00 BR 15###TB LB Back Rack cab guard for pickup trucks with cross body tool box, includes light bar mounting feet.$655.00 BR 81001-81003 Back Rack beacon mounts for driver and passenger side (beacons not included).$95.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BR 91001 Back Rack 10.5'' octagon pedestal installed on driver side of cab shield (Works with Go-Light & provides enough clearance for light bar).$55.00 K BUY ATR Aluminum overhead truck rack without side rails, full size trucks only (INSTALLED).$1,200.00 K BUY ATR-S Aluminum overhead truck rack WITH side rails, full size trucks only (INSTALLED).$2,850.00 WANCO-MNT Sterling vehicle specific 30x60 message board mount with integrated lightbar platform, powder coated black.$925.00 AJ FS-ACARI-F ACARI TT MOUNTING BRACKET (FORD F-150 2015+, F-250 - F-550 2017+, RANGER 2019+)$685.00 AJ FS-ACARI-GM ACARI TALON MOUNTING BRACKET (GM & CHEVY 1500-4500 WITH SPOILER 2019-2020).$530.00 STERLING HAR Sterling vehicle specific headache rack with mesh screen, powder coated black.$1,010.00 HAR-RBL Sterling vehicle specific headache rack with centered single beacon mount, powder coated black.$1,105.00 HAR-2RBL Sterling vehicle specific headache rack with dual beacon mounts, powder coated black.$1,195.00 HAR-LBM Sterling vehicle specific headache rack with centered light bar mount(s), powder coated black.$1,105.00 HD-CONE Sterling HD lateral DOT style cone rack mounted laterally to front of vehicle.$655.00 WEATHER GUARD K ATR 1215-LONG ATR Accessory Cross Members Long Beds $210.00 ALL STEEL RACKS AS 8AMR-SS SINGLE SIDE BUMPER TO BASE OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $3,490.00 AS 8AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 8' Pick Up or Utility Bed, Aluminum Material Rack 8' Pick Up or Utility Bed, -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $3,790.00 AS 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,385.00 AS 8AMR-BB BUMPER TO BUMPER Aluminum Material Rack For P/U beds & 8' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,205.00 KNAPHEIDE K CONE Furnish and Install (1) Custom Tow Hook Mounted Cone Holder (F-Series Only)$570.00 K 2CONE Furnish and Install (2) Custom Tow Hook Mounted Cone Holders (F-Series Only).$1,140.00 K 8AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD Crew Cab 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$2,875.00 K 8AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 8' Pick Up or Utility Bed, Aluminum Material Rack Crew Cab 8' Pick Up or Utility Bed, -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,090.00 K 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $3,365.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K 8AMR-BB BUMPER TO BUMPER Aluminum Material Rack For P/U beds & 8' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $5,355.00 LINERS AND COATINGS UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 HD SOB SH HD Scorpion spray on bed liner (short bed) under rail.$735.00 HD SOB LG HD Scorpion spray on bed liner (long bed) under rail.$830.00 HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$830.00 HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$1,160.00 HD SOB-BUMP HD Scorpion spray on bed liner applied to bumper only.$325.00 HD SOB-COMP HD Scorpion spray on bed liner applied to inside of horizontal compartments and inside surface of lid on utility body, both sides.$505.00 HD SOB-FLAT HD Scorpion spray on bed liner applied to surface of 8' & 9' flat bed.$975.00 LIFT GATES PREMIER PU LIFT GATES PTC LG13-PU Tommy Gate G2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,100.00 PTC LG13-2PC-PU Tommy Gate G2-60-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,385.00 PTC LG15-PU Tommy Gate G2-60-1542 TP27 Direct Cylinder Lift 1500 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,385.00 PTC LG15-2PC-PU Tommy Gate G2-60-1542 TP38 Direct Cylinder Lift 1500 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,675.00 K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00 ACTION PU LIFT GATES AF LG13-PU Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 27"+ 4" for Pickup Trucks $4,850.00 AF LG13-PU-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $5,130.00 AF LG15-PC Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 27"+ 4" for Pickup Trucks $5,135.00 AF LG15-PU-2PC Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $5,415.00 KNAPHEIDE PU LIFT GATES K LG13-PU Maxon C2-60-1342 TP27 1300 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$4,400.00 K LG13-2PC-PU Maxon C2-60-1342 TP38 1300 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,740.00 K LG15-PU Maxon C2-60-1542 TP27 1500 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$4,740.00 K LG15-2PC-PU Maxon C2-60-1542 TP38 1500 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,985.00 DEALER VEHICLE ACCESSORIES PU LIFT GATES DVA LG13-PU Maxon C2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$3,840.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DVA LG13-PU-2PC Maxon C2-60-1342 TP38Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$4,080.00 DVA BUS-RR TRANSFER FACTORY REAR SENSORS TO LIFT GATE $190.00 KNAPHEIDE SERVICE BODY LIFT GATES K LG13-SB Maxon C2-54-1342 TP27 1300 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,310.00 K LG13-2PC-SB Maxon C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$4,480.00 K LG16-SB Maxon C2-54-1642 TP27 1600 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,590.00 K LG16-2PC-SB Maxon C2-54-1642 TP38 1600 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$4,835.00 PREMIER SERVICE BODY LIFT GATES PTC LG13-SB Tommy Gate G2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,560.00 PTC LG13-2PC-SB Tommy Gate G2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $4,845.00 PTC LG16-SB Tommy Gate G2-54-1642 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,845.00 PTC LG16-2PC-SB Tommy Gate G2-54-1642 TP38 Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $5,135.00 DEALER VEHICLE ACCESSORIES SERVICE BODY LIFT GATES DVA LG13-SB Maxon C2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$3,840.00 DVA LG13-SB-2PC Maxon C2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$4,080.00 DVA LG16-SB Maxon C2-54-1542 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$3,840.00 DVA LG16-SB-2PC Maxon C2-54-1542 TP38Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$4,080.00 ABG PU LIFT GATES ABG TG13-PU27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, need year, make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,335.00 ABG TG13-PU38 Tommy Gate G2-60-1342-TP38, 1300 LB capacity, 38" platform, 4" taper, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,600.00 ABG TG13-PU42 Tommy Gate G2-60-1342-TP42, 1300 LB capacity, 42" platform, 7" taper, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,720.00 ABG TG13-PU27AL Tommy Gate G2-60-1342-EA27, 1300 LB capacity, 27" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,295.00 ABG TG13-PU38AL Tommy Gate G2-60-1342-EA38, 1300 LB capacity, 38" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,530.00 ABG TG13-PU48AL Tommy Gate G2-60-1342-EA48, 1300 LB capacity, 48" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,955.00 ABG SERVICE BODY LIFT GATES ABG TG13-SB27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,570.00 ABG TG13-SB38 Tommy Gate G2-60-1342-TP38, 1300 LB capacity, 38" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $10,710.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG TG13-SB42 Tommy Gate G2-60-1342-TP42, 1300 LB capacity, 42" platform, 7" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,945.00 ABG TG13-SB27AL Tommy Gate G2-60-1342-EA27, 1300 LB capacity, 27" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present.Requires new hitch if present $5,520.00 ABG TG13-SB38AL Tommy Gate G2-60-1342-EA38, 1300 LB capacity, 38" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,760.00 ABG TG13-SB48AL Tommy Gate G2-60-1342-EA48, 1300 LB capacity, 48" platform, 6" taper, aluminum platform,Includes camera relocation/installation if present. Requires new hitch if present $6,185.00 LIFT GATE OPTIONS HITCH MOD Modification to factory trailer hitch to accomidate equipment install.$525.00 CAMERA RR Remove and re-install factory camera from tailgate.$285.00 ABG CLIV-PU Furnish and install replacement hitch for pickup truck (or bed deletes) that is compatible with Tommy Gate. 2" receiver tube. $975.00 UTILITY BODY CAMERA AND LIGHTING OPTIONS CAMERA OPTIONS CAMERA RR Remove and re-install factory camera from tailgate.$285.00 CAMERA-F Dealer installed factory ordered camera (REQUIRES 872).$195.00 CAMERA-GM Dealer installed factory ordered camera (REQUIRES 5N5).$195.00 CAMERA-R Dealer installed factory ordered camera (REQUIRES XAC).$195.00 VEHICLE KEYED LOCKS BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00 BOLT2 (2) BOLT lock pad locks, keyed to vehicle ignition key.$95.00 COMPARTMENT LIGHTING OPTIONS AJ COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$645.00 AJ COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$710.00 UTILITY BODIES Reading - DVA Single Rear Wheel Utility Bodies DVA 78ASW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 42'' CA Single Rear Wheel GM 2500, Includes pickup box credit. $11,740.00 DVA 82FASW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Ford, Includes pickup box credit. $11,740.00 DVA SLU98ASW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$10,520.00 DVA SLU98ASW SML 8' Reading Standard Line utility body factory powder coated white with flip top lids & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,740.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Reading - DVA Dual Rear Wheel Utility Bodies DVA 98ADW 8' Reading Classic II DRW utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 56'' CA dual rear wheel $12,105.00 Reading - DVA Accessories DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$825.00 DVA LM-98-108 Latch Matic Remote Locking System (installed at Reading)$1,500.00 DVA ML-78-98-SW/DW Master Locking System (installed at Reading)$550.00 DVA NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size) $375.00 DVA CAMERA RR Remove and re-install factory camera from tailgate.$190.00 DVA COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$775.00 DVA COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment. $775.00 Knapheide Single Rear Wheel Utility Bodies K682J Knapheide 6.5' utility body for Silverado with 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,725.00 K682FJ Knapheide 6.5' flip top utility body for Silverado 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,945.00 K 696J Knapheide 8' SRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,605.00 K 696FJ Knapheide 8' SRW flip top utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,825.00 Knapheide Dual Rear Wheel Utility Bodies K 696D54J Knapheide 8' DRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,215.00 K 696D54FJ Knapheide 8' DRW flip top utility body for 56'' CA $11,495.00 Knapheide Accessories K MLS-6 Master locking system 6-door bodies $735.00 K RKE-6 Remote keyless entry 6-door bodies $1,625.00 K TH6 T-Handle Latches 6-door bodies $400.00 K 4 WIRE 4 prong trailer wiring $105.00 K 6 WIRE 6 prong utility trailer wiring $225.00 K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $210.00 K AL HAR KTEC Alum Headach Rack (Octagonal)$1,175.00 K BR 15###BACK RACK 15### INSTALLED ON KNAPHEIDE UTILITY BODY.$560.00 K BR LBM BACK RACK LIGHT BAR FEET 91006 $150.00 K CLV-SB Class V Hitch for Service Body $970.00 K HAR B2 DUAL BEACON MOUNTS $120.00 K HAR ML MINI LIGHT BAR PLATE $170.00 K STEP Furnish and Install (1) Flexible Stirrup Step under rear bumper $290.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K WG 1425-3 SERVICE BODY SIDE LADDER RACK $1,125.00 K FFK Knapheide Fuel Fill Kit for Ford bed removal applications.$370.00 Knapheide Light Cranes CE6K-3 (3/5)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 3'-5' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$6,990.00 CE6K-3 (4/7)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 4'-7' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$7,770.00 EC3200-LD Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $24,500.00 ET8KX-LD Venturo 3,200lb EH 8,000 ft. lb. crane with hydraulic elevation, hydraulic boom extension 6-10 ft, manual boom extension 10-14 ft, adj boom rest 13 - 19'', 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $25,345.00 Warner Single Rear Wheel Utility Bodies PTC WS298-SRW Warner 8' SRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,195.00 PTC WS298-SRW -FLIP Warner 8' SRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,230.00 Warner Dual Rear wheel Utility Bodies PTC WS298-DRW Warner 8' DRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,835.00 PTC WS298-DRW-FLIP Warner 8' DRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,325.00 Warner Accessories PTC 4WIRE 4 prong trailer wiring $165.00 PTC 6WIRE 6 prong utility trailer wiring $165.00 PTC 7/4WIRE 7 way flat camper trailer wiring $180.00 PTC-CLV-SB Class V trailer hitch for service bodies 16K rating. 2''receiver $735.00 PTC-BROOKLYN-8/9 Brooklyn Bars for 8'-9' Body $1,165.00 PTC MLS6 Master Locking System for 6-door bodies.$810.00 PTC THDL6 T-Handle Latches for 6-door bodies.$750.00 PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,250.00 Warner Light Cranes PTC CE6K-3-BUMP 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes, Crane Side Spring Buildup, Jack leg, 50 amp circuit breaker, includes reinforced rear bumper for installation on service body bumper.$10,235.00 PTC CE6K-3-BED 2000lb Electric mast folding crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Includes, crane side spring buildup, jack leg, 50 amp circuit breaker includes bed reinforcing for installation in pickup bed.$10,235.00 Reading - Action Accessories AF USOB8 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 6.5' - 8' UTILITY BODY.$1,475.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF USOB8-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 6.5' - 8' UTILITY BODY.$1,755.00 BRAND-FX ABG BFX6.5-SRW 6.5' Brand FX fiberglass service body for short bed SRW pickup. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $18,290.00 ABG BFX8-SRW Brand FX fiberglass service body for 8' SRW pickup. Standard V pack configuration. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $18,290.00 CM Single Rear Wheel Service Body ABG SB6.5-SRW ABG 6.5' SRW CM service Body, standard boxes (tall front and rear, middle box AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. (Truck brand specific) Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,515.00 ABG SB8-SRW ABG 8' SRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,515.00 ABG CLV-HD 2.5" Receiver HD hitch, independently rated for 20K LBS, includes 4 way square and 7 way round plugs $845.00 CM Dual Rear Wheel Service Body ABG SB8-DRW ABG 8' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $14,035.00 Stahl Single Rear Wheel Service Body ABG STAHL8-SRW 8' SRW Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,030.00 Stahl Dual Rear Wheel Service Body ABG STAHL8-DRW 8' DRW Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,235.00 CM & Stahl Accessories ABG CLV-HD 2.5" Receiver HD hitch, independently rated for 20K LBS, includes 4 way square and 7 way round plugs $845.00 ABG TRI-BALL 2 5/16 (14K), 2" (10K), and 1 7/8 (6K) Straight hitch $170.00 ABG 2516-3DROP 2.5" shaft 2 5/16 ball, 3" drop, 15K rated $155.00 ABG MLS Master locking system, sliding for padlock, installed.$795.00 ABG CTECH-8SRW-F C Tech tool drawers for front, vertical toolbox, features 4 thin tool drawers and some space below for additional storage. $2,225.00 ABG CTECH-8SRW-R C Tech tool drawers for rear vertical toolbox, features 1 tall, 4 medium drawers, some space below for additional storage $2,230.00 ABG CTECH-8DRW-F C Tech tool drawers for front toolbox, features 1 tall, 1 medium, and 4 thin drawers $3,550.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,855.00 ABG CTECH-8DRW-R C Tech drawers for rear toolbox, features 1 X Tall, 2 tall, 3 medium drawers $3,020.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,690.00 ABG 2516-PINTLE-12T Straight 2 5/16 Ball/Pintle Combo hitch, rated 12 ton $325.00 ABG FTL-8SRW Pop top for 8 SRW Service Body, installed.$2,110.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG FTL-8DRW Pop top for 8 DRW Service Body, installed.$3,275.00 Reading - Action Single Rear Wheel Utility Bodies AF SLU98-SW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,755.00 AF SLU98-SW-FTL 8' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,345.00 AF 98-SW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,535.00 AF 98-SW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,125.00 Reading - Action Dual Rear Wheel Utility Bodies AF 98-DW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,185.00 AF 98-DW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,780.00 Reading - Action Accessories AF CAMERA-LG FACTORY CAMERA INSTALL IN LIFT GATE $300.00 AF REVERSE-LG FACTORY REVERSE SENSOR RELOCATE TO LIFT GATE.$300.00 AF FFK FUEL FILL KIT FOR BOX REMOVAL $825.00 AF TH-6 UPGRADE STANDARD LINE 8'-9' UTILITY BODY TO STAINLESS STEEL T-HANDLE LATCHES $130.00 AF RKE-6 LATCH MATIC REMOTE LOCKING SYSTEM FOR 8'-9' UTILITY BODIES $1,565.00 AF MLS-6 MASTER LOCKING SYSTEM FOR 8'-9' UTILITY BODIES.$645.00 AF CAMERA FACTORY CAMERA INSTALL IN UTILITY BODY $275.00 AF CLV-SB Class V 2-1/2" 18,000 lbsReceiver Curt P/U and Single Rear Wheel Service Body (includes 2.5 to 2" reducer)$735.00 AF 7/4 WIRE Hoppy 40959 7-Way RV / 4-Way Flat Trailer Plug $155.00 AF GOOSE-PU Curt Goose Neck Hitch & P/U Bed Mounted $1,705.00 AF DEF-RELOCATE *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$410.00 COVERED UTILITY BODIES Knapheide SRW KNAP KC96U1478 KNAPHEIDE 8' SRW Enclosed Body, 97.25'' Length, 62'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,135.00 KNAP KC96L1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 68'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,535.00 KNAP KC96M1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 78'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,090.00 KNAPHEIDE DRW KNAP KC96U2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 62'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,500.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION KNAP KC96L2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,175.00 KNAP KC96M2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,665.00 KNAP KC96H2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,150.00 FLATBEDS AND STAKE BODIES Premier PTC 880SFB PREMIER 8' SRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $5,625.00 PTC 896SFB PREMIER 8' DRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $5,625.00 PTC AMUM8-STAKE 44'' Aluiminum stake sides for 8' flatbed.$2,250.00 PTC 8GN Norstar SR 8' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$8,840.00 PTC CLV-FB Class V trailer hitch for flat beds 20K rating 2'' recevier tube.$770.00 PTC 4WIRE 4 prong trailer wiring $165.00 PTC 6WIRE 6 prong utility trailer wiring $165.00 PTC 7/4WIRE 7 way flat camper trailer wiring $180.00 PTC BOX24-UB 24X18X18 Steel under body tool box, installed.$445.00 PTC BOX30-UB 30X18X18 Steel under body tool box, installed.$480.00 PTC BOX30-FM 30X18X18 Steel under body tool box, frame mounted for dump applications.$815.00 PTC BOX36-FM 36X18X18 Steel under body tool box, frame mounted for dump applications.$870.00 PTC BOX24-FM 24X18X18 Steel under body tool box, frame mounted for dump applications.$785.00 PTC BOX36-UB 36X18X18 Steel under body tool box, installed.$530.00 DEALER VEHICLE ACCESSORIES PU LIFT GATES DVA 8FLAT CM Truck Beds 8.5' single rear wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 98 CA. $7,430.00 DVA 8GOOSE CM Truck Beds 8’ dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 56 CA.$7,950.00 DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$825.00 Knapheide K PVMXS-898C Knapheide 8' SRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$6,550.00 K PVMXS-89C Knapheide 8' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$6,805.00 K R4096-08 ADD stake sides to 8' flatbed $3,145.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K 4 WIRE 4 prong trailer wiring $105.00 K 6 WIRE 6 prong utility trailer wiring $225.00 K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $210.00 K CLV-FB Class V Hitch for Flat Bed $875.00 K BOX24-UB Underbody 24X18X18 steel tool box, bolted under flat bed.$600.00 K BOX24-FM Underbody 24X18X18 steel tool box, frame mounted for dump applications.$855.00 K BOX30-UB Underbody 30X18X18 steel tool box, bolted under flat bed.$650.00 K BOX 30-FM Underbody 30X18X18 steel tool box, frame mounted for dump applications.$905.00 K BOX36-UB Underbody 36X18X18 steel tool box, bolted under flat bed.$725.00 GOOSENECK PLATFORM BODIES CM Truck ABG CM-RD-GOOSE8-SRW CM RD Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,165.00 ABG CM-SK-GOOSE8-SRW CM SK Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present.Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $12,355.00 ABG CM-TM-GOOSE8-SRW CM TM Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $16,575.00 ABG CM-RD-GOOSE8-DRW CM RD Series 8' Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $9,360.00 ABG CM-SK-GOOSE8-DRW CM SK Series Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $12,330.00 ABG CM-TM-GOOSE8-DRW CM TM Series 8' Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $17,610.00 ABG BOX30SRW Buyers products underbody toolbox, 15X13X30 for under 8' bed delete trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $935.00 ABG BOX30SRW-AL Buyers products underbody toolbox, 14X12X30 for under 8' bed delete trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,000.00 ANIMAL CONTROL BOWIE KENNEL CONFIGURATIONS BI C-100 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$19,170.00 BI C-100-NS Custom Fiberglass Coaches Animal Control Unit - 6 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$18,825.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BI PRO 6W6 Custom Fiberglass Coaches Animal Control Unit - 6 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$20,785.00 BI PRO 6WS7 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$21,155.00 BI PRO 6WD7 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$21,155.00 BI PRO 6WS8 Custom Fiberglass Coaches Animal Control Unit - 7 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$21,500.00 BI PRO 6WD9 Custom Fiberglass Coaches Animal Control Unit - 9 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$22,205.00 BI PRO 8W8 Custom Fiberglass Coaches Animal Control Unit - 8 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$22,565.00 BI PRO 8WS9 Custom Fiberglass Coaches Animal Control Unit - 8 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,025.00 BI PRO 8WD9 Custom Fiberglass Coaches Animal Control Unit - 8 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,025.00 BI PRO 8WS10 Custom Fiberglass Coaches Animal Control Unit - 9 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,550.00 BI PRO 8WS11 Custom Fiberglass Coaches Animal Control Unit - 10 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,070.00 BI PRO 8WD11 Custom Fiberglass Coaches Animal Control Unit - 10 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,070.00 BOWIE ACCESSORIES BI INT-DOOR-6 Credit for Custom Fiberglass Coach Accessories Heavy Duty Interior Safety Door - Powdercoated Black in lieu of stainless steel (Set of 6 & 7 door configurations).($125.00) BI INT-DOOR-8 Credit for Custom Fiberglass Coach Accessories Heavy Duty Interior Safety Door - Powdercoated Black in lieu of stainless steel (Set of 8, & 10 door configurations).($150.00) BI INT-DOOR-STNLS-6 DELETE - Custom Fiberglass Coach Accessories Heavy Duty Safety Door - Stainless Steel (Set of 6 & 7 door configurations)($750.00) BI INT-DOOR-STNLS-8 DELETE - Custom Fiberglass Coach Accessories Heavy Duty Safety Door - Stainless Steel (Set of 8, 9 & 10 door configurations)($900.00) BI GRATES-6 Custom Fiberglass Coach Accessories Polypropylene Floor Grates - Set of 6 $320.00 BI GRATES-8 Custom Fiberglass Coach Accessories Polypropylene Floor Grates - Set of 8 $430.00 BI AC-HEAT Custom Fiberglass Coach Accessories Air Conditioning & Heating -14,000 BTU cool -12,000 BTU Heat w/ temp monitoring in cab $3,240.00 BI AC-HEAT-HC Custom Fiberglass Coach Accessories High Capacity A/C & Heat - 28,000 BTU cool - 36,000 BTU Heat w/ temp monitor $4,140.00 BI AC-ONLY Custom Fiberglass Coach Accessories Air Conditioning - 18,000 BTU cooling w/ temp monitoring in cab $2,880.00 BI AC-ONLY-HC Custom Fiberglass Coach Accessories High Capacity Air Conditioning - up to 28,000 BTU cooling w/ temp monitoring in cab $3,780.00 BI BSAV-HOIST Custom Fiberglass Coach Accessories BackSaver Hoist with Large Cage - front passenger compartment $4,500.00 BI BSMIRROR Custom Fiberglass Coach Accessories Rear Blind Spot Mirror $165.00 BI CARRIERS Custom Fiberglass Coach Accessories 6 Carriers For Storage Trays $660.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BI CPOLE Custom Fiberglass Coach Accessories Catch Pole Holder - Tube style with locking access door $285.00 BI PETSTEP Custom Fiberglass Coach Accessories PetStep Portable Folding Ramp $170.00 BI P-RAMP Custom Fiberglass Coach Accessories Pull Out Ramp - Front passenger side $590.00 BI RVISON Custom Fiberglass Coach Accessories Rear Vision Camera with 5.6'' flat screen color monitor $580.00 BI SCENE LIGHT-LED Custom Fiberglass Coach Accessories Clear LED Scene Light - 1200 Lumens flood pattern $105.00 BI SHELF Custom Fiberglass Coach Accessories Removable Shelf - animal compartment $120.00 BI SLIDE OUT TRAYS Custom Fiberglass Coach Accessories 2 Slide Out Trays For Storage of 6 Carriers or 4 Traps - Rear passenger side compartment $870.00 BI STEPS Custom Fiberglass Coach Accessories Drop Down Steps - Front passenger side compartment $1,140.00 BI STORAGE TRAY Custom Fiberglass Coach Accessories Roll Out Tray in Rear Storage Compartment $555.00 BI TRAPS Custom Fiberglass Coach Accessories 4 Traps For Storage Trays $570.00 BI WEAR STRIPS Custom Fiberglass Coach Accessories Rooftop Aluminum Wear Strips $195.00 BI ULTRA-AC UltraCool Extreme Termperature Air Conditioning w/ auxiliary compressor - Dedicated twin fan condenser - 28,000 BTU cool $6,160.00 BI ULTRA-AC/H UltraCool Extreme Termperature A/C & Heating w/ auxiliary compressor - Dedicated twin fan condenser - 28,000 BTU cool - 36,000 BTU Heat w/ electronic thermostat $6,490.00 CNG CONVERSION AE F230-350 BF21GGE PU Ford F250-F350 21 GGE 6.2L bi-fuel for installation in pickup configuration.$11,835.00 AE F230-350 BF21GGE UTIL Ford F250-F350 21 GGE 6.2L bi-fuel for installation in utility body configuration.$11,835.00 AE 2024 EPA approvals pending for all 2024 models.$0.00 HD PICK Ups chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FLOOR PROTECTION WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$270.00 WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$255.00 WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$185.00 SEAT UPGRADE DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,300.00 DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,445.00 TT SEAT COVERS 1 TIGER TOUGH HD SEAT COVERS FOR FIRST ROW ONLY $405.00 TT SEAT COVERS 2 TIGER TOUGH HD SEAT COVERS FOR FIRST AND SECOND ROWS.$795.00 INVERTERS & CHARGING 806-1220-UB XANTREX 2000W pure sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,235.00 813-3000UL-UB XANTREX 3000W modified sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $1,905.00 OUTLET FRONT Weather-resistant outlet at front of truck, in grille if possible on curbside.$180.00 OUTLET REAR Weather-resistant outlet at rear of truck on curbside.$180.00 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,090.00 AJ RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$450.00 WINDOW FILM & GUARDS WSTP Windshield strip $50.00 DTF 2 TRK Deep tint film installed on front two door glass and rear window.$300.00 DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$290.00 LIMO Upgrade tint to LIMO on all tinted surfaces $95.00 RS 2 Stick on rain shields (2-doors).$90.00 RS 4 Stick on rain shields (4-doors).$115.00 GRILLE GUARDS AND WINCHES WINCH MOUNT TRAY'S (NO UPRIGHTS) AJ WMT-WARN WARN Winch mount tray only, no push bumper or wrap. (FORD or RAM only, required for M-series and 16.5ti winches).$1,230.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WMT-WEST Westin winch mount tray only, no push bumper or wrap (GM/Ford/RAM/Toyota for up to 12k winch only).$790.00 AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$610.00 WRAP AROUND GRILLE GUARDS AJ WGG-WEST Westin HDX wrap around grille guard (GM/Ford/RAM/Toyota).$1,090.00 WRAP AROUND GRILLE GUARDS WITH WINCH MOUNTS AJ WGG-MNT-WARN Warn wrap around grille guard with winch mount plate. (FORD or RAM only, required for M-series and 16.5ti winches).$2,960.00 AJ WGG-MNT-P-WARN Warn Wrap around grille guard with winch mount tray & no side wings (FORD or RAM only, required for M-series and 16.5ti winches).$2,155.00 AJ WGG-MNT-WEST Westin HDX wrap around grille guard with winch mount tray (GM/Ford/RAM/Toyota for up to 12k winch only).$1,680.00 AJ WGG-MNT-STER Sterling manufacturing wrap around grille guard with winch mount tray (fits all makes/models, will accomidate 16.5ti winch).$2,650.00 AJ WGG-MNT-P-STER Sterling manufacturing wrap around grille guard with winch mount tray and no headlight guards, center section only (fits all makes/models, will accomidate 16.5ti winch).$1,865.00 REPLACEMENT BUMPERS FBF171BLC Ranch Hand replacement bumper, powder coated black. Requires FORD 3500 diesel WITH forward camera.$2,120.00 FBF171BLR Ranch Hand replacement bumper, powder coated black. Requires FORD 3500 diesel without forward camera.$2,120.00 FDB101BLRS Ranch Hand replacement bumper, powder coated black. Requires RAM 3500 diesel.$2,120.00 GM MEDIUM DUTY (FOLDS FORWARD) AJ WGG-GMMD Go Industries wrap around grille guard with tilt forward feature for Chevy 4500, 5500, 6500 medium duty chassis. Allows the hood to be tilted forward for service (Fits ONLY Chevy Medium duty).$2,855.00 AJ WGG-WMT-GMMD Go Industries wrap around grille guard with winch mount tray & tilt forward feature for Chevy 4500, 5500, 6500 medium duty chassis. Allows the hood to be tilted forward for service (Fits ONLY Chevy Medium duty).$2,855.00 STEEL ROPE WINCHES 16.5TI Warn HEAVY WEIGHT series 16.5ti self recovery 16,500lb rated winch with remote, open fairlead, and wire rope.$3,045.00 VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$870.00 VR EVO 12 Warn VR EVO self recovery 12,000lb rated winch with remote, open fairlead, and wire rope.$1,040.00 SYNTHETIC ROPE WINCHES ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,670.00 ZEON 12-S Warn ZEON self recovery 12,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,845.00 ALAN JAY FLEET TOOL BOXES, HITCHES, AND ACCESSORIES CAMERA OPTIONS CAMERA RR Remove and re-install factory camera from tailgate.$285.00 CAMERA-F Dealer installed factory ordered camera (REQUIRES 872).$195.00 CAMERA-GM Dealer installed factory ordered camera (REQUIRES 5N5).$195.00 CAMERA-R Dealer installed factory ordered camera (REQUIRES XAC).$195.00 BUC DASH Back up camera with dash mounted monitor, COMPLETE SYSTEM.$540.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BUC RV Back up camera with rear view mirror monitor, COMPLETE SYSTEM.$710.00 CAB STEPS STEP3-REG 3'' black tubular cab step for regular cab pickup.$380.00 STEP3-EXT 3'' black tubular cab step for extended cab pickup.$390.00 STEP3-CREW 3'' black tubular cab step for crew cab pickup.$395.00 CAB SHIELDS & RACKS AJ FS-ACARI-F ACARI TT MOUNTING BRACKET (FORD F-150 2015+, F-250 - F-550 2017+, RANGER 2019+)$685.00 AJ FS-ACARI-GM ACARI TALON MOUNTING BRACKET (GM & CHEVY 1500-4500 WITH SPOILER 2019-2020).$530.00 BROOKLYN Sterling service body side panel master locker bar set, powder coated white.$420.00 HAR Sterling vehicle specific headache rack with mesh screen, powder coated black.$1,010.00 HAR-2RBL Sterling vehicle specific headache rack with dual beacon mounts, powder coated black.$1,195.00 HAR-RBL Sterling vehicle specific headache rack with centered single beacon mount, powder coated black.$1,105.00 HAR-LBM Sterling vehicle specific headache rack with centered light bar mount(s), powder coated black.$1,105.00 WG1425-3 WeatherGuard single side muoted ladder rack for utility bodies.$1,155.00 AJ OHMR-1700 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1700lb.$1,645.00 ALL STEEL RACKS AS 9AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,490.00 AS 11AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,490.00 AS 9AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,960.00 AS 11AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,790.00 AS 9AMR BACK BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack For 9' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,385.00 AS 11AMR BACK BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack For 11' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,260.00 AS 9AMR-BB BUMPER TO BUMPER Aluminum Material Rack, For 9' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,430.00 AS 11AMR-BB BUMPER TO BUMPER Aluminum Material Rack For 11' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,105.00 UTILITY BODY LIGHTING AJ COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$645.00 AJ COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$710.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ COMP 8-LED LED compartment lights installed in all compartments of 11' service body $880.00 AJ COMP-8LED-AB LED compartment lights installed in all compartments of 11' service body with one side long horizontal compartment.$950.00 FS COM1200-SQ-2 (2) Federal Signal LED 2700 lumen 4.3" Square Work Lights, mounted at rear of utility body.$450.00 FS COM750-RND-2 (2) Federal Signal LED 1100 lumen 3" Round Work Lights, mounted at rear of utility body.$290.00 HITCHES & WIRING AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$610.00 AJ CLV Class V receiver hitch, installed at AJ Fleet.$810.00 AJ 4-WIRE 4 wire trailer plug $90.00 AJ 6-ROUND 6 wire round utility plug.$80.00 AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$150.00 SS7RP SARASOTA 7 WIRE ROUND BERG TRAILER PLUG WITH ROUND PINS.$125.00 AJ C-WIRE Customer specific wire plug, please provide detail.$75.00 BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$90.00 BUA Federal Signal 90 dB back-up alarm.$160.00 AJ DB2 Draw bar with 2'' Ball, pin, and clip.$65.00 AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$170.00 AJ SLEEVE 2.5" to 2.0" Reducer Sleeve for accomodating 2" Shank Draw Bars.$35.00 AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$145.00 N2 DRW Nitrogen filled tires on DRW vehicles.$180.00 AJ PTL2 Pintle combination draw bar with 2'' ball.$180.00 AJ PTL2516 Pintle combination draw bar with 2-5/16'' ball.$175.00 BUS-UB BACK UP SENSORS Rear Bumper Parking Assistance System for UniBody Vehicles Introducing BackZone (250-1903-BZTRK), Rostra’s latest innovation in vehicle parking assistance systems. Designed around the reliable components that customers have come to expect $455.00 AJ CONE Simple wire framed cone holder, mounted to center of front bumper (unless otherwise specified).$85.00 5GCR WATER COOLER RACK & 5 GAL WATER CASK, INSTALLED.$215.00 AJ EBC Curt Spectrum Electric Brake Controller $395.00 SHROUD BODY COMPANY TO PROVIDE SHROUD ON BACK OF BODY TO PROTECT TRAFFIC ADVISOR (48''W X 1.9''T X 2.5''D). SHROUD TO BE PAINTED ALONG WITH BODY AND LOCATED BETWEEN SLAM GATE AND REAR BUMPER. $135.00 CARGO AREA MOUNTED BOXES 48TB 48'' Chest Tool Box mounted against bulkhead in utility body.$515.00 FNT85 85 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use in short bed PU or Utility body.$2,175.00 FNT100 100 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use with long bed PU.$2,225.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 110 FTT 100 Gallon fuel transfer tank. Includes GPI 12V fuel pump, 3/4 x 4'' filter kit (10 micron), GPI digital fuel meter, 3/4'' spring loaded retractable fuel hose reel with 25' hose and nozzle, tank installed to bulkhead of utility body with hose reel installed to curbside front compartment top. Compartment top to be reinforced with reel mounted on angle facing rearward for side access. $2,875.00 ATI 95CB ATI Aluminum Tanks Incorporated- 95 Gallon Fuel Tank & Tool Box Combo. Filter Kit, Digital Fuel Meter, Fill Rite 12V 15 gpm Auto Nozzle, ReelCraft 25' long 3/4'' Dia. Retractable Hose with Reel, hose whip from pump to reel. Furnished and Installed with Single In Cab On/Off switch. $3,715.00 LINERS AND COATINGS HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$830.00 HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$1,160.00 HD USOB-11 HD Scorpion spray on bed liner applied inside cargo area of 11' utility body.$975.00 HD USOB-11-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 11' utility body.$1,265.00 HD SOB-11-FLAT HD Scorpion spray on bed liner applied to surface of 11' & 12' flat bed.$1,015.00 HD SOB-16-FLAT HD Scorpion spray on bed liner applied to surface of 14' & 16' flat bed.$1,375.00 HD SOB-18-FLAT HD Scorpion spray on bed liner applied to surface of 18' & 20' flat bed.$1,520.00 HD SOB-COMP HD Scorpion spray on bed liner applied to inside of horizontal compartments and inside surface of lid on utility body, both sides.$505.00 HD SOB-BUMP HD Scorpion spray on bed liner applied to bumper only.$325.00 UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 KNAPHEIDE ACCESSORIES HITCHES & WIRING K 4 WIRE 4 prong trailer wiring $105.00 K 6 WIRE 6 prong utility trailer wiring $225.00 K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $210.00 K CLV-FB Class V Hitch for Flat Bed $875.00 K CLV-SB Class V Hitch for Service Body $970.00 K PTL15 15 ton Pintle for frame mount.$205.00 K PTL2516 Tow Pintle combo with 2 & 5/16'' Ball to mount in receiver $300.00 K PTL 20 20 ton Pintle for frame mount $240.00 K PTL-CC Frame mount or ICC mount w/o Pintle for cab chassis.$435.00 K PTL2 Tow Pintle combo with 2'' Ball to mount in receiver $300.00 K DONOVAN-4200P Manual Tarp Roller $1,145.00 K JACK Knapheide Jack leg crane support, installed.$540.00 CAB SHIELDS & RACKS K AL HAR KTEC Alum Headach Rack (Octagonal)$1,175.00 K AL HAR MD KTEC Aluminum Headache Rack (Octagonal) for Medium Duty Trucks (Chevy 4500-6500 & Ford F-650-750).$1,350.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K BR 15###BACK RACK 15### INSTALLED ON KNAPHEIDE UTILITY BODY.$560.00 K BR LBM BACK RACK LIGHT BAR FEET 91006 $150.00 K BUA Back up alarm $180.00 K HAR B2 DUAL BEACON MOUNTS $120.00 K HAR ML MINI LIGHT BAR PLATE $170.00 K CONE Furnish and Install (1) Custom Tow Hook Mounted Cone Holder (F-Series Only)$570.00 K 2CONE Furnish and Install (2) Custom Tow Hook Mounted Cone Holders (F-Series Only).$1,140.00 K 9AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$2,875.00 K 9AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,090.00 K 9AMR BACK BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack For 9' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $3,370.00 K 9AMR-BB BUMPER TO BUMPER Aluminum Material Rack, For 9' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $5,365.00 K 11AMR BACK BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack For 11' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $3,745.00 K 11AMR-BB BUMPER TO BUMPER Aluminum Material Rack For 11' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $5,585.00 K 11AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$3,255.00 K 11AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,425.00 TOOL BOXES & STORAGE K BOX24-FM Underbody 24X18X18 steel tool box, frame mounted for dump applications.$855.00 K BOX24-UB Underbody 24X18X18 steel tool box, bolted under flat bed.$600.00 K BOX30-UB Underbody 30X18X18 steel tool box, bolted under flat bed.$650.00 K BOX 30-FM Underbody 30X18X18 steel tool box, frame mounted for dump applications.$905.00 K BOX36-UB Underbody 36X18X18 steel tool box, bolted under flat bed.$725.00 K BOX36-FM-AL Underbody 36X18X18 aluminum tool box, frame mounted for dump applications.$980.00 K BOX36-UB-AL Underbody 36X18X18 aluminum tool box, bolted under flat bed.$725.00 K BOX48-FM Underbody 48X18X18 steel tool box, frame mounted for dump applications.$910.00 K BOX48-FM-AL Underbody 48X18X18 aluminum tool box, frame mounted for dump applications.$1,105.00 K BOX48-UB Underbody 48X18X18 steel tool box, bolted under flat bed.$650.00 K BOX48-UB-AL Underbody 48X18X18 aluminum tool box, bolted under flat bed.$850.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K BOX60-UB Underbody 60X18X18 steel tool box, bolted under flat bed.$1,050.00 K BOX60-FM Underbody 60X18X18 steel tool box, frame mounted for dump applications.$1,305.00 K COOLER Furnish and Install Aluminum Rack AND 5 Gallon Water Cooler $300.00 K 21 WB Knapheide 21'' HD Work Bumper with storage access on each side, includes Integrated HD Class V Receiver Hitch.$5,755.00 MISCELLANEOUS ACCESSORIES K CC 108 PAINT Upgrade from Single Stage to Base Coat Clear Coat Paint (8-9 foot service bodies)$2,160.00 K CC 132 PAINT Upgrade from Single Stage to Base Coat Clear Coat Paint (11 foot service bodies)$2,400.00 K GRAB Furnish and Install (1) Contoured Grab Handle to top of Work Bumper and back of body $420.00 K WW DELETE Delete wheel well notches on DRW utility Body (NO CHARGE).$0.00 K OUTRIGGERS Outriggers for crane.$2,895.00 K REINFORCE Reinforcement for full crane.$2,460.00 K SPU Spring buildup.$1,140.00 PREMIER ACCESSORIES HITCHES & WIRING PTC 4WIRE 4 prong trailer wiring $165.00 PTC 6WIRE 6 prong utility trailer wiring $165.00 PTC 7/4WIRE 7 way flat camper trailer wiring $180.00 PTC CLV-FB Class V trailer hitch for flat beds 20K rating 2'' recevier tube.$770.00 PTC CLV-HD-SB Class V trailer hitch for service bodies 20K rating with 2 1/2'' receiver.$865.00 PTC PTL-MNT Frame mount 3/4'' plate for Pintle with 20 ton pintle.$2,375.00 TOOL BOXES & STORAGE PTC-19WRKBMP Add for 19'' Work bench bumper with lockable storage $4,935.00 PTC BOX24-FM 24X18X18 Steel under body tool box, frame mounted for dump applications.$785.00 PTC BOX24-UB 24X18X18 Steel under body tool box, installed.$445.00 PTC BOX30-FM 30X18X18 Steel under body tool box, frame mounted for dump applications.$815.00 PTC BOX30-UB 30X18X18 Steel under body tool box, installed.$480.00 PTC BOX36-FM 36X18X18 Steel under body tool box, frame mounted for dump applications.$870.00 PTC BOX36-FM-AL 36X18X18 Aluminum under body tool box, frame mounted for dump applications.$980.00 PTC BOX36-UB 36X18X18 Steel under body tool box, installed.$530.00 PTC BOX36-UB-AL 36X18X18 Aluminum under body tool box, installed.$640.00 PTC BOX48-FM 48X18X18 Steel under body tool box, frame mounted for dump applications.$985.00 PTC BOX48-FM-AL 48X18X18 Aluminum under body tool box, frame mounted for dump applications.$1,155.00 PTC BOX48-UB 48X18X18 Steel under body tool box, installed.$640.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC BOX48-UB-AL 48X18X18 Aluminum under body tool box, installed.$815.00 PTC BOX60-FM 60X18X18 Steel under body tool box, frame mounted for dump applications.$1,090.00 PTC BOX60-UB 60X18X18 Steel under body tool box, installed.$750.00 PTC-UB-BRACKET Under body Tool Box mount bracket for dump applications.$335.00 READING ACCESSORIES - DVA HITCHES & WIRING DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$825.00 DVA CAMERA Dealer installed factory ordered camera $190.00 DVA BUS-RR TRANSFER FACTORY REAR SENSORS TO LIFT GATE $190.00 DVA BUA Back up alarm, installed.$205.00 DVA NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size) $375.00 DVA GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank. $435.00 READING ACCESSORIES - AF GENERAL AF TH-6 UPGRADE STANDARD LINE 8'-9' UTILITY BODY TO STAINLESS STEEL T-HANDLE LATCHES $130.00 AF RKE-6 LATCH MATIC REMOTE LOCKING SYSTEM FOR 8'-9' UTILITY BODIES $1,565.00 AF MLS-6 MASTER LOCKING SYSTEM FOR 8'-9' UTILITY BODIES.$645.00 AF CAMERA FACTORY CAMERA INSTALL IN UTILITY BODY $275.00 AF 6DR-SLIDE STEEL SLIDING TOP FOR 8'-9' UTILITY BODIES $3,060.00 AF USOB9 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 9' UTILITY BODY.$1,525.00 AF USOB9-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 9' UTILITY BODY.$1,805.00 AF DEF-NOTCH *Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$795.00 AF CAMERA-LG FACTORY CAMERA INSTALL IN LIFT GATE $300.00 AF REVERSE-LG FACTORY REVERSE SENSOR RELOCATE TO LIFT GATE.$300.00 AF MLS-8 MASTER LOCKING SYSTEM FOR 11' UTILITY BODIES $725.00 AF RKE-8 LATCH MATIC REMOTE LOCKING SYSTEM FOR 11' UTILITY BODIES $1,635.00 AF USOB11 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 11' UTILITY BODY $2,205.00 AF USOB11-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 11' UTILITY BODY $2,485.00 AF TH-8 UPGRADE STANDARD LINE 11' BODY TO INCLUDE STAINLESS STEEL T-HANDLE LATCHES.$165.00 HITCHES & WIRING AF CLV-SB Class V 2-1/2" 18,000 lbsReceiver Curt P/U and Single Rear Wheel Service Body (includes 2.5 to 2" reducer)$735.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF 7/4 WIRE Hoppy 40959 7-Way RV / 4-Way Flat Trailer Plug $155.00 TOOL BOXES & STORAGE AF BOX24-UB Underbody 24x18x18 steel tool box, bolted under flatbed.$675.00 AF BOX24-FM Underbody 24x18x18 steel tool box, mounted to frame for dump applications.$640.00 AF BOX30-UM Underbody 30x18x18 steel tool box, bolted under flatbed $690.00 AF BOX30-FM Underbody 30x18x18 steel tool box, mounted to frame for dump applications.$685.00 AF BOX36-UM Underbody 36x18x18 steel tool box, bolted under flatbed.$710.00 AF BOX36-FM Underbody 36x18x18 steel tool box, mounted to frame for dump applications.$705.00 AF BOX48-UM Underbody 48x18x18 steel tool box, bolted under flatbed $875.00 AF BOX48-FM Underbody 48x18x18 steel tool box, mounted to frame for dump applications.$870.00 AF BOX60-UM Underbody 60x18x18 steel tool box, bolted under flatbed $1,095.00 AF BOX60-FM Underbody 60x18x18 steel tool box, mounted to frame for dump applications.$1,185.00 ABG ACCESSORIES HITCHES & WIRING ABG CLV-HD 2.5" Receiver HD hitch, independently rated for 20K LBS, includes 4 way square and 7 way round plugs $845.00 ABG 2516-PINTLE-12T Straight 2 5/16 Ball/Pintle Combo hitch, rated 12 ton $325.00 ABG TRI-BALL 2 5/16 (14K), 2" (10K), and 1 7/8 (6K) Straight hitch $170.00 ABG 2516-3DROP 2.5" shaft 2 5/16 ball, 3" drop, 15K rated $155.00 CTECH DRAWER UNITS ABG CTECH-9DRW-F C Tech drawers for rear toolbox, features 1 X Tall, 1 tall, 1 medium and 3 thin drawers $3,055.00 ABG CTECH-9DRW-R C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,855.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,690.00 ABG CTECH-11DRW-F C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CTECH-11DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $2,000.00 TOOL BOXES & STORAGE ABG BOX30DRW Buyers products underbody toolbox, 18X18X30 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $935.00 ABG BOX36-UB Buyers products underbody toolbox, 18X18X36 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black (will go past the angled corner at front of bed)$935.00 ABG BOX48-UB Buyers products underbody toolbox, 18X18X48 for under 11' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $1,060.00 ABG BOX60-UB Buyers products underbody toolbox, 18X18X60 for under 14' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $1,185.00 ABG BOX30DRW-AL Buyers products underbody toolbox, 18X18X30 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,000.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG BOX36-UB-AL Buyers products underbody toolbox, 18X18X36 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum (will go past the angled corner at front of bed)$1,085.00 ABG BOX48-UB-AL Buyers products underbody toolbox, 18X18X48 for under 11' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,375.00 ABG BOX60-UB-AL Buyers products underbody toolbox, 18X18X60 for under 14' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,535.00 COMPRESSORS AND GENERATORS COMPRESSED AIR SYSTEMS CAS VMAC G30 VMAC Externally mounted belt driven rotary screw capable of 30cfm at 100psi (150psi max), 100% duty cycle. Includes remote start, 2 Year Warranty, Lifetime airend warranty, & 5 year subaru engine warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $7,035.00 CAS G30 TANK Optional Low Profile Air Receiver Tank for G30: # A500183, Dual 6-Gallon air receiver tanks, mounted under G30. Includes Gauge, fittings, hose and valves. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $1,615.00 CAS G30 REMOTE Optional Remote Control Panel for G30: # A500182. Remote Control Panel with a ten foot extension for key switch, hour meter, choke and unloader. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $800.00 CAS VR-70 G VMAC underhood (Gas Engine) Belt Driven Rotary Screw capable up to 70cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $15,135.00 CAS VR-70 D VMAC underhood (Diesel Engine) Belt Driven Rotary Screw capable up to 70cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $15,135.00 CAS VR-150 G VMAC underhood (Gase Engine) Belt Driven Rotary Screw capable up to 150cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $19,060.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CAS VR-150 D VMAC underhood (Diesel Engine) Belt Driven Rotary Screw capable up to 150cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $19,070.00 CAS A800070 VMAC Eliminator70 - Air Cooled Air Cooler After-Cooler with automatic drain. Knock’s out 65% of water condensate. Installation included when tied into VR-70 or VR-150 Underhood order. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with a single valve at discharge of unit. No custom outlets or fittings installed. $1,640.00 CAS AIR-NARC 150 -14HP VANAIR Air N ARC® 150 provides you with three forms of power in one compact and economic unit, allowing you to save space and weight on your vehicle. Providing up to 190 AMPs of welding power. Engine: 14 HP Kohler® Air Compressor: Reciprocating, 20 CFM, 150 PSI Generator: 5 kW Peak, 4.2 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets, Welder: 14 HP Stand-alone: CC: 40-190 AMPs Operating Range. Welder: 14 HP Stand-alone: CC: 40-190 AMPs Operating Range. Battery Charge/Booster: 150 AMPs 12V/24V Boost. Drive System: Belt Driven Fuel Capacity: 1.9 Gal. or Plumb to Chassis (Kohler® 14) Dimensions: 50.7L x 19.2W x 40.8H - 30 Gal. Kohler® 14 HP (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $10,145.00 CAS AIR-N-ARC 150 -20HP VANAIR Air N ARC® 150 provides you with three forms of power in one compact and economic unit, allowing you to save space and weight on your vehicle. Engine: 19 HP Kohler. Air Compressor: Reciprocating, 20 CFM, 150 PSI Generator: 5 kW Peak, 4.2 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: 19 HP with Remote Panel: CC: 40-150 AMPs, CV: 15-30V. Battery Charge/Booster: AMPs 12V/24V Boost, 50 AMP 12V Charge (Optional for 19 HP Engine Only) Drive System: Belt Driven Fuel Capacity: 11.5 Gal. or Plumb to Chassis (Kohler® 19). Dimensions: 48.2L x 22.2W x 40.8H - 30 Gal. Kohler® 19 HP. 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $14,300.00 CAS AIR-N-ARC 300 DIESEL VANAIR Air N Arc 300 system, provides more efficient use of your truck bed and reduces cost by combining five power sources - Rotary screw on-demand air compressor, 7 kW generator, 300 AMP welder, battery booster and battery charger - into one single unit. Designed as a true two generator system, the Air N Arc 300 series allows multi-functioning such as welding and generator for lights for night time service Engine Diesel: 25 HP Kubota®, Liquid Cooled (Tier 4 Compliant) Air Compressor Rotary Screw: 175 PSI, 40 CFM. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC welding, 270 AMPS at 100% duty cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System Belt Driven Fuel Capacity: 12 Gal. Integral Tank. w/ 10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $29,645.00 CAS AIR-N-ARC 300 GAS VANAIR Air N Arc 300 system, provides more efficient use of your truck bed and reduces cost by combining five power sources - Rotary screw on-demand air compressor, 7 kW generator, 300 AMP welder, battery booster and battery charger - into one single unit. Designed as a true two generator system, the Air N Arc 300 series allows multi-functioning such as welding and generator for lights for night time serviceEngine Gas: Engine Gas: 26.5 HP Kohler®, Air Cooled. Air Compressor Rotary Screw: 175 PSI, 40 CFM. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC welding, 270 AMPS at 100% duty cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System Belt Driven Fuel Capacity: 12 Gal. Integral Tank. w/ 10’ Remote Panel (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $21,875.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CAS AIR-N-ARC 300 HYDRAULIC 14.5 VANAIR Air N Arc® 300 Hydraulic All–In-One Power System® features the innovation of being hydraulically driven, while still offering all the advantages of the Air N Arc® 300 engine drive system including a 40 CFM rotary screw air compressor, 300 AMP welder, 300 AMP 12V charger and 12V/24V booster, and 7 kW generator. Designed as a true two generator system, the Air N Arc® 300 Hydraulic allows simultaneous dual functionality such as welding and generator for lights for nighttime service. The system offers a small footprint for side pack or behind-the-cab mounting and is ideal for trucks with hydraulics already installed, such as crane trucks. Drive System: Open Center Hydraulic. Hydraulic Requirements: 14.5 GPM @ 2500 PSI Single function. Air Compressor: Rotary Screw, 40 CFM, 175 PSI. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Booster/Charger: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge. w/ 10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $18,775.00 CAS AIR-N-ARC 300 HYDRAULIC 19 VANAIR Air N Arc® 300 Hydraulic All–In-One Power System® features the innovation of being hydraulically driven, while still offering all the advantages of the Air N Arc® 300 engine drive system including a 40 CFM rotary screw air compressor, 300 AMP welder, 300 AMP 12V charger and 12V/24V booster, and 7 kW generator. Designed as a true two generator system, the Air N Arc® 300 Hydraulic allows simultaneous dual functionality such as welding and generator for lights for nighttime service. The system offers a small footprint for side pack or behind-the-cab mounting and is ideal for trucks with hydraulics already installed, such as crane trucks. Drive System: Open Center Hydraulic. Hydraulic Requirements: 19 GPM @ 2800 PSI Multifunction. Air Compressor: Rotary Screw, 40 CFM, 175 PSI. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Booster/Charger: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $18,780.00 CAS POWERFLEX AE VANAIR Powerflex AE provides 40 cfm rotary screw air compressor for air-on-demand that can power up to 1” impact wrench and a 7kW generator for all our electric needs, the Powerflex™ AE provides you with the tools to get the job done, with your truck engines turned off. CFM Rating: 40 CFM @ High Speed. Air Pressure: 150 PSI. Compressor Type: Rotary Screw. AC Generator: 6.8 kW @ 60 Hz, 120/240 V. Engine Type: 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Diesel. Fuel Capacity: Integrated 12 Gal. w/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $28,500.00 CAS POWERFLEX AEH VANAIR PowerFlex AEH provides a 40 CFM at 150 PSI rotary screw air compressor, a 6,800 watt AC generator, and powerful hydraulic pump, providing 13 GPM and up to 3000 PSI. Save fuel costs, increase your productivity and meet EPA challenges with the PowerFlex™ AEH. CFM Rating: 40 CFM @ High Speed / 30 CFM @ idle Speed. Air Pressure: 150 PSI AC Generator 6.8 kW @ 60 Hz, 120 / 240V. Compressor Type: Rotary Screw. Hydraulic Flow: Up to 13 GPM. Hydraulic Pressure: Up to 3000 PSI Engine Type 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Dieselw/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $31,585.00 CAS POWERFLEX AH VANAIR PowerFlex AH provides a 40 CFM at 150 PSI rotary screw air compressor and hydraulic pump, providing 13 GPM and up to 3000 PSI with an integrated hydraulic reservoir. Tier 4 Final compliant, the PowerFlex™ AH is small enough to fit in a variety of load spaces. CFM Rating: 40 CFM @ High Speed / 30 CFM @ idle Speed. Air Pressure: 150 PSI. Hydraulic Flow: Up to 13 GPM. Hydraulic Pressure: Up to 3000 PSI. Engine Type: 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Diesel. Fuel Capacity: Plumb to Chassis. Compressor Type: Rotary Screw w/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $31,180.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION VMAC PTO DTM70H VMAC (PTO Driven Air Compressor & Hydraulic pump) Air Compressor Output Up to 70 CFM* @ 100 psi (175 psi max); actual CFM output dependent on engine RPM Air Compressor Type PTO driven, direct transmission mounted, 100% duty cycle, VMAC oil-injected rotary screw. Weight (wet) Approximately 180 lbs (81.6 kg) PTO (included) CHELSEA® 249 Series, electrically actuated, PTO indicator lamp Throttle Control 2 throttle control set-points available Adjustable up to 3,000 RPM Allows for dual speed operation with cranes that have available input/output for high idle mode Control System On/Off function of PTO and compressor LCD display Service notifications Error messages System temperature Compatible with start/stop crane modules Allows for simultaneous operation of both the air compressor and hydraulic pump Safety System Automatic compressor heater function Compressor over-temp sensor Automatic rapid blow-down valve on tank 200 psi air pressure relief valve Truck drive disable circuit on throttle control Truck park brake safety shut-off switch on control box Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $20,425.00 CAS AIR-N-ARC 300 OPEN VANAIR Air N Arc I-300 six forms of power in a single 48” unit with full multi-functioning capabilities. Provides an integrated 40 CFM rotary screw compressor, 7 kW AC generator, 300 AMP welder, battery booster and battery charger, with the added power of a 13 GPM hydraulic pump. The Air N Arc® I-300 offers enough power to run a crane and the technology to integrate with the crane control. Engine: 25 HP Kubota®, Liquid Cooled (Tier 4 Compliant) Air Compressor: Rotary Screw, 40 CFM Free Air at High Speed 30 CFM Free Air at Idle, 175 PSI Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V GFCI and 240V Outlets Hydraulic Output: Up to 13 GPM, Up to 3000 PSI (10.5 GPM Hydraulic Piston Pump) Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System: Belt Driven Fuel Capacity: Plumb to Chassis or Remote Tank Provided by Customer.Open System w/10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system (additional charges apply for connection points. $38,000.00 VMAC 50 HOSE 50' HOSE AND REEL FOR VMAC COMPRESSED AIR SYSTEM. AT TIME OF VMAC UNDERHOOD INSTALLATION, IT WILL BE INSTALLED IN REAR COMPARTMENT OF UTILITY BODY WITH ROLLER FAIR-LEAD THROUG BACK OF BODY. $520.00 Knapheide K VMAC-DTM70 VMAC DTM70 Air Compressor, with Filter Regulator Lubricator, 10 Gal Air Reciver, 3/4 NPTF Valve. ***Requires Ford F250-F550 6.7L Diesel w/ PTO Port.*** (AIR COMPRESSOR ONLY, SEE DTM70-H FOR COMPRESSOR & HYDRAULIC PUMP COMBO) $18,435.00 K VMAC-DTM70-H VMAC DTM70-H Air Compressor / Hydraulic System, with Filter Regulator Lubricator, 10 Gal Air Reciver, 3/4 NPTF Valve. (Includes PTO and choice of Hydraulic Pump) ***Requires Ford F250-F550 6.7L Diesel w/ PTO Port.***$21,005.00 K VA CONTRACTOR VANAIR 14HP KOHLER 5KW PEAK AC GENERATOR 4.2KW CONTINUOUS 20 CFM RECIPROCATING COMPRESSOR 30 GAL. AIR STORAGE 1.9 GAL. FUEL STORAGE BATTERY INCLUDED $8,215.00 K VA VIPER VANAIR VIPER 40/100 KOHLER w/5.2 GEN 120 VOLT, 40 ICFM @ 100 PSIG @ 3320 RPM 120 VOLT OPERATION ONLY. 20 AMP & 30 AMP OUTLETS.$17,655.00 K VIPER CONTROL Auxillary control panel, specify mounting location.$1,705.00 K HR50 Hose reel with 50' x 3/8'' air hose mounted on reinforced compartment top, specify mounting location.$1,190.00 SPECIALTY BODIES CONTAINER CARRIER K STEL 53036 Stellar container carrier includes: reservoir and valve bank for cable controls-96'' three section. power take off (PTO) Hydraulic pump, plastic fender assembly for use on chassis with 19.5'' Tires, 30k pintle hitch bumper assembly, FMVSS108 compliant light kit, backup alarm, and 7 & 4 wire trailer connector, pintle NOT included. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $53,165.00 K STEL ROT Upgrade to include rotator for Stellar Container Carrier.$27,110.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION MOBILE LUBE VEHICLE QT LUBE 11' TORKT Mini Lube Body 84” CA with Sherwin Williams Genesis Paint to Match Cab, Black Liner (Bottom of Body, Platform), Enclosed Reel Compartment 60”H with LED Lighting Rear Roll Up Door, (2) Underbody Boxes, (2) Side Cabinets 60” High with Shelves and LED Lighting, Filter Drain Box, Amber Strobe Mounted Top Reel Compartment, (6) LED Work Lights. (4) Rear, (1) Front Left Corner, (1) Front Right Corner, Factory Backup Camera Installed, HYDRAULICS: PTO Installed, Single Pump, 10 GPM, 40 Gal Hydraulic Tank, Return Filter, High Pressure Filter Installed After Pump, AIR SYSTEM: BOSS BA440 Hydraulic Reciprocating Compressor, (2) 10 Gal Air Tanks Mounted Under Body, Crimped Air Lines Lincoln Air Regulator (250psi Rated), Reelcraft 50’ ½” Air Reel, (1) 135 Gal Poly Tank, (3) 75 Gal Poly Tank, (4) Graco 5:1 Air Pumps Individually Regulated, (4) Reelcraft 50’ New, product Reels, (4) Graco Digital All Weather Nozzles (Rigid Nozzle Standard), SALVAGE: (1) 190 Gal Poly Tank, Graco Diaphragm Pump, Graco 4 Way Valve and Strainer, Reelcraft 35’ ¾” Suction Hose w/ Stinger. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). Requires 19.5k GVWR & PTO. $128,745.00 CUE'S CAMERA ROCKPORT-CUES-DRY ROCKPORT DRY BOX DESIGNED FOR CUES 16'L x 96''W x 84''H ALUMINUM SHEET & POST .040 ALUMINUM SIDEWALL, Z SHAPED GALVANIZED SIDE POSTS ON 16'' CENTERS 12'' ALUMINUM FRONT RADIUS, 5'' EXTRUDED ALUMINUM VERTICAL CORNERS 5'' TUBE SHAPE LONG SILLS, 3'' FORMED CHANNEL CROSSMEMBERS .032 ALUMINUM ONE PIECE ROOF, REAR MUD FLAPS RECESSED LED CLEARANCE LIGHTS, FLUSH REAR SILL WITH DRAIN TROUGH E- COATED REAR STRUCTURE, HIGH IMPACT FRONT RADIUS CORNERS REAR LED LIGHTS IN SIDE POSTS, FULL UNDERCOATING 3 YEAR 36,000 MILE LIMITED WARRANTY TRUE NOMINAL BODY LENGTH BEHIND SET BACK WALL REAR BACK-UP ALARM DELETE CARGO DOME LIGHT & SWITCHES. FLOOR CROSS MEMBERS ON 12'' CENTERS IN LIEU OF 16'', 3'' C- CHANNEL. PINE PLANK FLOOR IN LIEU OF HARDWOOD. REAR STRUCTURE - SPECIAL. VERTICAL POSTS EXTENDED TO MATCH LOWER SKIRTING, NO HOLES FOR R-UP LATCH OR RAMP. SPECIAL FULL WIDTH 12''D STEEL POOCHED REAR BUMPER, DIAMOND PLATE BACKSPLASH 17'' FROM TOP OF BUMPER TO TO TOP OF LOWER THRESHOLD/FLOOR. ROCKPORT FLAT FLOOR OR WHEELWELL UNIT. ''RESTRICTED OPTION'' ROOF BOWS ON 12'' CENTERS IN LIEU OF 24'' ALUMINUM TUBE ROOF REINFORCEMENT (AC UNIT OR ROOF VENT) FULL WIDTH FRP REAR SWING DOORS WITH CAM BAR LOCKS & SIDEWALL PROTECTION PLATES. FIBERGLASS INSULATION W/ ALUMINUM FRAME & KEMLITE LINER OVER INTERIOR PLYWOOD. REQUIRES RP0034 FRP DOORS. (02) ADDITIONAL REAR DOOR HINGES (04) PER DOOR. REQUIRES RP0034 FRP DOORS. STAINLESS STEEL CAM BAR HARDWARE & RODS IN LIU OF STANDARD. REQUIRES RP0034 FRP DOORS. # POLAR DELETE STANDARD PLYWOOD LINER DELETE STANDARD D-RINGS FREIGHT TO CUES IN ORLANDO, FL (Req's 19,500 GVWR Chassis with 120'' CA) ROCKPORT VAN AND TRUCK BODIES FORD DROP SHIP: 86O153 GM DROP SHIP: 300519 $16,945.00 CUES-F550-TVONLY CUES TV Only Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis with 16FT Cargo Box EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $260,955.00 CUES-F550-TVDUC CUES TV/DUC Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis or Box. $347,090.00 CUES-F550-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis. EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $402,840.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LIGHTNING LOADER PI TL3-BASE Petersen Industries TL3 with walk through lever controls, Heavy Duty swing motor, Single Cylinder Grapple, 60''Boom-Up warning light, HD Control Box (Horn, Engine Throttle, Engine Kill Tandem Hydraulic Pump), Petersen standard enamel paint for loader, 20' X 30' hardox steel, Barn Doors, Wire loom for body wiring, LED Body marker lights (15 total), ANSI Z245.1 Package, Outrigger pads, Outrigger HDHI LED strobes, (2) Frame Mounted toolboxes (18''x18''x48''), Dual LED strobes mounted on pedestal head, Work Lights, set of two, mounted on each side of pedestal head & (2) grill mounted amber strobes. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) - (Requires Cab Chassis with 168'' CA & 33,000 GVWR) $113,750.00 ROLLING STAR CONVERSIONS RS FIBER CONV FIBER SPLICING TRUCK BODYTRUCK BODY Standard - 140'' long x 92'' wideInterior height to be approx. 80'' over all height lowered 8''One-piece seamless FRP insulated composite wall constructioncustom low profile frame with aluminum plank floor. This option is needed to lower the overall height. Advantech or equivalent composite subfloor 12'' bottom skirt Full Width Rear Step Bumpe rInterior Walls, Ceiling, and Floor Finish 1” foam side-wall insulation 6” ceiling insulation - 80 - 84'' interior height Bright white gel coat interior and exterior wall finish rhino line over aluminum Entry Doors / Access Doors 1Single rear door, right hand hinge, flush latch - increase from standard 24'' W to a 32'' W doorNO WINDOW IN REAR DOOR 24 in. W side door, right hand hinge, flush latch, window in top half -2- 18”x18” lift up fiber cable access doors with 2”x 6” cable slot door with interior latch, opening outward 12V / 110V Electrica -1- 15.5 kW Onan Commercial/Industrial Gasoline Generator in integral compartment; installation includes insulated FRP construction, locking access door and automatic transfer switch and 12V deep cycle battery (assume fuel supply from truck fuel system )150 amp panel box, include main & circuit breakers 150-amp shore power outlet w/25' power cord -6- 110 volt 15 amp duplex outlets -2- 110 V GFI outlets w/weathertite box; one on rear exterior wall and one on curbside exterior rear -2- 24'' square led ceiling lights (flush mount) - THREE-WAY SWITCHED Progressive Dynamics 9200 Series ''Charge Wizard'' -1- 12 V 60-amp converter/charger system with 6-watt solar battery maintainer and deep cycle battery -2- 12 volt roof mounted strobe lights -2- 12 volt interior dome lights - THREE-WAY SWITCHED -2- Tecniq 12V LED Flood light, 9''x7'' surface mount on rear exterior w/interior wall switch; one on curbside centered and one on the rear upper left (streetside) corner -2- Tecniq 12V LED Porch lights - one at each entry door with individual switch at each door -1- ECCO 3410 Arrow light bar -4- 48'' Under-shelf task lights to be mounted below 12'' overhead shelves (additional costs listed in Cabinetry / Interior Storage section below) Heating and Air Conditioning and Ventilation -1- 12kbtu split ductless a/c unit mounted on front wall with guard -1- 12 volt powered roof vent with cover - thermostatically controlled with rain sensor) Cabinetry / Interior Storage -1- 24''D countertop, full length of streetside wall, laminate finish - BLACK LAMINATE -1- 24''D countertop, running from rear wall to just before entry door on curbside wall, laminate finish - BLACK LAMINATE -1- 12'' overhead shelf w/supports and under-shelf task lighting - two (2) 48'' LED strip lights - STREETSIDE -1- 12'' overhead shelf w/supports and under-shelf task lighting - two (2) 48'' LED strip lights - CURBSIDE -1- 24''D removable work surface with fold down leg & storage bracket - BLACK LAMINATE -1- American Van LUC-18 Lockable Cabinet 18''D x 22''H -3- American Van MED-10 Large Parts/Tools Drawer Units -4- 3/4'' Deep Drawers 4-Drawer unit -2- American Van MED30 Large Parts/Tools Drawer Units -4- 3/4'' Deep Drawers 2-Drawer unit 2American Van SED-20 Small Parts Drawer Units -2- 1/8'' Deep Drawers 4-Drawer unit -2- SETS of American Van flip open locking doors on overhead storage shelves - both sides (three on streetside and two on curbside)Misc. Equipment -1- Fire Extinguisher - 5 lbs. -1- First Aid Kit -1- Carbon monoxide detector / smoke detector -1- Radio coax jack, ''wiremold'' installation, includes 50 ohm (RG58AU or equivalent) coax cable connected to (1) roof mounted screw-on anteanna base. -1- Installation for truck leaf spring, generator side includes folding rear bumper aluminum bumper step. (Furnished and Installed by Rolling Star NY) Price includes transportation from NY to FL. $63,000.00 RS SWAT CONV Rolling Star SWAT Conversion for Transit Hi-Roof EL, unit specifications upfit to extra long high top ford transit insulated finish interior white glecoat frp. insulated bulk head wall for rear storage and generator compartment. Shelves beside generator and across the top of generator. Storage for 8 colt rifles curb side rear. insulated finish interior ceiling white glecoat frp. vinyl strip curtan for access to the rear countertop drivers side with file drawer under cushion bench with back lumbar custion support and storage under -2- 24''x 3' magnetic white boards over work station approx 114'' overhead cabinets open up doors and led strip under cabinet lighting -2- 4'' w desk top across rear bulk head wall with wall mount flat screen monitor desk will allow for end seats at the benches passengers side aprox 6' bench with storage under, 6u 20'' depth eia rack 110v system 5k onan commercial mobile generator mounted rear compartment with auto transfer switch, 12volt battery with converter charger, remote start and work station or drivers area. Uses vehicle fuel tank. 50 amp panel 25' detachable shore line -2- exterior gfi protected outlets -4- 110v duplex outlets at work station -1- quad outlet at eia rack -1- 13,500 btu low pro airconditioner -1- 1500 wat wall controlled forced air heaters. -1- 32'' flat screen monitor over rear desk hdmi vga cable to work station -12 volt -4- 17x6 led ceiling lights -2- exterior led scene light high intensity -1- maxx air roof vent remote control -2- rear storage led lights on door switch. And led rear area light -4- roof mount antenna bases run to work station -1- cell phone antenna -2- cat 6 lines to eia rack from work station and hdmi vga -1- digital clock. Price Includes Delivery from NY to FL. (Conversion completed by Rolling Star of New York) $105,285.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SOUTHERN SEWER SS DIAMONDBACK New Way Diamondback 8 yard rear loader refuse body 8 Cubic Yard Body Capacity Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back Up Alarm Light Bar ICC Lights and Reflectors Sight Gauge on Oil Tank Oil Pressure Gauge Quick Disconnect Pressure Port at Front Valve Chrome Cylinders Side Access Door Rear Vision Camera Driver Alert Buzzer Tailgate Ajar Indicator Riding Steps on Rear LED Body Lights Hot Shift PTO with Overspeed and Pump Halogen Work Lights Inside Upper Tailgate, Shining in Hopper Strobe Light Safety Shutdown Curbside Acrylic Urethane Enamel Single Color Paint 10 lb. Fire Extinguisher Triangle Kit Plastic Fenders 1 Year Body & Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 108” CA 50” After Frame 17,000 lb. GVWR, Tires must meet Florida DOT GVWR requirements Automatic Transmission (For use with Hot Shift PTO listed Above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $67,625.00 SS MAMBA New Way Mamba 8 yard side loader refuse body 8 Cubic Yard Body Capacity with Body Lift Hot Shift PTO with Overspeed and Pump Auto Lock Tailgate Back up Alarm LED Body Lights Halogen Work Lights in Hopper Strobe Light Manual Packing Controls Sight Gauge on Oil Tank Pressure Gauge Quick Connect Pressure Port at Front Valve Safety Shutdown Curbside & Streetside Acrylic Urethane Enamel Single Color Paint Chrome Cylinders Tailgate Ajar Indicator Rear Vision Camera System 10 lb. Fire Extinguisher Triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 108” CA 60” After Frame 18,000 lb. GVWR, Tires must meet Florida DOT GVWR Requirements Automatic Transmission (for use with Hot Shift PTO listed above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $78,405.00 SS VIPER 11YD New Way Viper 11 yard rear loader refuse body 11 Cubic Yard Body Capacity Hot Shift with Overspeed with Pump Pack On The Go Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back up Alarm LED Body Lights halogen Work Lights Inside Upper Tailgate Strobe Light Light Bar Sight Gauge on Oil Tank Oil Pressure Gauge Quick Connect Pressure Port at Front Valve Chrome Cylinders Side Access Door Driver Alert Buzzer Tailgate Ajar Indicator Riding Steps on Rear Shovel/Broom Rack, Mounted Street Side Tailgate Safety Shutdown Curbside Acrylic Urethane Enamel Single Color PaintRear Vision Camera System 10 lb. Fire Extinguisher Triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 102” CA 50” After Frame 27,500 lb. GVWR, Tires must meet Florida DOT GVWR requirements Automatic Transmission (For use with Hot Shift listed Above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $78,825.00 SS COBRA 20YD New Way Cobra 20 yard rear loader refuse body 20 Cubic Yard Body Capacity Hot Shift with Overspeed with Pump Pack On The Go Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back up Alarm LED Body Lights Halogen Work Lights Inside Upper Tailgate Strobe Light ICC Lights and Reflectors Light Bar Hydraulic Tank Temperature Gauge Right Side Hydraulic Tank Access Port Sight Gauge on Oil Tank Oil Pressure Gauge Chrome Cylinders Side Access Door Driver Alert Buzzer Safety Shutdown Curbside Tailgate Ajar Indicator Bolt On Steps On Rear Shovel/Broom Rack Mounted Street Side Tailgate Acrylic Urethane Enamel Single Color Paint Rear Vision Camera System 10 lb. Fire Extinguisher triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $89,350.00 BUS CONVERSIONS BUS25 25 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS , TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES, MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER, 5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE, BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND SIX SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT, L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, AISLE SIDE FLIP UP ARM RESTS, FREEDMAN DRIVERS SEAT WITH RH ARMRES, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, 82,000 BTU AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, FAST IDLE , EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER '' $64,175.00 DRY FREIGHT BOXES ACTION DRY FREIGHT ACCESSORIES AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 AF BUMP-FULL 14" Full Width Step Bumper $1,135.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 12' FRP BOX AF DRY 12 FRP J & B FRP 12' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,670.00 14' FRP BOX AF DRY 14 FRP J & B FRP 14' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,075.00 16' FRP BOX AF DRY 16 FRP J & B FRP 16' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,050.00 18' FRP BOX AF DRY 18 FRP J & B FRP 18' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,730.00 20' FRP BOX AF DRY 20 FRP J & B FRP 20' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $21,815.00 22' FRP BOX AF DRY 22 FRP J & B FRP 22' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $23,050.00 24' FRP BOX AF DRY 24 FRP J & B FRP 24' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $24,700.00 12' ALUMINUM BOX K DRY 12 AL KNAPHEIDE 12' Aluminum DRY FREIGHT 96''X84'' , Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,440.00 AF DRY 12 AL J & B Aluminum 12' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,950.00 14' ALUMINUM BOX K DRY 14 AL KNAPHEIDE 14' Aluminum 96''X84'' DRY FREIGHT, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,880.00 AF DRY 14 AL J & B Aluminum 14' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,965.00 16' ALUMINUM BOX K DRY 16 AL KNAPHEIDE 16' Aluminum 96''X84'' DRY FREIGHT, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,390.00 AF DRY 16 AL J & B Aluminum 16' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,120.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 18' ALUMINUM BOX K DRY 18 AL KNAPHEIDE 18' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,905.00 AF DRY 18 AL J & B Aluminum 18' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,665.00 20' ALUMINUM BOX K DRY 20 AL KNAPHEIDE 20' Aluminum 96''X96'' DRY Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,495.00 AF DRY 20 AL J & B Aluminum 20' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,655.00 22' ALUMINUM BOX K DRY 22 AL KNAPHEIDE 22' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,570.00 AF DRY 22 AL J & B Aluminum 22' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $21,885.00 24' ALUMINUM BOX K DRY 24 AL KNAPHEIDE 24' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,090.00 AF DRY 24 AL J & B Aluminum 24' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,920.00 26' ALUMINUM BOX K DRY 26 AL KNAPHEIDE 26' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,390.00 REFRIGERATION BODIES 16BOX-REEFER Thermo King HD 16' INSULATED BOX TRUCK WITH INT HEIGHT 86'' INT WIDTH 89'' EXTERIOR WIDTH 96'' INSULATION 3'' Insulation sides and ceiling, 4'' front wall and floor REAR DOOR Whiting Temp Guard 1-1/2'' medium temp overhead door FLOOR Aluminum Treadplate Floor, Welded Water Tight 4 Drains and kazoos 1 in each corner LONG SILLS 4” “I” Beam CROSSMEMBERS 3” “I” Beam on 12” centers LINING One piece seamless Kemlite, sides, front, ceiling ROOF .032 aluminum one piece EXTERIOR PANELS .040 Prepainted white aluminum, side posts on 16” centers REAR FRAME Galvanealed steel rear frame, painted white GRAB HANDLES Curbside & roadside SCUFF 24'' Aluminum Treadplate scuff sides and front LIGHTING (interior) One (1) LED Domelight with switch in rear LIGHTING (exterior) LED lighting package per FMVSS 108. CARGO CONTROL Two (2) Rows of E-Track sides only located__36___'' and___60___'' from floor to center of track. LIFTGATE Tommy Gate 89-20EA55 89'' X 55'' + 12'' Aluminum Platform Railgate *2,000lb Capacity *Liftgate will be welded to rear frame and painted INCLUDED OPTIONS Three (3) folding steps and grab handle, front roadside corner post Reece Receiver Tube, welded to ICC Bumper 7-Way Electric Plug, uninstalled customer to install Install Wire for door cutoff switch REINFORCE Bulkhead prepped for ThermoKing T-680 series. (Refrigeration unit not included) - (Requires 19,500lb GVWR chassis with 120''CA) $37,900.00 24BOX-REEFER Thermo King HD 24' Insulated T-890-50 truck with precise temperature control and ease of use and service. Added feature of Electric Standby for full electric operation. INCLUDES: New easier to operate T-Series “Premium” SR3 Controller, Telematics Ready, Recyclable Geloy Injected Molded Skins, Poly-V stretch belt with quiet channel technology, Tier 4 diesel engine, Robotic welded steel frame with automotive grade 2 coat paint finish, Liquid level fill alerts, 24’ Body Insulated Box, Thieman Stowaway 4,000 Liftgate, Installation, & Freight. (MEDIUM DUTY DIESEL CHASSIS REQUIRED $75,360.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AERIAL DEVICES ETI / PALFINGER ETI ETT29AN ETI - PALFINGER AERIAL DEVICE with 34' working height, 29' ground to bottom of bucket, 20'9'' side reach. Includes: Switch at lower controls wired to unit options, Emergency Power at basket, Lower controls assembly, includes lower control override, Electric Tool Circuit (110V) at bucket--NOTE—Wired to inverter to power this outlet, Bucket, 24 X 30 L/DOOR LH REC HDL, Two Inclinometers One centered in cab in view of driver One CS rear - right of Triple ID Light, Palfinger Aerial Body - Galvanneal Steel (108") painted white with standard shelving, master lockin system, PAB 42" Long Tailshelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tailshelf with a 8" x 17.5" wide opening. Access doors on both side with whale tail latches -keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV), Non-skid coating on compartment tops, load area walls and floor, tailshelf floor, and entry steps, back up alarm, 350 Lb Basket Capacity, 6 prong (pole) round trailer socket, Bucket Cover with foam insert for 24X30 bucket, Dimension 1800 Watt-Pure Sinewave Inverter w/One Battery,DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no interference, triangle Warning Kit, 2 Rubber Wheel Chocks, 8.5Wx10.5Lx5.75H, Cone Holder. (REQUIRES PTO PROVISION, 15K GVWR, 60'' CA). $76,965.00 ETI ETC 40IH ETI - PALFINGER AERIAL DEVICE with 44' 9" Working Height, 39' 9" Ground to Bottom of Bucket, 29' 6" Side Reach. Includes: Continuous rotation, fiberglass inner boom, Manual emergency lowering valve at bucket controls, Start/Stop at basket, 2-Speed Throttle at basket, Emergency Power at basket, Switch at lower controls wired to unit options, Non-Metallic 4-Function Single-Handle Control with Hydraulic Tool Circuit with flow divider and pressure relief, Bucket, 24 X 30 L/STEP RH CTRL, Two Inclinometers: One centered in cab in view of driver, One CS rear - right of Triple ID Light, PAB 36'' Long Tailshelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tailshelf with a 8'' x 17.5'' wide opening. Access doors on both side with whale tail latches - keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV), Paint body standard ETI White, Non-skid coating on compartment tops, load area walls and floor, tailshelf floor, and entry steps, 12'' Aluminum Grab Handle on rear of body on the curbside, Outrigger slot covers in the tailshelf area, Tailboard, Composite, Yellow, Drop-in, Backup Alarm, 6 prong (pole) round trailer socket, Bucket Cover with foam insert for 24X30 bucket, 24X30 Bucket Liner-polyethylene, DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no interference, Triangle Warning Kit, Cone Holder, Wheel chocks (2) with hair pin metal handle (REQUIRES PTO PROVISION, 15K GVWR, 60'' CA). $103,575.00 LIFT GATES Knapheide - Service Bodies K LG13-SB Maxon C2-54-1342 TP27 1300 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,310.00 K LG13-2PC-SB Maxon C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$4,480.00 K LG16-SB Maxon C2-54-1642 TP27 1600 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$4,590.00 K LG16-2PC-SB Maxon C2-54-1642 TP38 1600 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$4,835.00 K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00 Action - Service Body AF LG13-SB Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 27"+ 4" for Service Bodies $4,590.00 AF LG13-SB-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $4,875.00 AF LG16-SB Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 27"+ 4" for Service Bodies $5,155.00 AF LG16-SB-2PC Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $5,435.00 Premier - Service Body PTC LG13-SB Tommy Gate G2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,560.00 PTC LG13-2PC-SB Tommy Gate G2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $4,845.00 PTC LG16-SB Tommy Gate G2-54-1642 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,845.00 PTC LG16-2PC-SB Tommy Gate G2-54-1642 TP38 Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $5,135.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00 DVA - Service Body DVA LG13-SB Maxon C2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$3,840.00 DVA LG13-SB-2PC Maxon C2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$4,080.00 DVA LG16-SB Maxon C2-54-1542 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$3,840.00 DVA LG16-SB-2PC Maxon C2-54-1542 TP38Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$4,080.00 Premier - Flat Bed / Stake / Van Body PTC LG16-ST37-RG Tommy Gate 89-16 TP37 1600 lb Capacity 89'' x 37''+ 6''. Railgate style for Stake and Van Body Applications.$6,660.00 PTC LG20-ST37-RG Tommy Gate 89-20 TP37 2000 lb Capacity 89'' x 37''+ 6''. Railgate style for Stake and Van Body Applications.$6,800.00 PTC LG20-ST42-RG Tommy Gate 89-20 TP42 2000 lb Capacity 89'' x 42''+ 6''. Railgate style for Stake and Van Body Applications.$7,140.00 PTC LG30-ST36-RG Tommy Gate 89-30 TP36 3000 lb Capacity 89'' x 36''+ 12''. Railgate style for Stake and Van Body Applications.$9,720.00 PTC LG30-ST48-RG Tommy Gate 89-30 TP48 3000 lb Capacity 89'' x 48''+ 12''. Railgate style for Stake and Van Body Applications.$10,380.00 K LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00 PTC LG16-AL37-RG Tommy Gate G2-92-1650 EA37 1600 lb Capacity 87'' x 37''+ 6'' Aluminum Platform, for flatbed, & stake bodies $6,765.00 PTC LG16-AL41-RG Tommy Gate G2-92-1650 EA41 1600 lb Capacity 87'' x 41''+ 6'' Aluminum Platform, for flatbed, & stake bodies $7,265.00 PTC LG16-ST35-RG Tommy Gate G2-92-1650 TP35 1600 lb Capacity 87'' x 35''+ 6'', for flatbed, & stake bodies $5,580.00 PTC LG16-ST41-RG Tommy Gate G2-92-1650 TP41 1600 lb Capacity 87'' x 41''+ 6'', for flatbed, & stake bodies $6,100.00 ACTION - FLat Bed / Stake / Van Body AF LG16-STAKE-ST Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 87" x 41"+ 6" for Flatbed, Stake and Van Bodies $5,555.00 AF LG16-STAKE-AL Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 85" x 41"+ 6" Aluminum Platform for Flatbed, Stake and Van Bodies $5,895.00 AF LG20-RG Thieman Cable Drive Liftgate 2000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $7,520.00 AF LG30-RG Thieman Cable Drive Liftgate 3000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $8,625.00 Knapheide - Flat Bed / Stake / Van Bodies K LG16-AL37-RG Maxon C2-92-1650 EA37 1600 lb flat bed, stake and van body lift gate 87'' x 37''+ 6'' aluminum platform (includes duplicate STT lights).$6,630.00 K LG16-AL41-RG Maxon C2-92-1650 EA41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' aluminum platform (includes duplicate STT lights).$7,090.00 K LG16-ST35-RG Maxon C2-92-1650 TP35 1600 lb flat bed, stake and van body lift gate 87'' x 35''+ 6'' (includes duplicate STT lights).$5,680.00 K LG16-ST41-RG Maxon C2-92-1650 TP41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' (includes duplicate STT lights).$6,050.00 K LG12-ST36-RG Thieman TVL-125 1250 lb capacity rail gate 85'' x 36''+ 5'' (includes duplicate STT lights).$6,045.00 K LG16-ST36-RG Thieman TVL-16 1600 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$6,350.00 K LG20-ST36-RG Thieman TVL-20 36+5 2000 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$7,100.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K LG20-ST42-RG Thieman TVL-20 42+5 2000 lb capacity rail gate 90'' x 42''+ 5'' (includes duplicate STT lights).$7,390.00 K LG30-ST36-RG Thieman TVL-30 36+5 3000 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$8,245.00 K LG30-ST42-RG Thieman TVL-30 42+5 3000 lb capacity rail gate 90'' x 42''+ 5'' (includes duplicate STT lights).$8,520.00 K M-16 Theiman 1600 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$5,865.00 K M-16 W Theiman 1600 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$6,285.00 K M-20 Theiman 2000 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$5,995.00 K M-20 W Theiman 2000 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$6,415.00 K M-25 Theiman 2500 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$6,605.00 K M-25 W Theiman 2500 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$6,990.00 K M-30 Theiman 3000 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$7,475.00 K MLB-16 Theiman 1600 lb capacity cutaway tuckaway 72'' x32''+ 5'' (includes duplicate STT lights).$5,955.00 K MLB-16 W Theiman 1600 lb capacity cutaway tuckaway 72'' x 38'' Wedge (includes duplicate STT lights).$6,175.00 K MLB-20 Theiman 2000 lb capacity cutaway tuckaway 72'' x32''+ 5'' (includes duplicate STT lights).$6,085.00 K MLB-20 W Theiman 2000 lb capacity cutaway tuckaway 72'' x 38'' Wedge (includes duplicate STT lights).$6,240.00 Action - TuckAway AF LG16-TUCK Theiman Tuckaway Liftgate 1600 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$5,530.00 AF LG20-TUCK Theiman Tuckaway Liftgate 2000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$5,660.00 AF LG30-TUCK Theiman Tuckaway Liftgate 3000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$6,150.00 Premier - TuckAway PTC LG20-TUCK-W Dhollandia lift gate with 2,200lbs capacity, 38''+4'' x 79'' all aluminum platform, requires bed height minimum of: 37'' - 44'' (laden/unladen)$6,300.00 PTC LG25-TUCK-W Dhollandia lift gate with 2,500lbs capacity, 50'' x 85'' full aluminum platform, requires bed height minimum: 39'' - 51'' (laden/unladen).$6,700.00 ABG - Service Body ABG TG16-SB27 Tommy Gate G2-60-1642-TP 27, 1600 LB capacity, 27" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,570.00 ABG TG16-SB27AL Tommy Gate G2-60-1642-EA27, 1600 LB capacity, 27" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,520.00 ABG TG16-SB38 Tommy Gate G2-60-1642-TP38, 1600 LB capacity, 38" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,830.00 ABG TG16-SB38AL Tommy Gate G2-60-1642-EA38, 1600 LB capacity, 38" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,760.00 ABG TG16-SB42 Tommy Gate G2-60-1642-TP42, 1600 LB capacity, 42" platform, 7" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,945.00 ABG TG16-SB48AL Tommy Gate G2-60-1642-EA48, 1600 LB capacity, 48" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $6,470.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 9' Dual Rear Wheel Utility Bodies (Minimum 60'' CA) Knapheide K 6108J Knapheide 9' SRW utility body for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,700.00 K 6108DJ Knapheide 9' DRW utility body for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,310.00 K 6108DFJ Knapheide 9' DRW flip top utility body for 60'' CA (CHEVY NON-GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,775.00 K 6108D54J Knapheide 9' DRW Wide utility body 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,045.00 K 6108D54FJ Knapheide 9' DRW Wide utility body with Flip Tops 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,325.00 K MLS-6 Master locking system 6-door bodies $735.00 K RKE-6 Remote keyless entry 6-door bodies $1,625.00 K TH6 T-Handle Latches 6-door bodies $400.00 K NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$750.00 K GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$420.00 CE6K-3 (3/5)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 3'-5' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$6,990.00 CE6K-3 (4/7)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 4'-7' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$7,770.00 EC3200-LD Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $24,500.00 ET8KX-LD Venturo 3,200lb EH 8,000 ft. lb. crane with hydraulic elevation, hydraulic boom extension 6-10 ft, manual boom extension 10-14 ft, adj boom rest 13 - 19'', 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $25,345.00 Reading - DVA DVA SLU108ADW 9' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 60'' CA $11,740.00 DVA 108ADW 9' Reading Classic II DRW utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60'' CA dual rear wheel $12,470.00 DVA LM-98-108 Latch Matic Remote Locking System (installed at Reading)$1,500.00 DVA GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank. $435.00 Warner PTC WS2108-DRW Warner 9' DRW Powder Coated Utility Body for 60'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,810.00 PTC WS2108-DRW-FLIP Warner 9' DRW Powder Coated Utility Body for 60'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,745.00 PTC MLS6 Master Locking System for 6-door bodies.$810.00 PTC THDL6 T-Handle Latches for 6-door bodies.$750.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC-BROOKLYN-8/9 Brooklyn Bars for 8'-9' Body $1,165.00 PTC GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$750.00 PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,250.00 Reading - Action AF SLU108-DW 9' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,355.00 AF SLU108-DW-FTL 9' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,450.00 AF 108-SW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,190.00 AF 108-SW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,215.00 AF 108-DW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,260.00 AF 108-DW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,350.00 READING HD - Action AF 108ADW-HD 9' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.$17,195.00 CM Truck ABG SB9-DRW ABG 9' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $14,210.00 ABG MLS Master locking system, sliding for padlock, installed.$795.00 Stahl ABG STAHL9-DRW 9' Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,765.00 ABG STAHL9-R 9' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,250.00 ABG STAHL-WB Workbench bumper with 1200#/12000# hitch, full width storage compartment $3,505.00 ABG FTL-9DRW Pop top for 9 DRW Service Body, installed.$2,990.00 ABG MLS Master locking system, sliding for padlock, installed.$795.00 BRAND-FX ABG BFX9-DRW 9' Brand FX fiberglass service body for 60" CA chassis. Standard V pack configuration. Floor width 54", pack height 42", aluminum under structure, tread floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box. Full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $21,710.00 11' Dual Rear Wheel Utility Bodies (Minimum 84'' CA) Reading - DVA DVA SLU132ADW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 84'' CA $13,570.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DVA 132ADW 11' Reading Classic II DRW utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 84'' CA dual rear wheel $16,250.00 DVA LM RSV 132 Latch Matic Remote Locking System (installed at Reading) $2,000.00 DVA GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank. $435.00 DVA NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size) $375.00 Knapheide K 6132D54FJ Knapheide 11' DRW Wide utility body with Flip Tops 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,240.00 K 6132D54J Knapheide 11' DRW Wide utility body 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,900.00 K MLS-8 Master locking system 8-door bodies $910.00 K RKE-8 Remote keyless entry 8-door bodies $2,150.00 K TH8 T-Handle Latches 8-door bodies $685.00 K NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$750.00 K GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$420.00 EC3200-LD Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $24,500.00 ET8KX-LD Venturo 3,200lb EH 8,000 ft. lb. crane with hydraulic elevation, hydraulic boom extension 6-10 ft, manual boom extension 10-14 ft, adj boom rest 13 - 19'', 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $25,345.00 Reading - Action AF SLU132-DW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,160.00 AF SLU132-DW-FTL 11' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,130.00 AF 132-DW 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,520.00 AF 132-DW-FTL 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$20,485.00 Warner PTC WS2132 Warner 11' DRW Powder Coated Utility Body for 84'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,220.00 PTC WS132-FLIP Warner 11' DRW Powder Coated Utility Body for 84'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,805.00 PTC-BROOKLYN-11 Brooklyn Bars for 11' Body $1,240.00 PTC-MLS8 Master Lock System for 8-door body.$905.00 PTC THDL8 T-Handle Latches for 8-door bodies.$1,000.00 PTC GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$750.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,250.00 READING HD - Action AF 132ADW-HD 11' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$23,065.00 AF 150ABDW-HD 12.5' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 102" CA dual rear wheel. $28,310.00 Knapheide HD K 6127D-LCF-G Knapheide 11' DRW utility body for 86.5 CA Chevy Low Cab Forward GAS (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,900.00 K 6127D-LCF-D Knapheide 11' DRW utility body for 86.5 CA Chevy Low Cab Forward DIESEL(Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,120.00 K 6133HC Knapheide 11' DRW utility body for 84'' CA medium duty chassis. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,920.00 K KC127H2089-LCF Knapheide 11' DRW Enclosed service body body for 86.5 CA Chevy Low Cab Forward (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,710.00 K MLS-8 Master locking system 8-door bodies $910.00 K RKE-8 Remote keyless entry 8-door bodies $2,150.00 K TH8 T-Handle Latches 8-door bodies $685.00 CM Truck ABG SB11-DRW ABG 11' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $17,420.00 ABG FTL-9DRW Pop top for 9 DRW Service Body, installed.$2,990.00 ABG MLS Master locking system, sliding for padlock, installed.$795.00 BRAND-FX ABG BFX11-DRW 11' Brand FX fiberglass service body for 84" CA Chassis. Standard V pack configuration with floor width 54", pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box. Full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $24,115.00 Stahl ABG STAHL11-DRW 11' Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,620.00 ABG STAHL11-R 11' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper , powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,990.00 ABG STAHL-WB Workbench bumper with 1200#/12000# hitch, full width storage compartment $3,505.00 ABG FTL-11DRW Pop top for 11 DRW Service Body, installed.$3,630.00 ABG MLS Master locking system, sliding for padlock, installed.$795.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION COVERED UTILITY BODIES Knapheide KNAP KC108L2094 KNAPHEIDE 9' DRW Enclosed Body 107.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,310.00 KNAP KC108M2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,800.00 KNAP KC108H2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,285.00 KNAP KC132L2094 KNAPHEIDE 11' DRW Enclosed Body, 133.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,620.00 KNAP KC132M2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,110.00 KNAP KC132H2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,595.00 CRANE BODIES AND CRANES PALPRO PP PCB20-108-3216 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger PSC3216E crane. Includes 17'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Adjustable aluminum divider trays in compartments. Master Locking system installed, Zolatone AIM White coating inside compartments to top coated body, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 3216E telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat and crane tie down bolt kit, single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $58,600.00 PP PCB20-132-3216 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC3216E crane. Includes 17'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Adjustable aluminum divider trays in compartments, Master locking system installed, Zolatone AIM White coating inside compartments to top coated body, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 3216E telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $62,715.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB20-108-4025 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 17'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $68,715.00 PP PCB20-132-4025 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 17'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Zolatone AIM White coating inside compartments to top coated body, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $72,250.00 PP PCB39-108-5025 PALPRO PCB 39 Series 9’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” Top Plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 14,500 lb GVWR. $83,720.00 PP PCB39-132-5025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $85,610.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB39-132-6025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC6025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 6025E telescopic service crane; 38,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 6,000 Lb. vertical lift capacity, - 25 to +75 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $94,965.00 PP FLOOD LED flood light kit (two lights) - includes harnesses for up to 6 lights.$2,155.00 PP ADD LED-2 (2) ADDITIONAL LED LIGHTS, MOUNTED ON FRONT OF BODY FACING OUTWARD.$260.00 PP ADD LED-4 (4) ADDITIONAL LED WORK LIGHTS, (2) MOUNTED ON FRONT OF BODY TO ILLUMINATE CARGO AREA AND (2) MOUNTED AT FRONT OF BODY FACING OUT TO ILLUMINATE WORKING AREA.$525.00 PP CAB SHIELD Cab shield with 52'' rack height (measured top of headache rack to top of frame rail).$1,215.00 PP PP20 BUMPER UPGRADE 17'' TREAD PLATE BUMPER TO 21'' WORK BENCH BUMPER WITH THROUGH STORAGE AND VICE MOUNT PLATE.$5,530.00 PP BOOM-TIP LED WORK LIGHTS MOUNTED ON HORSE HEAD OF BOOM TO ILLUMINATE HANGING WORKING AREA.$1,590.00 PP WILTON-6.5 WILTON 6.5'' VICE MOUNTED TO VICE MOUNT PLATE (REQUIRES 21'' WORK BENCH BUMPER).$1,210.00 PP WILTON-8 WILTON 8'' VICE MOUNTED TO VICE MOUNT PLATE (REQUIRES 21'' WORK BENCH BUMPER).$1,560.00 PALPRO - Raised PP PCB20-108CS-4025 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 17'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $69,470.00 PP PCB20-132CS-4025 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 17'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Zolatone AIM White coating inside compartments to top coated body, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $72,720.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB39-108CS-5025 PALPRO PCB 39 Series 9’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” Top Plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 14,500 lb GVWR. $85,785.00 PP PCB39-132CS-5025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $89,355.00 PP PCB39-132CS-6025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC6025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system , Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 6025E telescopic service crane; 38,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 6,000 Lb. vertical lift capacity, - 25 to +75 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $89,500.00 PP PCB43-132CS-8029 PALPRO PCB 43 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC8029 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, load line block, white and black finish pain, adjustable aluminum divider trays in compartments, master locking system, roll out drawer combination-aluminum (Streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 19,500 lb GVWR. $113,565.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB43-132-8029 PALPRO PCB 43 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC8029 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, load line block, white and black finish pain, adjustable aluminum divider trays in compartments, master locking system, roll out drawer combination-aluminum (Streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 19,500 lb GVWR. $117,720.00 PP PCB72-132 - 10829 PALPRO PCB 72 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC10829 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard 52'' high right rear crane mounting compartment, double panel steel doors, gas door shocks, 14'' double panel tailgate, two (2) grab handles, 30” workbench bumper with through compartment, 5/16” plate work surface and recess for 30,000 lb pintle hitch with integrated 2'' hitch receiver tube 16,000 lb rated, a fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White white interior coating, understructure and bottom of compartments undercoated, Ultimate Bedliner on load space, tops, front panels, rear panels behind the outriggers and bumper to a top coated body, Palfinger model PSC 10829 telescopic mechanic field service crane; 62,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 10,800 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, line block, white and black finish paint Adjustable Aluminum divider trays in compartments, master locking system, roll out drawer combination - aluminum (streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, finish topcoat single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 25,999 lb GVWR. $125,885.00 PP FLOOD LED flood light kit (two lights) - includes harnesses for up to 6 lights.$2,155.00 PP ADD LED-2 (2) ADDITIONAL LED LIGHTS, MOUNTED ON FRONT OF BODY FACING OUTWARD.$260.00 PP ADD LED-4 (4) ADDITIONAL LED WORK LIGHTS, (2) MOUNTED ON FRONT OF BODY TO ILLUMINATE CARGO AREA AND (2) MOUNTED AT FRONT OF BODY FACING OUT TO ILLUMINATE WORKING AREA.$525.00 PP CAB SHIELD Cab shield with 52'' rack height (measured top of headache rack to top of frame rail).$1,215.00 PP PP20 BUMPER UPGRADE 17'' TREAD PLATE BUMPER TO 21'' WORK BENCH BUMPER WITH THROUGH STORAGE AND VICE MOUNT PLATE.$5,530.00 PP BOOM-TIP LED WORK LIGHTS MOUNTED ON HORSE HEAD OF BOOM TO ILLUMINATE HANGING WORKING AREA.$1,590.00 PP WILTON-6.5 WILTON 6.5'' VICE MOUNTED TO VICE MOUNT PLATE (REQUIRES 21'' WORK BENCH BUMPER).$1,210.00 PP WILTON-8 WILTON 8'' VICE MOUNTED TO VICE MOUNT PLATE (REQUIRES 21'' WORK BENCH BUMPER).$1,560.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION IMT QT DOM DSC20 Dominator DSC20: 11' medium duty galvannealed steel crane body with standard right rear crane mount, 21'' workbench bumper (Dominator style) with through compartment, 14'' deep, 1/8” thick deck plate step bumper with 2” hitch receiver tube rated at 2000 lb vertical tongue weight and 16,000 lb gross trailer eight. 7 blade trailer light plug receptacle. 44'' H x 22” D compartments, 24” above cargo bed constructed of 10 and 14 ga. material. Body offers 120.5 cubic feet of storage. Inverted A frame torsion box understructure. 14 ga. galvannealed, hemmed, seamless single panel steel doors, stainless steel hinges, pneumatic gas spring door retainers and cast steel black powder coated 3-point latches. Cargo bed is 50”W constructed of 1/8” deck plate and has six (6) recessed tie downs. Three point access package. Fully integrated and sealed electrical system incorporating an automotive style harness system with switch panel RR. Includes LED DOT stop, tail, turn, marker and backup body lights and backup alarm. Exterior primed, interior of compartments painted with IMT compartment coat and understructure undercoated. Molded rubber fender extensions and mudflaps. Crane body rating of 20,000 ft-lb for installation on 84'' CA, 13,700 lb GVW – 19,500 lb GVW Chassis. Includes: - Installation Kit for 11' body - 10'' fold down tailgate with single hand latch - Light kit - LED High Intensity -compartment Lights / (2) LED work lights - Install electrical harness on body - Additional Chassis Leaf Spring Kit - ICC Safety kit - Hydraulic installation kit for crane and compressor Crane Model 3203i telescopic mechanic field service crane: 12,000 ft/lb rating, 360 degree continuous power rotation, double-acting cylinders with integral holding and/or counterbalance valves, 12V DC electric control, decals, crane hook, snatch block, decals, and installation kit. One Hydraulic / One Manual Extension to 15'. Crane weight 635 lbs. Includes: - Single Proportional Radio Remove (Toggle Switches) Control - Boom Support. Level Spring Suspension, Crane Side. Will level within 2'' on empty truck. LV1: (2) standard 33.62'' Shelf Kit LV2: (2) Standard 17.5'' Shelf Kit LH: (1) Standard 49.75'' Shelf Kit LR: (2) Standard 25.75'' Shelf Kit RV1: (2) Divider Package. Oxy/Acet Bracket. Full Height Compartment Divider. (3) 17.5'' Shelves. RV2: (2) Standard 17.5'' Shelf Kit RH: (1) Standard 49.75'' Shelf Kit. Manual out (crane side), crank down (both sides) outriggers for DSC20 package. Paint Class: All Single Stage Shades of White Color: Paint Code: Body painted in house with Sherwin Williams products. Bedliner Standard Black Bedliner. Top of Sidepacks, inside of load space, top of work bench bumper. Warranty All new equipment comes with a one year parts and labor warranty. Mileage charges for on-site service are not covered. OEM warranties may extend longer than one year. All warranty repairs must be performed by QT Equipment unless written approval is obtained in advance. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). Requires 16k GVWR $59,620.00 QT DOM 1 DOMINATOR 1: IMT Series 3 Crane Body. Heavy duty galvannealed steel construction with standard right rear crane mount. 21'' workbench bumper with through compartment, 1/4 inch plate work surface and recess for pintle hitch and hitch receiver tube. Electrical system is fully integrated and sealed incorporating an automotive style harness system with power and function distribution box. Body Primed and Painted. Standard Paint unless otherwise stated is Sherwin Williams Genesis. Inside of compartments are painted with IMT compartment coating and understructure is undercoated. Crane body rating of 52,000 ft-lbs. CONFIGURATION: 11' Body with 44'' high compartments with raised right front first and second compartments to 60''. INCLUDED: - Body Installation Kit for 19,500 GVW Chassis - 10'' Fold Down Tailgate with single hand latch - Light Kit. LED High Intensity - Compartment Lights and (2) LED work lights - Install electrical harness - ICC Safety Kit IMT Model 7500 Series 3 Telescopic mechanic field service crane. 5 Sided Penta Boom design. Double acting cylinders with integral holding and/or counterbalance valves. Four section remote control valve. Proportional radio remote control. Planetary Winch boom mounted 60 ft/min. Flip sheave boom tip. Return filters, snatch block, anti-two-block device. Hydraulic overload shutdown system, decals and mounting kit. Crane is factory painted white with Axalta Imron Elite paint. Max Lift: 7,500 lbs. Max Reach: 22' Rotation: 400 Degrees INCLUDES: - Boom Support - Single Proportional Radio Remote (Toggle Switches) - LED Overload Indicator Lights - (1) Short and (1) Long Radio Elimination Cable. - LED Boom Tip Lights Compressor Boss BA440 Reciprocating Air Compressor. 40 CFM @ 100 PSI. 20 Gallon hotdog air tank kit. Reelcraft hose reel, 50' x 1/2''. 1/2'' Moisture Separator/Pressure Regulator/Oiler Hydraulics PTO, single stage pump, selector valve, 40 gallon hydraulic reservoir and return filter. (1) High pressure filter off the pump. Engine function module. Suspension Level Spring Suspension, Crane Side. Will level within 2'' on empty truck. Compartments LV1: (3) 3''H Divided Adj. shelf 19''x33.50'' (Includes 6 Dividers) LV2: (3) Standard Vertical 17.5'' Shelf LH: (1) Standard Horizontal 49.5'' Shelf LR: (3) Standard Vertical 25.5'' Shelf RV1: (1) Divider Package. Oxy/Acet Bracket. Full Height Compartment Divider. (3) 17.5'' Shelves. RV2: (3) Standard Vertical 17.5'' Shelf RH: (1) Standard Horizontal 49.5'' Shelf Outriggers Hydraulic down (both sides) and hydraulic out (crane side) rear outriggers for Dominator 1 package. Front outriggers. Paint Class: Single stage whites. Color: Paint Code: Body painted in house with Sherwin Williams products. Bedliner Standard: Black, Sherwin Williams polyurea applied to top of sidepacks, inside of load space and top of workbench bumper. Warranty All new equipment comes with a one year parts and labor warranty. Mileage charges for on-site service are not covered. OEM warranties may extend longer than one year. All warranty repairs must be performed by QT Equipment unless Written approval is obtained in advance. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). $112,580.00 VENTURO PTC VENTURO HT25 VLC Venturo HT25VLC 9' crane body with Integral reinforcement up to 25,000 ft. lbs.44'' compartment height, 50'' flat cargo floor, 22'' compartment depth, unistrut shelf strips, six HD tie downsthree point keyed alike ''T'' handle door locks, automotive weather-tight door seals, 1/8'' treadplate floor14ga. Tread-plate on all sides of cargo area and top of compartments, full undercoating, epoxy primerpainted white, D.O.T lights and reflectors, standard bumper, standard shelf pkg, manual outriggersVenturo HT25KX-P 5,000lbs.capacity 25,000ft. Lbs. proportional crane with 20' hydraulic boom, 25' corded remote, overload shut off, power rotation, PTO,tank, hoses, & oil. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $76,215.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC 24962-PH Add for Manual out/hydraulic down outriggers $6,525.00 PTC VENTURO HT45 VLC Venturo HT45VLC 11' crane body (84'' C/A) with Integral reinforcement up to 45,600 FT. LBS., 62” Tall-Extended Front CS Compartment, 50'' SS/44” CS compartment heights, 50'' flat cargo floor, 22'' compartment depth, unistrut shelf strips, six HD tie downsthree point keyed alike ''T'' handle door locks, automotive weather-tight door seals, 1/8'' treadplate floor1/8'' Tread-plate on all sides of cargo area and top of compartments, full undercoating, epoxy primerpainted white, D.O.T lights and reflectors, 23'' bumper, standard shelf pkg, manual outriggersVenturo HT40KX-P 6,000lbs.capacity 40,000ft. Lbs. proportional crane with 20' hydraulic boom, 25' corded remote, overload shut off, power rotation, PTO,tank, hoses, oil. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $98,760.00 PTC 25100-PHX-SL Add for full hydraulic outriggers $8,105.00 PTC-19WRKBMP Add for 19'' Work bench bumper with lockable storage $4,935.00 PTC-OXY-BGH Add for OXYGEN & ACETYLENE BOTTLE GAS HOLDERS.$700.00 Warner PTC WS2108 M DW CR Warner 9' Powder Coated Crane Reinforced Utility Body for up to 18,500 ft. lb. crane with standard shelving, crane reinforcement, manual outriggers, and 12'' work bench bumper. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,855.00 PTC WS2132 M DW CR Warner 11' Powder Coated Crane Reinforced Utility Body for up to 25,000 ft. lb. crane with standard shelving, crane reinforcement, manual outriggers, and 12'' work bench bumper. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $23,420.00 PTC GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$750.00 PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,250.00 PTC-ML Add for master lock system $1,695.00 PTC-OXY-BGH Add for OXYGEN & ACETYLENE BOTTLE GAS HOLDERS.$700.00 PTC-19WRKBMP Add for 19'' Work bench bumper with lockable storage $4,935.00 3,000LB CLASS PTC CE6K-3-BUMP 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes, Crane Side Spring Buildup, Jack leg, 50 amp circuit breaker, includes reinforced rear bumper for installation on service body bumper.$10,235.00 PTC CE6K-3-BED 2000lb Electric mast folding crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Includes, crane side spring buildup, jack leg, 50 amp circuit breaker includes bed reinforcing for installation in pickup bed.$10,235.00 PTC ET6K VENTURO E/H 2000lb Crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Hydraulic elevation/manual extension. Includes Adj 13 - 19'' boom rest, crane side spring buildup, jack leg, 150 amp circuit breaker (Requires SRW/DRW body with crane reinforcement or crane body). $18,975.00 PTC ET8KX 3200lb VENTURO E/H 8,000ft-lb rated crane with hydraulic boom extension 6 - 10 ft, manual boom extension 10 - 14 ft, adjustable boom rest 13 - 19'', crane side spring buildup, additional battery, and wired pendant remote (Requires Crane Body). $22,360.00 PTC ET12KX 3500lb VENTURO E/H 12,000 ft/lb rated crane with hydraulic boom extension 7 - 11 ft, manual boom extension 11 - 15 ft, adjustable boom rest 13 - 19'', crane side spring Buildup, 150 Amp circuit breaker, and wired pendant remote (Requires Crane Body). $22,995.00 PTC-EH-OUTRIGGER ADD FOR MANUAL OUT/HYDRAULIC DOWN OUTRIGGERS $7,905.00 4,000LB CLASS PTC ET16KX 4000lb VENTURO E/H 16,000 ft/lb rated crane with hydraulic boom extension 8 - 12 ft, manual boom extension 12 - 16 ft, adjustable boom rest 13 - 19'', crane side spring buildup, 150 amp circuit breaker, and wired pendant remote (Requires Crane Body). $25,470.00 PTC-EH-OUTRIGGER ADD FOR MANUAL OUT/HYDRAULIC DOWN OUTRIGGERS $7,905.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 5,000LB CLASS PTC ET25KX 5000lb VENTURO E/H 25,000 ft/lb rated crane with hydraulic boom extension 10 - 16 ft, manual boom extension 16 - 20 ft, adjustable boom rest 13 - 19'', crane side spring buildup, 150 amp circuit breaker, and wired pendant remote (Requires Crane Body). $31,340.00 PTC-EH-OUTRIGGER ADD FOR MANUAL OUT/HYDRAULIC DOWN OUTRIGGERS $7,905.00 Reading - Action AF CM9-4K Reading Classic 108" Crane Reinforced Utility Body, for cranes up to 4,000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $24,145.00 AF CM11-4K Reading Classic 132" Crane Reinforced Utility Body for 84" CA Chassis, Cranes up to 4000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension(Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $27,730.00 AF MM11-5K Reading Master Mechanic 225 Crane Body for Cranes up to 5000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension, 20" Workbench bumper with vise mount(Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $41,355.00 3,000LB CLASS AF 3200ST Stellar 3200 lb Electric Crane, includes boom rest $17,985.00 AF 3200LM Liftmoore 3600 lb Electric Crane, includes boom rest $19,385.00 5,000LB CLASS AF 5000ST Stellar 5000 lb Electric Hydraulic Crane Includes Boom Rest $24,630.00 Knapheide K 6108D54J-R Knapheide 9' DRW crane body for 16,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $19,535.00 K 6108DL-30J Knapheide 9' DRW crane body for 30,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $31,660.00 K 6108DLR-30J Knapheide 9' DRW crane body for 30,000 ft. lb. cranes with raised curbside front comparment. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $32,750.00 K 6132D54J-R Knapheide 11' DRW crane body for 16,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $22,545.00 K 6132DL-30J Knapheide 11' DRW crane body for 30,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $32,415.00 K 6132DLR-30J Knapheide 11' DRW crane body for 30,000 ft. lb. cranes with raised curbside front comparment. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $33,245.00 K 6132DLR-44J Knapheide 11' DRW crane body for 44,000 ft lb rated cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, raised front curbside compartmnt, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $42,390.00 K ADD BATT Additional battery with battery box, installed in crane compartment.$780.00 K BED REIN Bed reinforcement for mast crane.$1,140.00 K BUMP REIN Bumper reinforcement for mast crane.$1,140.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 3,000LB CLASS K EC3200-CC Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body). $19,180.00 K ET12KX-CC Venturo 3,500lb EH 12,000 ft. lb. crane with hydraulic boom extension 7 - 11 ft, manual boom extension 11 - 15 Ft, adj boom rest 13 - 19'', 150 Amp Circuit Breaker, single side spring build up, and additional battery in crane compartment. (Requires DRW Crane Body). $22,320.00 K EHC3-CC Auto Crane 3200lb EH 10,000 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body). $25,095.00 4,000LB CLASS K ET16KX-CC Venturo 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body). $24,755.00 K EC4000-CC Stellar 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body). $24,360.00 K ET18KX-CC Venturo 4500lb EH 18,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 Amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires Knapheide 30J Crane Body). $25,420.00 K 4004 EH-CC Auto Crane 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body). $26,165.00 5,000LB CLASS K ET25KX-CC Venturo 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 16 ft, manual extension 16 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body). $32,535.00 K EC5000-CC Stellar 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 15 ft, manual extension 15 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body). $26,915.00 K 5005EH-CC Auto Crane 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 15 ft, manual extension 15 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body). $33,075.00 6,000LB CLASS K EC6000-CC Stellar 6000lb EH 36,000 ft. lb. crane with hydraulic extension 11 - 16 ft, manual extension 16 - 21 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body). $29,775.00 K ET36KX-CC Venturo 6000lb EH 36,000 ft. lb. crane with hydraulic extension 10 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).$33,885.00 K 6006EH-CC Auto Crane 6000lb EH 36,000 ft. lb. crane with hydraulic extension 10 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).$35,750.00 KMT-1 K KMT-1 KMT-1 Mechanics truck 11' crane body with torq-isolator crane support system. Exclusive 12 stage K-coat protection, (6) recessed cargo tie-downs in floor - 6,000# capacity, LED stop/tail/turn lights and backuplights. 21'' work surface bumper with thru compartment, (2) rear steps, vise plate & 2''receiver tube. Welder mounting plate street side rear top compartment. Hydraulics: PTO, hydraulic pump for crane, hydraulic reservoir with guard. Master Locking System, Cab Protector, (4) halogenwork lights installed, hydraulic out/hydraulic outriggers and 97db audiblealarm included. 44'' high side packs and 60'' high right front vertical comp with 3-pt t-handles. 7 drawer unit 1st verticle compartment, Gas bottle retainer, vented top & bottom. (Ship To Quincey IL) $59,370.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K 7621 STELLAR 7621 crane with 7,500lb capacity @ 44,840 ft.lb. rating, double-acting cyclinders w/integral holding valves, boom support, wireless remote with back up pendant control $34,965.00 K SOB KMT Commercial grade spray-on bed liner applied to cargo floor, sides, compartment tops, bulkhead, tailgate & rear bumper. $1,710.00 K BOSS36 COMP Boss 36 CFM hydraulic compressor with Reelcraft 50'x1/2'' hose reel and roller fairlead through the righ rear compartment FLR system and underbody air tank included with compressor.$11,145.00 K BOSS-PTO Underdeck PTO driven Air compressor: Boss 10221, Reelcraft 50' by 1/2'' hose reel and roller fairlead thru right rear compartment with roller fair lead system.$22,940.00 KMT-2 K KMT-2 KMT-2 Mechanics truck 11' crane body with torq-isolator cranesupport system. Exclusive 12 stage K-coat protection, (6) recessed cargotie-downs in floor - 6,000# capacity, LED stop/tail/turn lights and backuplights. 24'' work surface bumper with thru compartment, vise plate &pintle mount plate (pintle not included). PTO, hydraulic pump for crane, hydraulic reservoir with guard. Master Locking System, Cab Protector, (4) halogenwork lights installed, hydraulic out/hydraulic outriggers and 97db audiblealarm included. 60'' high side packs with 3-pt T-handles. 7 drawerunit gas bottle retainer vented top & bottom. (Ship To Quincey IL) (MIN 26k GVWR). $66,290.00 K STELL 10621 STELLAR 10621 crane with 10,000lb capacity @ 70,000 ft.lb. rating, double-acting cyclinders w/integral holding valves, boom support, wireless remote with back up pendant control $39,670.00 K SOB KMT Commercial grade spray-on bed liner applied to cargo floor, sides, compartment tops, bulkhead, tailgate & rear bumper. $1,710.00 K BOSS36 COMP Boss 36 CFM hydraulic compressor with Reelcraft 50'x1/2'' hose reel and roller fairlead through the righ rear compartment FLR system and underbody air tank included with compressor.$11,145.00 K BOSS-PTO Underdeck PTO driven Air compressor: Boss 10221, Reelcraft 50' by 1/2'' hose reel and roller fairlead thru right rear compartment with roller fair lead system.$22,940.00 Stahl ABG STAHL9-4K 9' Stahl Challenger ST Crane body. Standard V Pack configuration, recessed circle, Workbench bumper with 1200#/12000# hitch, full width storage compartment , powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $22,045.00 ABG STAHL9-4K-R 9' Stahl Challenger ST Crane body. V Pack w/Oxy/Acet Cabinet w/holders, recessed circle, Workbench bumper with 1200#/12000# hitch, powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $24,115.00 ABG STAHL11-4K 11' Stahl Challenger ST Crane body. Standard V Pack configuration, recessed circle, Workbench bumper with 1200#/12000# hitch, full width storage compartment , powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $24,900.00 ABG STAHL11-4K-R 11' Stahl Challenger ST Crane body. V Pack w/Oxy/Acet Cabinet w/holders, recessed circle, Workbench bumper with 1200#/12000# hitch, powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $26,970.00 ABG T3216-E Tiger Model 3216 E Electric Crane. 3200 LB, 16 foot reach, 1 hydraulic, 1 manual extension, 22 FPM winch speed, 400 degree rotation. Auto rotating lights on crane tip to see block. Boom rest. HD outriggers $34,340.00 ABG STAHL11-5K-R 11' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper, powder coated universal white Crane reinforcement for 5K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,140.00 ABG T5032-E Tiger Model 5032 E Electric Crane. 5000 LB, 21 foot reach, 1 hydraulic extension, 40 FPM wire speed, 400 degree rotation. Auto rotating lights on crane tip to see block. Boom rest. HD outriggers. $37,855.00 GOOSENECK PLATFORM BODIES Premier PTC 9GN Norstar SR 9' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,825.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC 11GN Norstar SR 11' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,880.00 DEALER VEHICLE ACCESSORIES PU LIFT GATES DVA 9GOOSE CM Truck Beds 9' dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 60 CA.$8,400.00 DVA 11GOOSE CM Truck Beds 11' dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 84 CA.$9,000.00 Knapheide K PGTB-96 Knapheide 9' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,615.00 K PGTC-96 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,890.00 K PGTD-94 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,065.00 K PGTB-116 Knapheide 11' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,310.00 K PGTC-116 Knapheide 11' gooseneck body with rear hitch, two plugs, under body boxes and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,640.00 K PGTD-114 Knapheide 11' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.$20,080.00 CM Truck ABG CM-RD-GOOSE9-DRW CM RD Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,435.00 ABG CM-RD-MD-GOOSE9 CM RD Series 9' Gooseneck body for 60 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,170.00 ABG CM-SK-GOOSE9-DRW CM SK Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $12,920.00 ABG CM-SK-MD-GOOSE9 CM SK Series 9' Gooseneck body for 60 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,625.00 ABG CM-TM-GOOSE9-DRW CM TM Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $17,850.00 ABG CM-TM-MD-GOOSE9 CM TM Series 9' Gooseneck body for 60 CA GM MD DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $18,905.00 ABG CM-RD-GOOSE11- DRW CM RD Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,935.00 ABG CM-RD-MD- GOOSE11 CM RD Series 11' Gooseneck body for 84 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,550.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG CM-SK-GOOSE11-DRW CM SK Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,345.00 ABG CM-SK-MD-GOOSE11 CM SK Series 11' Gooseneck body for 84 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $14,450.00 ABG CM-TM-GOOSE11-DRW CM TM Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $19,625.00 ABG CM-TM-MD-GOOSE11 CM TM Series 11' Gooseneck body for 84 CA GM MD DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $20,010.00 LANDSCAPE BODIES Premier PTC 12+4 DOVE 12' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,850.00 PTC 14+4 DOVE 14' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,410.00 PTC 16+4 DOVE 16' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,865.00 PTC 6-DRING D-Rings (6)$275.00 PTC BLOW Blower rack holds one blower $165.00 PTC CHILL Water cooler holder for single 5gal cask $115.00 PTC DIG Shovel rack holds 5 shovels $280.00 PTC GOT-GAS Gas can rack holds single 5gal $135.00 PTC WEED Weedeater rack holds 3 trimmers $340.00 CONTRACTOR DUMP BODIES Premier PTC 1296SCB Premier 12' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,190.00 PTC 1496SCB Premier 14' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,085.00 PTC 1696SCB Premier 16' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$19,330.00 Knapheide K CONT-DUMP12 Knapheide 12' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $17,935.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K CONT-DUMP14 Knapheide 14' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 108'' CA $19,510.00 K CONT-DUMP16 Knapheide 16' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)req's 120'' CA $20,855.00 TRASH DUMP (42'' EXPANDED METAL SIDES) Action AF 942TD 9' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 16" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and Ground Control with Venco VC516-ED Single Acting Electric hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,850.00 AF 1042TD 10' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 16" Centers, 42" Solid Metal Sides, 42" Solid Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC516-ED, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,285.00 AF TD1242 12' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC516-ED, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,845.00 AF TD1442 14' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC520DA, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,745.00 AF BIGHD-LCF High headboard ( for Chevy LCF )$275.00 AF BIGHD-MD High headboard for Chevrolet Medium Duty.$155.00 DUMP BODIES Action AF DU-RGBY912 9' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,080.00 AF DU-RGBY916 9' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Domistec Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,410.00 AF DU-RGBY1112 11' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,665.00 AF DU-RGBY1116 11' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2)- 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Domistec Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,040.00 AF FDS UPGRADE RUGBY DUMP TO INCLUDE FOLD DOWN SIDE (PER SIDE).$1,285.00 AF ETS Upgrade to Electric Tarp System in lieu of semi-auto tarp.$2,040.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ACTION - MEDIUM DUTY AF DU-RGBY1057-MD 10' L X 96" W 5-7 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $22,995.00 AF DU-RGBY1068-MD 10' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $25,055.00 AF DU-RGBY1268-MD 12' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $25,115.00 AF COAL ADD COAL CHUTE TO MEDIUM DUTY DUMP $675.00 AF APRON ADD SPREADER APRON TO MEDIUM DUTY DUMP $440.00 Premier PTC DU913 9' Godwin 13'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,065.00 PTC DU918 9' Godwin 18'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,340.00 PTC DU10-5 10' Godwin 23'' Fixed sides, hydraulic hoist, includes ground control tarp including arm bars, 6'' cheater boards, rear gate, muncie PTO, pump, reservoir, plumbing, and fluid. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $26,350.00 PTC DU1113 11' Godwin 13'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,800.00 PTC DU1118 11' Godwin 18'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,480.00 PTC-ETS Electric Tarp System $2,765.00 PTC-MTR Manual Tarp Roller $1,000.00 PTC-SATR Semi automatic Manual Tarp Roller, includes arm and ground level crank $2,020.00 Knapheide K KDBF912B Knapheide 9' 2-3 YD 12'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $17,275.00 K KDBF916B Knapheide 9' 3-4 YD 16'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $17,700.00 K KDBF1112B Knapheide 11' 2-3 YD 12'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $17,915.00 K KDBF1116B Knapheide 11' 3-4 YD 16'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper.$18,480.00 K U S E-TARP Upgrade to Electric Tarp System.$1,320.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 9' Flat Beds Premier PTC 980SFB PREMIER 9' SRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,125.00 PTC 996SFB PREMIER 9' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,125.00 PTC AMUM9-STAKE 44'' Aluiminum stake sides for 9' flatbed.$2,435.00 CM Truck DVA 9FLAT CM Truck Beds 9' dual rear wheel wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 60 CA. $7,850.00 Knapheide K PVMXS-938C Knapheide 9' SRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$6,750.00 K PVMXS-93C Knapheide 9' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$6,875.00 K R4096-09 ADD stake sides to 9' flatbed $3,170.00 K VENTURO VC416SF-ES ADD electric hoist to 9' - 10' flatbed.$4,855.00 10' Flat Beds Premier PTC 1096SFB PREMIER 10' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,515.00 PTC AMUM10-STAKE 44'' Aluiminum stake sides for 10' flatbed $2,625.00 CM Truck DVA 10STAKE CM Truck Beds 10' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,810.00 Knapheide K PVMXS-103C Knapheide 10' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,100.00 K R4096-10 ADD stake sides to 10' flatbed $3,340.00 K VENTURO VC416SF-ES ADD electric hoist to 9' - 10' flatbed.$4,855.00 ABG FABRICATION ABG FLAT10-AL ABG Fabrication 10' X 8' Flatbed for 60 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $8,760.00 ABG FLAT10-ST ABG Fabrication 10' X 8' Flatbed for 60 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $8,760.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG HOIST-EH Convert any of the above to 30T electric over hydraulic dumping flatbed $3,965.00 11' Flat Beds CM Truck DVA 11FLAT CM Truck Beds 11' dual rear wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 84 CA. $7,850.00 12' Flat Beds Premier PTC 1296SFB PREMIER 12' DRW FLAT BED FOR 84'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $7,790.00 PTC ALUM12-STAKE 44'' Aluiminum stake sides for 12' flatbed $3,000.00 PTC VC516ES Venco Electric Hoist for 12' flatbed $4,250.00 CM Truck DVA 12STAKE CM Truck Beds12' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,810.00 Knapheide K FLAT12 Knapheide 12' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 84'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,580.00 K R4096-12 ADD stake sides to 12' flatbed $3,835.00 K VENTURO VC516SF-ES ADD electric hoist to 12' flatbed $5,340.00 ABG FABRICATION ABG FLAT12-AL ABG Fabrication 12' X 8' Flatbed for 84 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,655.00 ABG FLAT12-ST ABG Fabrication 12' X 8' Flatbed for 84 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,655.00 ABG HOIST-EH Convert any of the above to 30T electric over hydraulic dumping flatbed $3,965.00 14' Flat Beds Premier PTC 1496SFB PREMIER 14' DRW FLAT BED FOR 108'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,035.00 PTC ALUM14-STAKE 44'' Aluiminum stake sides for 14' flatbed $3,375.00 PTC VC520ES Venco Electric Hoist for 14' flatbed $4,615.00 CM Truck DVA 14STAKE CM Truck Beds 14' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $11,210.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Knapheide K FLAT14 Knapheide 14' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 108'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,920.00 K R4096-14 ADD stake sides to 14' flatbed $3,950.00 K VENTURO VC520SF-ES ADD electric hoist to 14' flatbed $5,600.00 ABG FABRICATION ABG FLAT14-ST ABG Fabrication 14' X 8' Flatbed for 120 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,215.00 ABG FLAT14-AL ABG Fabrication 14' X 8' Flatbed for 120 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,215.00 ABG HOIST-EH Convert any of the above to 30T electric over hydraulic dumping flatbed $3,965.00 16' Flat Beds Premier PTC 1696SFB PREMIER 16' DRW FLAT BED FOR 120'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $10,335.00 PTC ALUM16-STAKE 44'' Aluiminum stake sides for 16' flatbed $3,750.00 PTC VC620ES Venco Electric Hoist for 16' flatbed $5,655.00 CM Truck DVA 16STAKE CM Truck Beds 16' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $12,050.00 Knapheide K FLAT16 Knapheide 16' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 120'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,720.00 K R4096-16 ADD stake sides to 16' flatbed $4,070.00 K VENTURO VC620SF-ES ADD electric hoist to 16' flatbed $6,405.00 18' Flat Beds Premier PTC 1896SFB PREMIER 18' DRW FLAT BED FOR 132'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $11,600.00 PTC ALUM18-STAKE 44'' Aluiminum stake sides for 18' flatbed $4,125.00 CM Truck DVA 18STAKE CM Truck Beds 18' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $12,610.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 20' Flat Beds Premier PTC 2096SFB PREMIER 20' DRW FLAT BED FOR 144'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $12,890.00 PTC ALUM20-STAKE 44'' Aluiminum stake sides for 20' flatbed $4,500.00 22' Flat Beds Premier PTC 2296SFB PREMIER 22' DRW FLAT BED FOR 156'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,400.00 PTC ALUM22-STAKE 44'' Aluiminum stake sides for 22' flatbed $4,875.00 24' Flat Beds Premier PTC 2496SFB PREMIER 24' DRW FLAT BED FOR 168'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,975.00 PTC ALUM24-STAKE 44'' Aluiminum stake sides for 24' flatbed $5,250.00 CNG CONVERSION AE 2024 EPA approvals pending for all 2024 models.$0.00 CHASSIS chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CHEVY TAHOE / SUBURBAN KERR IND KTBDP-3PLUS-DRIVER KERR NIJ Level 3+ ballistic door panels for front driver sider only. Kerr Industries offers a full 3-year/36,000 mile warranty on all parts supplied and installed.$2,260.00 KTBDP-3PLUS-PASSENGER KERR NIJ Level 3+ ballistic door panels for front passenger sider only. Kerr Industries offers a full 3-year/36,000 mile warranty on all parts supplied and installed.$2,260.00 CONSOLES TP TAH-CON-OH TROY PRODUCTS overhead 7'' console to replace OEM dome light module for remote head controller only.$405.00 TP TAH-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,060.00 TP TAH-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 7'' slope / 9'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, and locking lidded file box with large leather pad that bolts to rear of wide-body console. $1,240.00 TP TAH-CON18 TROY PRODUCTS 18'' L-shaped sloped console with 7'' slope / 11'' level. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed. $1,010.00 TP TAH-WBCON18 TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed. $1,110.00 TP TAH-WBCON18-PRT TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level w/printer module in open storage area on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, and locking lidded file box with large leather pad that bolts to rear of wide-body console. $1,305.00 TP TAH-WBCON18-FB TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, and locking lidded file box with large leather pad that bolts to rear of wide-body console. No floorplate needed. $1,295.00 HAV TAH-CON20 Havis vehicle specific 20''L x 12.5''H console includes wing kit, track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,360.00 HAV TAH-CON23 Havis vehicle specific 23''L x 12.5''H console includes wing kit, track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,035.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$460.00 PARTITIONS TP TAH-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Tahoe / Suburban models.$1,505.00 TP TAH-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Tahoe / Suburban models.$1,480.00 TP TAH-CARGO-WIRE TROY PRODUCTS rear partition with square-hole pattern. Includes cargo side window panels. $955.00 TP TAH-CARGO-POLY TROY PRODUCTS rear partition with polycarbonate window. Includes cargo side window panels. $1,105.00 PG TAH-1/2CAGE Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side.$3,550.00 PG TAH-1/2CAGE-OSB Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side with officer safe seat belt.$3,935.00 PG TAH-PART Pro-Gard standard prisoner transport partition with lower extension panel.$1,400.00 SET TAH-12VS-WIRE Setina 12-VS rear partition - WIRE $965.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SET TAH-12VS-POLY Setina 12-VS rear partition - POLY $980.00 PG TAH-R-PART Pro-Gard space saver plus RESESSED panel prisoner transport partition with lower extension panels $1,535.00 PG TAH-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$875.00 PG TAH-CARGO-WIRE Pro-Gard steel wire cargo barrier with filler panels.$875.00 SET TAH-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$1,880.00 SET TAH-R-PART-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,415.00 SET TAH-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,415.00 SET TAH-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,580.00 SEATS & CAGES TP TAH-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and cargo window side panels.$2,345.00 TP TAH-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with square-hole pattern cargo window side panels.$2,395.00 TP TAH-1/2CAGE TROY PRODUCTS Tahoe single-cell with poly front window, kick panel w/ foot pocket, poly divider with removable panel, plastic seat with OS seatbelts, rear partition square-hole pattern with side panels.$3,160.00 TP TAH-CGP TROY PRODUCTS Chevy Tahoe rear partition airbag corridor gap panels, driver and passenger sides.$250.00 TP TAH-HATCH TROY PRODUCTS rear cargo door square-hole window guard.$295.00 TP TAH-SWB TROY PRODUCTS driver & passenger side vertical, welded-bar window guards. $455.00 TP TAH-DP TROY PRODUCTS driver and passenger side door panel set, 2021 Tahoe.$415.00 PG TAH-SEAT-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier.$1,995.00 PG TAH-SEAT-OSB-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier including officer safe seat belts.$2,570.00 SET TAH-SEAT Setina full replacement transport seat TPO plastic with center pull belts (rear cargo screen NOT included)$1,605.00 SET TAH-SEAT-wDEL Setina full replacement transport seat TPO plastic with center pull belts (rear cargo screen NOT included) for vehicles ordered with factory rear seat delete.$1,800.00 SET TAH-DOOR Setina TPO door panel.$530.00 SET TAH-DOOR-AL Setina replacement door panel VS-Aluminum.$415.00 PG TAH-DOOR-ABS Pro-Gard ABS door panels.$345.00 PG TAH-SWB-OEM Pro-Gard steel window bars for use with O.E.M. door panels only.$470.00 SET TAH-SWB Setina VERTICAL window armor bars.$540.00 COMPUTER STANDS AND CRADLES TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$440.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$575.00 TP TAH-COMP-SL TROY PRODUCTS passenger seat mount computer stand with slide arm for docking station, 2021 Tahoe (CRADLE SOLD SEPARATELY).$880.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 HAV TAH-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,070.00 HAV TAH-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$810.00 SET UT-1001 Havis universal laptop tray.$335.00 PUSH BUMPERS WESTIN PB TAH Westin Elite XD push bumper for Tahoe/Suburban 2021+.$1,025.00 WESTIN PB2L TAH Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel (Lights purchased separately).$1,075.00 WESTIN PB2L-PB TAH Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel & pit bars(Lights purchased separately).$1,785.00 SET TAH-PB400 Setina PB400 push bumper, Tahoe.$915.00 SET TAH-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,495.00 SET TAH-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,765.00 PG TAH-PB Pro-Gard HD Tahoe push bumper.$805.00 GUN BOXES TP TAH-VAULT TROY PRODUCTS TAHOE storage vault, 44''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.$1,900.00 TP TAH-COMMAND TROY PRODUCTS TAHOE command post 44''Wx22''Lx17''H, includes storage drawers, full size map drawer & radio mounting area with cargo mounting platform.$6,730.00 TP TAH-RDECK TROY PRODUCTS Tahoe horizontal cargo deck with adjustable divider, bolts to Tahoe rear cages.$730.00 TP TAH-CARGODECK-SS TROY PRODUCTS Tahoe rear cargo deck storage system with easy-deploy Stop-Stick compartment, slide-out storage drawer, slide-out electronics tray, storage tray and side cubbies.$2,850.00 AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,855.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,300.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,125.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$315.00 SET TAH-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,025.00 SET TAH-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,235.00 SET TAH-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$375.00 FREE STANDING GUN MOUNT SET TAH-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$460.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CHEVY SILVERADO CONSOLES TP SILV-CON16 TROY PRODUCTS 16'' L-Shaped console with 7''slope / 11'' level faceplate area for non-floor shift models. Includes floorplate and standard faceplates. Includes 4'' dual cup internal beverage holder. 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $975.00 TP SILV-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & long external map book locking lidded storage box; 13.25'' W x 13.8'' L x 11'' H (Includes leather pad). $1,360.00 TP SILV-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,125.00 TP SILV-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level faceplate area and open storage on side of console. For non-floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,145.00 TP SILV-CON-OH TROY PRODUCTS overhead 4'' console to replace OEM dome light module for remote head controller only.$410.00 HAV SILV-CON18 Havis 18''L x 10''H console includes track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,070.00 HAV SILV-CON30 Havis 30''L x 10''H console includes track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,180.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$460.00 PARTITIONS TP SILV-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for Silverado 1500 models.$1,425.00 TP SILV-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for Silverado 1500 models.$1,400.00 SET SILV-1/2CAGE Setina 6VS single prisoner transport with coated polycarbonate partition $1,940.00 SET SILV-PART-10VS Setina 10VS Prisoner cage C uncoated polycarbonate with vinyl coated expanded metal window security screen and lower extension panels.$1,415.00 SET SILV-R-PART-10VS Setina 10VS prisoner cage C RECESSED panel uncoated polycarbonate with expanded metal window cover and lower extension panels.$1,580.00 PG SILV-R-PART Pro-Gard RESESSED panel prisoner partition with poly center slider window and expanded metal insert.$1,535.00 PG SILV-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,460.00 SEATS & CAGES TP SILV-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$575.00 SET SILV-DOOR Setina replacement door panels.$415.00 PG SILV-DOOR Pro-Gard door panels $320.00 PG SILV-SWB Pro-Gard window armor bars.$470.00 SET SILV-SWB Setina vertical window armor bars for use with setina door panels.$540.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION COMPUTER STANDS AND CRADLES TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$440.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$575.00 TP SILV-COMP-SA TROY PRODUCTS 2019+ Silverado stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$655.00 TP SILV-COMP-SL TROY PRODUCTS 2019+ Silverado stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$805.00 HAV SILV-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$965.00 SET UT-1001 Havis universal laptop tray.$335.00 PUSH BUMPERS SET SILV-PB Setina - Push Bumper $915.00 SET SILV-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,090.00 SET SILV-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,765.00 PG SILV-PB Pro-gard - Push Bumper $805.00 GUN BOXES TP SILV-USGB TROY PRODUCTS SLIVERADO 1500 under seat flip up lid gun box with mounting brackets (fits under rear fold up seat).$1,135.00 FREE STANDING GUN MOUNT SET SILV-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$565.00 DODGE DURANGO CONSOLES TP DUR-CON18 TROY PRODUCTS 18'' non-floor-shift console, Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate with (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,095.00 TP DUR-AWD-RELOCATE 2'' faceplate to relocate the OEM AWD module (For AWD models only).$0.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$440.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$575.00 TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 HAV DUR-CON20 Havis 20''L x 10''H vehicle specific console includes mounting, side mount arm rest, (2) DC power outlets, (2) cup holders, and necessary blanks.$1,465.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$460.00 PARTITIONS TP DUR-PART-SLIDE-WIRE TROY PRODUCTS spacemaker partition with sliding window & square hole punched bracket. Includes mounting kit & Partition kick panels with big-foot pockets.$1,590.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP DUR-CARGO-WIRE TROY PRODUCTS Durango rear partition w/square-hole main window & cargo window side panels. $730.00 SET DUR-12VS-WIRE Setina 12VS 2nd row partition - WIRE $935.00 SET DUR-12VS-POLY Setina 12VS 2nd row partition - POLY $930.00 SET DUR-PART-10VS Setina 10VS C prisoner cage uncoated polycarbonate with expanded metal window security screen.$1,415.00 SET DUR-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,580.00 PG DUR-R-PART Pro-gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,535.00 PG DUR-CARGO-POLY Pro-gard - ¼'' poly cargo barrier with filler panels.$875.00 PG DUR-CARGO-WIRE Pro-Gard 7 gauge steel wire cargo barrier with filler panels.$875.00 SEATS & CAGES SET DUR-SEAT Setina full replacement with stock seat belts (This is a seat cover, not a replacement )$1,225.00 TP DUR-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole main window and cargo window side panels.$2,320.00 TP DUR-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with square-hole cargo window side panels.$2,415.00 TP DUR-HATCH TROY PRODUCTS rear cargo door square-hole window guard.$285.00 TP DUR-SWB TROY PRODUCTS Durango driver/passenger side vertical bar window guards.$405.00 SET DUR-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$1,880.00 PG DUR-SEAT-POLY Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' poly window cargo barrier and outboard seat belts.$2,570.00 PG DUR-SEAT-WIRE Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' steel screen window cargo barrier and outboard seat belts.$2,400.00 SET DOOR-COVER Setina S TPO black plastic door panels, installs over OEM door panels.$520.00 PG DUR- FLOOR-PAN Pro-gard charcoal grey ABS floor pan $450.00 PG PWB Pro-Gard poly window bars (for use with O.E.M. door panels only)$470.00 SET DUR-SWB Setina VS steel vertical window barriers. Compatible with stock & TPO door panels.$530.00 COMPUTER STANDS AND CRADLES HAV DUR-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$835.00 HAV DUR-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$510.00 SET UT-1001 Havis universal laptop tray.$335.00 PUSH BUMPERS SET DUR-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,495.00 SET DUR-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,765.00 PG DUR-PB Pro-Gard push bumper.$805.00 GUN BOXES TP DUR-VAULT TROY PRODUCTS DURANGO storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.$1,830.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP DUR-VAULT-TILT TROY PRODUCTS DURANGO storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, & tilt-up cargo mount system.$2,495.00 AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,855.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,300.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$315.00 SET DUR-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,025.00 SET DUR-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,235.00 SET DUR-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$235.00 FREE STANDING GUN MOUNT SET DUR-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$460.00 DODGE CHARGER CONSOLES TP CHA-CON18 TROY PRODUCTS 18'' vehicle specific console with 7'' angled slope & 11'' level surface. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate with (2) DC outlets & (1) dual-port USB module & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,040.00 TP CHA-CON22 TROY PRODUCTS 22'' level console. Includes faceplates, 4'' dual cup internal beverage holder 4'' shallow console tray, 2'' face plate pre-punched w/ holes for (2) DC outlets & (1) dual-port USB module & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $920.00 HAV CHA-CON17 Havis 17''L x 10''H console includes mounting, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$920.00 HAV CHA-CON24 Havis 24''L x 10''H console includes mounting, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$920.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$460.00 PARTITIONS TP CHA-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Charger.$1,495.00 TP CHA-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel, Includes mounting kit & partition kick panels with big foot pockets for Charger.$1,470.00 PG CHA-1/2CAGE Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side.$3,105.00 PG CHA-1/2CAGE-OSB Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side with officer safe seat belt.$3,300.00 PG CHA-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,400.00 PG CHA-PART-RECESS Pro-gard space saver plus RECESSED panel prisoner transport partition with lower extension panels $1,535.00 SET CHA 1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate window with OEM seat.$1,855.00 SEATS & CAGES TP CHA-SEAT TROY PRODUCTS rear plastic seat with Officer-Safe seat belt system.$1,085.00 TP CHA-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $400.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SET CHA-SEAT-FULL Setina full replacement transport seat TPO plastic with center pull belts.$1,440.00 PG CHA-SEAT-STR Pro-gard charcoal grey ABS standard prisoner seat (features straight back) and outboard seat belts.$1,270.00 PG CHA-SEAT-CONT Pro-gard charcoal grey ABS contoured prisoner seat (features contoured, padded back) and outboard seat belts.$1,270.00 SET CHA-DP Setina door panels.$530.00 PG CHA-DOOR-ABS Pro-gard ABS door panels.$345.00 PG CHA-FLOOR-PAN Pro-gard charcoal grey ABS floor pan.$505.00 SET CHA-PART-8VS Setina 8VS prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,175.00 SET CHA-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,370.00 SET CHA-PART-RECESS-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,415.00 SET CHA-PART-RECESS- 10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,570.00 SET CHA-FLOOR-PAN Setina TPO plastic floor pan $545.00 PG CHA-SWB Pro-gard steel window bars (for use with O.E.M. door panels only)$470.00 SET CHA-SWB Setina window armor bars.$480.00 COMPUTER STANDS AND CRADLES TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$440.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$575.00 TP CHA-COMP-SL TROY PRODUCTS 2011+ Charger stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$740.00 TP CHA-COMP-SA TROY PRODUCTS 2011+ Charger stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$610.00 TP CHA-ELEC-TRAY TROY PRODUCTS flip-down wheel well electronics tray. $340.00 HAV CHA-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$940.00 HAV CHA-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$685.00 SET UT-1001 Havis universal laptop tray.$335.00 SET CHA-TRAY Setina aluminum electronics trunk tray.$800.00 PUSH BUMPERS WESTIN PB CHA Westin Elite push bumper for Charger Police 2015+.$675.00 WESTIN PB2L CHA Westin Elite push bumper for Charger Police 2015+ with two light channel (lights purchased separately).$730.00 WESTIN PB2L-PB CHA Westin Elite push bumper for Charger Police 2015+ with two light channel & pit bars (lights purchased separately).$1,595.00 SET CHA-PB Setina push bumper.$870.00 SET CHA-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,400.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SET CHA-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,590.00 PG CHA-PUSH Pro-gard HD Charger push bumper.$770.00 FREE STANDING GUN MOUNT SET CHA-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$460.00 DODGE RAM CONSOLES TP RAM-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $945.00 TP RAM-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope/8'' level faceplate area and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,125.00 TP RAM-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking Lidded file box that bolts to the rear of wide-body console with large leather pad. $1,315.00 HAV RAM-CON22 Havis vehicle specific 22''L x 10''H console includes (2) 12V outlets, USB/AUX relocation plate, (1) built in accessory pocket, (2) cupholders, side mount arm rest, and necessary blanks.$1,180.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$460.00 PARTITIONS TP RAM-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for RAM pickups.$1,465.00 TP RAM-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for RAM pickups.$1,435.00 SET RAM-1/2CAGE-CREW Setina 6VS single prisoner partition coated polycarbonate partition for RAM crew cab.$3,335.00 SET RAM-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,415.00 SET RAM-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,580.00 PG RAM-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,535.00 SEATS & CAGES TP RAM-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$555.00 SET RAM-DOOR Setina door panels.$425.00 PG RAM-SWB Pro-Gard steel window bars (for use with O.E.M. door panels only).$460.00 SET RAM-SWB-CREW Setina VS steel vertical crew cab window barrier compatible with stock door panels. $560.00 SET RAM-SWB-QUAD Setina VS steel vertical quad cab window barrier compatible with stock door panels. $560.00 COMPUTER STANDS AND CRADLES TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$440.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$575.00 TP RAM-COMP-SL TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$780.00 TP RAM-COMP-SA TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$655.00 HAV RAM-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$970.00 HAV RAM-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$715.00 SET UT-1001 Havis universal laptop tray.$335.00 PUSH BUMPERS SET RAM-PB Setina push bumper.$915.00 SET RAM-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,495.00 SET RAM-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,765.00 PG RAM-PB Pro-Gard push bumper.$865.00 FREE STANDING GUN MOUNT SET RAM-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$470.00 FORD INTERCEPTOR UTILITY CONSOLES TP PIU-CON18 TROY PRODUCTS 18'' L-shaped console with 10'' slope / 8'' level with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $985.00 TP PIU-CON22 TROY PRODUCTS 22'' all-level console with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $935.00 TP PIU-CON-OH TROY PRODUCTS 2020+ PI Utility Overhead 4''Console - mounts siren control and radio remote head.$490.00 HAV PIU-CON14 Havis 14''L x 6.5H vehicle specific console includes (3) 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$800.00 HAV PIU-CON22 Havis 22''L sloped vehicle specific console includes OEM USB and lighter plug relocation cutout, OEM parking brake relocation cutout, (2) additional 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$960.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$460.00 AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,855.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,300.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00 PARTITIONS TP PIU-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Interceptor Utility.$1,490.00 TP PART-SLIDE-UV TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel, Includes mounting kit & partition kick panels with big foot pockets for Interceptor Utility.$1,460.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP TAH-ELEC-BOX TROY PRODUCTS 30.5'' electronics box with hinged lid, mounted to back of partition for use with NO vault.$500.00 TP PIU-CARGO-WIRE TROY PRODUCTS rear partition, square-hole main window with square-hole cargo window guards. $695.00 TP PIU-CARGO-POLY TROY PRODUCTS rear partition, poly main window and square-hole cargo window side panels.$765.00 PG PIU-1/2CAGE Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, and lower extension panels.$3,560.00 PG PIU-1/2CAGE-OSB Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, lower extension panels, and officer safe belts.$3,945.00 PG PIU-PART Pro-Gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,400.00 SET PIU-PART-8VS Setina 8VS prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,265.00 SET PIU-12VS-WIRE Setina - 12-VS rear partition - WIRE $965.00 SET PIU-12VS-POLY Setina - 12-VS rear partition - POLY $975.00 SET PIU-R-PART-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,415.00 SET PIU-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,415.00 SET PIU-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,580.00 PG PIU-R-PART Pro-Gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,535.00 PG PIU-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$875.00 PG PIU-CARGO-WIRE Pro-Gard ¼'' 7 Ga. Steel wire rear cargo barrier with filler panels.$875.00 SET PIU-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$1,940.00 SEATS & CAGES TP PIU-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and cargo window side panels. $2,255.00 TP PIU-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with poly main window and cargo window side panels.$2,355.00 TP PIU-CGP TROY PRODUCTS PI Utility rear partition airbag corridor gap panels, driver and passenger sides.$90.00 TP PIU-1/2CAGE TROY PRODUCTS PI Utility single-cell with poly window; half cage, kick panel w/ foot pocket, with removable panel , center seat floor plate, plastic seat with OS seatbelt system, rear partition square-hole pattern with side panels.$2,930.00 TP PIU-RDECK TROY PRODUCTS PI Utility horizontal cargo deck with adjustable divider, bolts to PI Utility rear cages.$715.00 TP PIU-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $400.00 TP PIU-DP-SET TROY PRODUCTS DRIVER AND PASSENGER DOOR PANEL SET.$445.00 SET PIU-SEAT-WIRE Setina full replacement transport seat TPO plastic with center pull belts and wire mesh cargo barrier.$2,265.00 PG PIU-SEAT-POLY Pro-gard standard prisoner transport seat with ¼'' poly. window cargo barrier & seat.$2,175.00 PG PIU-SEAT-WIRE Pro-gard standard prisoner transport seat with 7 Ga. Steel screen window cargo barrier & seat.$2,175.00 SET PIU-DOOR Setina TPO door panel.$520.00 PG PIU-SWB Pro-Gard -steel window Bars, for use with O.E.M. door panels only.$470.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SET PIU-SWB Setina VERTICAL window armor bars.$530.00 PG PIU-DISABLE Pro-Gard 2020+ Police Interceptor Utility rear door / window disable kit (block off plates).$130.00 PG PIU-FLOOR-PAN Pro-Gard charcoal grey ABS floor.$505.00 TP PIU-DR-PLT TROY PRODUCTS passenger door handle cover set. $160.00 COMPUTER STANDS AND CRADLES TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$440.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$575.00 TP PIU-COMP-SA TROY PRODUCTS 2020+ Interceptor Utility stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$625.00 TP PIU-COMP-SL TROY PRODUCTS 2020+ Interceptor Utility stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$770.00 SET UT-1001 Havis universal laptop tray.$335.00 HAV PIU-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$945.00 HAV PIU-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$690.00 PUSH BUMPERS WESTIN PB PIU Westin Elite push bumper for Interceptor Utility 2020+.$800.00 WESTIN PB2L PIU Westin Elite push bumper for Interceptor Utility 2020+ with two light channel (lights purchased separately).$850.00 WESTIN PB2L-PB PIU Westin Elite push bumper for Interceptor Utility 2020+ with two light channel & pit bars (lights purchased separately).$1,555.00 SET PIU-PB400 Setina PB400 VS aluminum push bumper.$915.00 SET PIU-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,495.00 SET PIU-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,765.00 PG PIU-PB Pro-Gard HD push bumper.$890.00 GUN BOXES TP PIU-VAULT TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.$1,830.00 TP PIU-VAULT-SL-ELE TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, with slide out electronics tray with guard fence.$2,225.00 TP PIU-VAULT-ELEV TROY PRODUCTS elevated storage vault, 48''Wx24''Lx8H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. Elevated design allows access to spare tire.$1,890.00 TP TAH-VAULT-TILT-ELE TROY PRODUCTS TAHOE storage vault, 44''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor with tilt-up cargo mount including electronics tray.$2,680.00 TP PIU-VAULT-TILT TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor & tilt-up cargo mount that allows access to spare tire.$2,600.00 TP PIU-VAULT-TILT-ELEC TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, tilt-up cargo mount that allows access to spare tire, & tilt-down electronics tray.$2,840.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP PIU-COMMAND TROY PRODUCTS INTERCEPTOR UTILITY command post with tilt-up white board and storage drawers.$5,200.00 TP PIU-CARGODECK-SS TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with easy-deploy Stop-Stick compartment, slide-out electronics tray, storage tray and side cubbies.$2,025.00 TP PIU-CARGODECK-SS-V TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with Stop-Stick compartment, slide-out electronics tray, storage tray, side cubbies and storage vault 40''Wx22''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. $3,495.00 TP PIU-CARGODECK-CMPT TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with lidded tilt-up compartment, slide-out electronics tray, storage tray, side cubbies.$2,240.00 TP PIU-CARGODECK-CMPT-V TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with lidded tilt-up compartment, slide-out electronics tray, storage tray, side cubbies and storage vault 40''Wx22''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. $3,710.00 AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,855.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,300.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$315.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,125.00 SET PIU-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,025.00 SET PIU-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,235.00 SET PIU-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$360.00 FREE STANDING GUN MOUNT SET PIU-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$470.00 FORD F-SERIES CONSOLES TP F150-CON-OH TROY PRODUCTS 7" overhead console for remote-head components.$450.00 TP F150-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $945.00 TP F150-CON16 TROY PRODUCTS 16'' F150 wide-body console with 7'' slope / 9' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & cutouts to relocate OEM outlets. (No floorplate needed.) $1,115.00 TP F150-WBCON18-PRT TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level w/printer module in open storage area on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. (No floorplate needed.) $1,400.00 TP F150-WBCON20 TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. (No floorplate needed.) $1,220.00 TP F150-WBCON20-FB TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad. (No floorplate needed.) $1,435.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP SD-WBCON16 TROY PRODUCTS 16'' F-Series truck wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual- port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,165.00 TP SD-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,110.00 TP SD-WBCON20-FB TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad. $1,400.00 HAV F150-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,035.00 HAV F150-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,130.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$460.00 PARTITIONS TP F150-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for F-Series pickups.$1,470.00 TP F150-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for F-series pickups.$1,440.00 TP F150-1/2CAGE TROY PRODUCTS F-150 single cell transport system with removable center panel, seat storage box, electronics tray, cab window screen and passenger side diamond pattern window screen. (Note: Requires removal of entire rear seat.)$5,100.00 SET F150-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate with OEM rear seat.$1,940.00 PG F150-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,460.00 SET F150-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,415.00 SET F150-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,580.00 PG F150-PART Pro-Gard poly prisoner cage with center slider window includes expanded metal insert and full extention panels (F150 ONLY)$1,535.00 SEATS & CAGES TP F150-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$560.00 SET F150-DOOR Setina door panels, F150 ONLY.$530.00 PG F150-DOOR Pro-Gard door panels, F150 ONLY.$345.00 PG F150-SWB Pro-Gard window armor bars, F150 ONLY.$470.00 SET F150-SWB Setina HORIZONTAL window armor bars, F150 ONLY.$540.00 COMPUTER STANDS AND CRADLES TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$440.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$575.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP F150-COMP-SA TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$630.00 TP F150-COMP-SL TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$740.00 HAV F150-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$955.00 HAV F150-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$700.00 SET UT-1001 Havis universal laptop tray.$335.00 GUN BOXES TP F150-USGB TROY PRODUCTS under seat flip up lid gun box with mounting brackets (fits under rear fold up seat).$1,040.00 SET F150-GBOX-US Setina under seat storage box, powder coated black.$1,255.00 PUSH BUMPERS WESTIN PB F150 Westin Elite push bumper for F-150 XL SSV 2021+.$285.00 WESTIN PB2L F150 Westin Elite push bumper for F-150 XL SSV 2021+ with two light channel (lights purchased separately).$1,075.00 SET F150-PB Setina push bumper, F150 ONLY.$915.00 SET F150-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,495.00 SET F150-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,765.00 PG F150-PB Push Bumper - Pro-gard - Push Bumper - F150 Only $805.00 FREE STANDING GUN MOUNT SET F150-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$565.00 FORD EXPEDITION CONSOLES TP EXP-CON-OH TROY PRODUCTS Ford Expedition 7” overhead console.$405.00 TP EXP-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $945.00 TP EXP-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,125.00 TP EXP-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad. $1,315.00 TP EXP-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,145.00 HAV EXP-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,035.00 HAV EXP-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,140.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$460.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PARTITIONS TP EXP-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for Expedition SSV.$1,470.00 TP EXP-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for Expedition SSV.$1,440.00 TP EXP-CARGO-WIRE TROY PRODUCTS rear partition with square-hole window. Includes cargo side window panels. $795.00 TP EXP-CARGO-POLY TROY PRODUCTS rear partition with polycarbonate window. Includes cargo side window panels. $865.00 SET EXP-12VS-WIRE Setina 12VS 2nd row partition - WIRE $965.00 SET EXP-12VS-POLY Setina 12VS 2nd row partition - POLY $975.00 SET EXP-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,585.00 SET EXP-PART-10VS Setina 10VS C prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,415.00 PG EXP-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,535.00 PG EXP-CARGO-POLY Pro-Gard - ¼'' poly cargo barrier with filler panels for use with side curtain airbags in SSV only.$875.00 PG EXP-CARGO-WIRE Pro-Gard - 7 gauge steel wire cargo barrier with filler panels for use with side curtain airbags in SSV only.$875.00 SEATS & CAGES TP EXP-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $405.00 COMPUTER STANDS AND CRADLES TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$310.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$440.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$575.00 TP EXP-COMP-SL TROY PRODUCTS 2018+ Expedition stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$740.00 HAV EXP-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$955.00 HAV EXP-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$700.00 SET UT-1001 Havis universal laptop tray.$335.00 PUSH BUMPERS SET-EXP-PB400 Setina PB400 VS aluminum push bumper.$915.00 PG EXP-PB Pro-Gard push bumper.$805.00 GUN BOXES TP EXP-VAULT-TILT TROY PRODUCTS EXPEDITION storage vault, 44''Wx35''Lx12H'' with tilt mechanism to reach spare tire. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. Includes steel cargo mount to provide solid mounting point for Troy vaults or command posts. Replaces plastic factory floor module. Does not allow access to the spare tire. $2,845.00 TP EXP-COMMAND TROY PRODUCTS Command post 48''Wx22''Lx18''H, includes storage drawers, full size map drawer & radio mounting area.$5,205.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,855.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,300.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$315.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,125.00 AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$1,855.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,300.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$400.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,125.00 SET EXP-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,025.00 SET EXP-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,235.00 SET EXP-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$220.00 FREE STANDING GUN MOUNT SET EXP-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$460.00 K9 VEHICLES K9 KENNEL AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed. $4,125.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed. $3,640.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$655.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$200.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$165.00 HAV CHA-K9 Havis K9 Transport system powder coated white.$3,355.00 HAV DUR-K9 Havis K9 Transport system powder coated white.$5,290.00 HAV PIU-K9 Havis K9 Transport system powder coated white.$3,780.00 HAV TAH-K9 Havis K9 Transport system powder coated white.$4,490.00 K9 ELECTRONICS AK9 HA-2520-HYB K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle). $2,605.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AK9 HP-5020-HYB Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle). $3,410.00 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $2,745.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,545.00 AWD 7040 Upgrade to AceWatchDog™ for use with Pro Alarm Systems AceWatchDog™ Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (Must Complete End User Questionaire from ACE/K9 when placing order) $1,055.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,175.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $4,150.00 GUN MOUNTS AND LOCKS PRO-GARD PG 1GUN-MNT Pro-Gard vertical partition mount SINGLE weapon tri-Lock gun rack with handcuff key $710.00 PG 2GUN-MNT Pro-Gard vertical partition mount DUAL weapon tri-Lock gun rack with handcuff key $845.00 PG DUAL-FREE Pro-Gard DUAL weapon mount free standing kit.$775.00 PG SINGLE-FREE Pro-Gard SINGLE weapon mount free standing kit.$700.00 SETINA SET 1GUN-MNT Setina SINGLE weapon partition mounted gun rack with universal lock.$655.00 SET 2GUN-MNT Setina DUAL weapon partition mounted gun rack with universal locks.$885.00 SET1080E-40MM SETINA DOUBLE RAIL GUN MOUNT WITH BLAC-RAC RUN LOCK MOUNTED ON PASSENGER SIDE RAIL & 40MM UNIVERSAL HANDCUFF MOUNTED ON DRIVER SIDE RAIL.$1,220.00 TROY PRODUCTS TP GM-DWM-870/AR TROY PRODUCTS theft-deterrent dual weapon gun mount. Includes butt plates and lock brackets. Includes (1) shotgun clamshell style gun lock with #2 Key & (1) AR clamshell style weapon lock with #2 key.$780.00 TP GM-DWM-UNIV TROY PRODUCTS theft-deterrent dual weapon gun mount. Includes butt plates and lock brackets with Large handcuff style gun lock. Includes (2) Universal handcuff style weapon locks with standard #2 Key & push-button override. $875.00 TP GM-SWM-UNIV TROY PRODUCTS theft-deterrent single-weapon gun mount. Includes butt plates and lock brackets with Large handcuff style gun lock. Includes (1) Universal handcuff style weapon locks with standard #2 Key & push-button override.$600.00 TP GM-PIU-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the PI Utility, required for applications where a front partition is not present.$900.00 TP GM-TH-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the Tahoe PPV, required for applications where a front partition is not present.$900.00 TP GM-FREE TROY PRODUCTS free standing kit for gun mount, required for applications where a front partition is not present (verify vehicle compatibility).$395.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP GM-SC-SWM-FREE TROY PRODUCTS free-standing single-weapon gun mount equipped with Troy single-cell partitions.$655.00 TP GM-SC-DWM-FREE TROY PRODUCTS free-standing dual-weapon gun mount equipped with Troy single-cell partitions.$820.00 BLACRAC SET BLACRAC SMC SINGLE T-RAIL MOUNT WITH ELECTRIC BLAC-RAC LOCING HEAD, INCLUDES COLD WIRE MODULE.$1,065.00 EMERGENCY EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price STAR LIGHT BAR PACKAGES $2,040.00 8 $2,960.00STAR Dual Color 44” Phazer LED light bar (model 1400LED) with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS850MG12) digital command control center for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. STPLB44-850 $1,765.00 8 $2,685.00STAR Dual Color 44” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS8880) hand held controller for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. STPLB44-HHS $2,345.00 8 $3,265.00STAR Dual Color 51” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS850MG12) digital command control center for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. STPLB51-850 $2,075.00 8 $2,995.00STAR Dual Color 51” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS8880) hand held controller for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. STPLB51-HHS WHELEN LIGHT BAR PACKAGES $2,330.00 8 $3,250.00Whelen Liberty Lightbar light bar package, 100% Solid State Electronics, manufactured in America with 15 Led Modules, Two Wire Controlled Traffic Advisor, (2) LED Flashing/Takedown Lights, (2) LED Flashing/Alley Lights, Mounting Kit, 295SLSA6 Combination Light/Siren Controller, SA315P Siren Speaker and Mounting Bracket. WPLB-1-295 $2,330.00 8 $3,250.00Whelen Liberty light bar package, 100% Solid State Electronics, manufactured in America with 15 Led Modules, Two Wire Controlled Traffic Advisor, (2) LED Flashing/Takedown Lights, (2) LED Flashing/Alley Lights, Mounting Kit, HHS4200 hand held combination light/siren controller, SA315P Siren Speaker and Mounting Bracket. WPLB-1-HHS $3,190.00 9 $4,225.00Whelen Liberty light bar package, Fully loaded, 100% Solid State Electronics, manufactured in America with 15 Led Modules, Two Wire Controlled Traffic Advisor, (2) LED Flashing/Takedown Lights, (2) LED Flashing/Alley Lights, Mounting Kit, Cencom digital light/siren controller, SA315P Siren Speaker and Mounting Bracket. WPLB-1-CEN $2,305.00 8 $3,225.00Whelen Legacy lightbar with full DUO LED Modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, 295SLSA6 combination light/siren controller, SA315P siren speaker and mounting bracket. WPLB-2L-295 $2,310.00 8 $3,230.00Whelen Legacy lightbar with full DUO LED Modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, HHS4200 hand held combination light/siren controller, SA315P siren speaker and mounting bracket. WPLB-2L-HHS $3,180.00 9 $4,215.00Whelen Legacy lightbar with full DUO LED Modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom digital combination light/siren controller, SA315P siren speaker and mounting bracket. WPLB-2L-CEN LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price $2,840.00 10 $3,990.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE Hand Held digital combination light/Siren Controller, OBDII interface, (1) SA315P siren speaker with mounting bracket. WPLB-2L-CHHS $2,840.00 10 $3,990.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE 21-button digital combination light/Siren Controller, OBDII interface, and (1) SA315P siren speaker with mounting bracket. WPLB-2L-C21 $2,840.00 10 $3,990.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE Rotary Knob digital combination light/Siren Controller, OBDII interface, (1) SA315P siren speaker with mounting bracket. WPLB-2L-CROT $3,765.00 11 $5,030.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE Hand Held digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers with mounting brackets. WPLB-2L-CORE-HHS $3,765.00 11 $5,030.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE 21-button digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets. WPLB-2L-CORE-21 $3,765.00 11 $5,030.00Whelen Legacy lightbar with full DUO LED modules, two wire controlled traffic advisor, (2) LED flashing/takedown lights, (2) LED flashing/alley lights, mounting kit, Cencom CORE rotary knob digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets. WPLB-2L-CORE-ROT STAR UNMARKED PACKAGES $2,400.00 8 $3,320.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB48) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. STPUMP-850-SDN $2,135.00 8 $3,055.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB38) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. STPUMP-850-SUV $2,305.00 8 $3,225.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum ultra low profile front visor. Rear (Model DLQS8MC) DUAL color LED 8-light head bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. STPUMP-850-TRK $1,945.00 8 $2,865.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor(Model ULB48) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model LCS880) hand held combination light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. STPUMP-HHS-SDN LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price $1,680.00 8 $2,600.00STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB38) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes Includes (Model LCS880) hand held combination center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. STPUMP-HHS-SUV $1,855.00 8 $2,775.00STAR Dual Color Unmarked package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear (Model DLQS8) single color LED 8-light head bar with STAR Phantom Lineum X traffic director. Includes Includes (Model LCS880) hand held combination center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. STPUMP-HHS-TRK WHELEN UNMARKED PACKAGES $2,145.00 7 $2,950.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, HHS3200 hand held combination light and siren controller, speaker, and vehicle specific bracket. WPUMP-1-SUV-HHS $2,160.00 8 $3,080.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, 295SLSA6 combination light and siren controller, speaker, and vehicle specific bracket. WPUMP-1-SUV-295 $3,020.00 8 $3,940.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, Cencom digital light and siren controller, speaker, and vehicle specific bracket. WPUMP-1-SUV-CEN $2,970.00 7 $3,775.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, HHS4200 hand held combination light and siren controller, speaker, and vehicle specific bracket. WPUMP-2-SUV-HHS $3,590.00 8 $4,510.00Whelen unmarked patrol package for SUV / Sedans consists of front and rear full width interior LED system with LED takedown lights, Cencom digital light and siren controller, speaker, and vehicle specific bracket. WPUMP-2-SUV-CEN $2,840.00 10 $3,990.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE Hand Held digital combination light/Siren Controller, OBDII interface, and SA315P siren speaker with mounting bracket. WPUMP-2-CHHS $2,840.00 10 $3,990.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE 21 Button digital combination light/Siren Controller, OBDII interface, and SA315P siren speaker with mounting bracket. WPUMP-2-C21 $2,840.00 10 $3,990.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE Rotary Knob digital combination light/Siren Controller, OBDII interface, and SA315P siren speaker with mounting bracket. WPUMP-2-CROT $3,700.00 12 $5,080.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE hand held digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers with mounting brackets. WPUMP-2-CORE-HHS $3,700.00 12 $5,080.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE 21-button digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets. WPUMP-2-CORE-21 $3,700.00 12 $5,080.00Whelen unmarked patrol package for trucks consists of front and rear full width interior dual color LED system with LED takedown lights, Cencom CORE Rotary knob digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets. WPUMP-2-CORE-ROT $2,235.00 7 $3,040.00Whelen unmarked patrol package for trucks consists of front and rear full width interior LED system with LED takedown lights, HHS3200 hand held combination light and siren controller, speaker, and vehicle specific bracket. WPUMP-1-TRK-HHS LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price $2,250.00 7 $3,055.00Whelen unmarked patrol package for trucks consists of front and rear full width interior LED system with LED takedown lights, 295SLSA6 combination light and siren controller, speaker, and vehicle specific bracket. WPUMP-1-TRK-295 $3,110.00 8 $4,030.00Whelen unmarked patrol package for Trucks consists of front and rear full width interior LED system with LED takedown lights, Cencom digital light and siren controller, speaker, and vehicle specific bracket. WPUMP-1-TRK-CEN $2,970.00 7 $3,775.00Whelen unmarked patrol package for trucks consists of front and rear full width interior LED system with LED takedown lights, HHS4200 hand held combination light and siren controller, speaker, and vehicle specific bracket. WPUMP-2-TRK-HHS $3,590.00 8 $4,510.00Whelen unmarked patrol package for Trucks consists of front and rear full width interior LED system with LED takedown lights, Cencom digital light and siren controller, speaker, and vehicle specific bracket. WPUMP-2-TRK-CEN $3,700.00 12 $5,080.00Whelen SLICK TOP package for Chevy Tahoe consists of front full width interior dual color LED system with LED takedown lights, rear outter edge, Cencom CORE 21-button digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets. WSLICK-OUTTER-SUV-CORE-21 $3,865.00 12 $5,245.00Whelen SLICK TOP package for Chevy Tahoe consists of front full width interior dual color LED system with LED takedown lights, rear outter edge, Cencom CORE Rotary knob digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets. WSLICK-OUTTER-SUV-CORE-ROT $4,970.00 14 $6,580.00Whelen SLICK TOP package for Chevy Tahoe consists of front full width interior dual color LED system with LED takedown lights, rear outter edge & rear D-pillar LED's, Cencom CORE 21-button digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets. WSLICK-DUAL-SUV-CORE-21 $5,135.00 14 $6,745.00Whelen SLICK TOP package for Chevy Tahoe consists of front full width interior dual color LED system with LED takedown lights, rear outter edge & rear D-pillar LED's, Cencom CORE Rotary knob digital combination light/Siren Controller, SYNC module, OBDII interface, (1) expansion module, (1) external amplifier for dual tone siren, and (2) SA315P siren speakers wtih mounting brackets. WSLICK-DUAL-SUV-CORE-ROT ADMINISTRATIVE VEHICLE PACKAGES WHELENWHELENWHELENWHELENWHELEN $1,755.00 8 $2,675.00Whelen administrative vehicle package includes (4) dual avengers with (2) mounted in front windshield with headliner brackets and (2) mounted in rear glass, (2) T-Ion's mounted on l-brackets in grille, and (2) T-Ion's mounted on tag bracket. Includes Alpha siren and light controller, SA315P 100 watt speaker and bracket. W AVP STARSTARSTARSTARSTAR $1,615.00 8 $2,535.00STAR administrative vehicle package includes (4) ULB9S Mini-Phantom's with (2) mounted in front windshield and (2) mounted in rear glass. (2) Dlit's installed in grille with l-brackets, and (4) DLIT mounted on tag bracket. Includes (LCS653) combination siren and light controller (NO PA) with (D- 44-16) patented Cyclone 100 watt speaker and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. ST AVP ROAD SIDE LIGHTING PACKAGES WHELENWHELENWHELENWHELENWHELEN $1,180.00 6 $1,870.00Whelen Road Side Lighting Package includes 2 split amber/white TLI series LED's mounted in Grille, 2 split amber/white TLI series LED's mounted vertically on each side of license plate with black bezel, 1 Six head Amber Dominator stick installed inside back glass, 1 Compact TAD/TADP Series Control Head. W RSL SUV-AW $1,370.00 6 $2,060.00Whelen Road Side Lighting Package includes 2 split amber/white TLI series LED's mounted in Grille, 2 split amber/white TLI series LED's mounted to rear tail gate with black bezel, 1 eight head Amber Dominator stick installed inside back glass, 1 Compact TAD/TADP Series Control Head. W RSL TRK-AW LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price $1,135.00 6 $1,825.00Whelen Road Side Lighting Package includes 2 split amber/white TLI series LED's mounted in Grille, 2 split amber/white TLI series LED's mounted vertically on each side of vehicle above rear tail lights with black bezel, 1 Six head Amber Dominator stick installed over rear doors, 1 Compact TAD/TADP Series Control Head. W RSL VAN-AW $1,370.00 6 $2,060.00Whelen Road Side Lighting Package includes 2 split amber/white TLI series LED's mounted in Grille, 2 split amber/white TLI series LED's mounted to rear of body with black bezel, 1 eight head Amber Dominator stick installed to rear of body, 1 Compact TAD/TADP Series Control Head. W RSL CC-AW STARSTARSTARSTARSTAR $940.00 6 $1,630.00STAR Road Side Lighting Package includes 2 Split Amber/White Microstar LED D-Lite series LED's in Grille, 2 Split Amber/White Microstar LED D-Lite series LED's mtd vertically next to each side of license plate with white bezel, 1 Six head Amber PHANTOM rear window stick with reflective shroud installed inside rear hatch, 1 Six position rocker switch control box. ST RSL SUV-AW $1,095.00 6 $1,785.00STAR Road Side Lighting Package includes 2 Split Amber/White Microstar LED D-Lite series LED's in Grille, 2 Split Amber/White Microstar LED D-Lite series LED's mounted to tailgate with white bezel, 1 Eight head Amber Traffic Advisor stick installed inside back glass, 1 Six position rocker switch control box. ST RSL TRK-AW $1,095.00 6 $1,785.00STAR Road Side Lighting Package includes 2 Split Amber/White Microstar LED D-Lite series LED's in Grille, 2 Split Amber/White Microstar LED D-Lite series LED's vertically on each side of vehicle above rear tail lights with white bezel, 1 Eight head Amber Traffic Advisor stick installed above rear load doors, 1 Six position rocker switch control box. ST RSL VAN-AW $1,095.00 6 $1,785.00STAR Road Side Lighting Package includes 2 Split Amber/White Microstar LED D-Lite series LED's in Grille, 2 Split Amber/White Microstar LED D-Lite series LED's mounted to rear of body with white bezel, 1 Eight head Amber Traffic Advisor stick mounted to back of body, 1 Six position rocker switch control box. ST RSL CC-AW FEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNAL FEDERAL SIGNAL $1,100.00 6 $1,790.00Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Split Amber/White) in Grille, 2 Micropulse LED's (Split Amber/White) mounted to rear tail gate with white bezel, 1 eight head Amber Signal Master stick installed inside back glass, 1 Compact Digital Soft Button 6 switch controller. FS RSL TRK-AW $1,650.00 6 $2,340.00Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Split Amber/White) in Grille, 2 Micropulse LED's (Split Amber/White) mounted vertically one at each side above rear tail lights with white bezel, 1 eight head Amber Signal Master stick installed above rear load doors, 1 Compact Digital Soft Button 6 switch controller. FS RSL VAN-AW $1,205.00 6 $1,895.00Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Split Amber/White) in Grille, 2 Micropulse LED's (Split Amber/White) mounted vertically next to each side of license plate with white bezel, 1 eight head Amber Signal Master stick with reflective shroud installed inside rear hatch, 1 Compact Digital Soft Button 6 switch controller. FS RSL SUV-AW $1,390.00 6 $2,080.00Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Split Amber/White) in Grille, 2 Micropulse LED's (Split Amber/White) mounted to rear rear of body with white bezel, 1 eight head Amber Signal Master stick installed to rear of body, 1 Compact Digital Soft Button 6 switch controller. FS RSL CC-AW $3,885.00 12 $5,265.00Federal Signal Premium Road Side Lighting Package for Tahoe Includes: Tahoe front ILS, Windshield Visor Amber/white dual color flash with 6 button controller, Tahoe rear hatch ILS amber/white dual color flash with amber directional and splitter, (4) MicroPulse C Series amber/white split - installed in grille-, (4) Microulse C series chrome bezels, (2) MicroPulse amber/white dual color hood mount, (2) MicroPulse Wide 9 Amber/white dual color 180 degree light -mnt under mirror-, (2) MicroPulse Wide 9 Under Mirror brackets, (2) MicroPulse Wide 9 white bezel, (2) MicroPulse Ultra 1220 amber/white dual color -mtd vertically next to license plate-, (2) MicroPulse Ultra 1220 white bezel, (4) MicroPulse Ultra 620 amber/white dual color. FS RSL TAHOE LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price CORNER / PERIMITER LED KITS FEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNAL FEDERAL SIGNAL $465.00 3 $810.00(4) Federal Signal MicroPulse Ultra dual color with (2) mounted in grille and (2) mounted to rear of vehicle.FS MPS62U-4 $697.50 4.5 $1,215.00(6) Federal Signal MicroPulse Ultra dual color with (4) mounted in grille and (2) mounted to rear of vehicle.FS MPS62U-6 $930.00 6 $1,620.00(8) Federal Signal MicroPulse Ultra dual color with (4) mounted in grille and (4) mounted to rear of vehicle.FS MPS62U-8 $1,395.00 9 $2,430.00(12) Federal Signal MicroPulse Ultra dual color with (4) mounted in grille (1) mouted over each wheel position and (4) mounted to rear of vehicle/body.FS MPS62U-12 $185.00 2 $415.00(2) Federal Signal Corner LED lights to be mouunted in headlamp or tail lamp if possible (WHITE). FS CNR-LED-W STARSTARSTARSTARSTAR $345.00 3 $690.00(4) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with (2) mounted in grille and (2) mounted to rear of vehicle/ body.ST DLITE-4 $517.50 4.5 $1,035.00(6) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with (4) suface mounted to grille and (2) mountd to rear of vehicle/body.ST DLITE-6 $695.00 6 $1,385.00(8) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with (4) mounted to grille and (4) mounted to back of vehicle/body.ST DLITE-8 $1,040.00 9 $2,075.00(12) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with (4) suface mounted to grille, (1) mounted over each wheel position, and (4) mouted to rear of vehicle/body. ST DLITE-12 $185.00 2 $415.00(2) STAR self contained LED flashing light (2) LED's will be mounted in headlamps or tail lamps where possible.ST CNR-LED WHELENWHELENWHELENWHELENWHELEN $415.00 3 $760.00(4) Whelen ION ''T'' series ultra thin light heads surface mounted with (2) in grille and (2) to rear of vehicle/body. W TLI-4 $627.50 4.5 $1,145.00(6) Whelen ION ''T'' series ultra thin light heads surface mounted with (4) in grille and (2) to rear of vehicle/body.W TLI-6 $835.00 6 $1,525.00(8) Whelen ION ''T'' series ultra thin light heads surface mounted with (4) in grille and (4) to rear of vehicle/body.W TLI-8 $1,250.00 9 $2,285.00(12) Whelen ION ''T'' series ultra thin light heads surface mounted with (4) in grille (1) mounted over each wheel position, and (4) to rear of vehicle/body.W TLI-12 $175.00 2 $405.00(2) WHELEN corner LED's to be installed in headlamps or tail lamps where possible (WHITE).W VERTEX-W $15.00 0 $15.00(2) Whelen Vertex surface mount flanges.W VERTEX-FLANGE $290.00 3 $635.00WHELEN FOUR CORNER LED KIT (WHITE) INSTALLED with WHELEN TWIST IN ADAPTER FOR FACTORY PREPPED HEAD LIGHTS/TAIL LIGHTS. W VTX609C-K8A ADVANCED WORK VANSADVANCED WORK VANSADVANCED WORK VANSADVANCED WORK VANS ADVANCED WORK VANS $1,455.00 0 $1,455.00Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (WHITE) furnished and installed by Advanced Work Vans of Florida. AWV 4LED-W $1,455.00 0 $1,455.00Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (AMBER) furnished and installed by Advanced Work Vans of Florida. AWV 4LED-A $1,455.00 0 $1,455.00Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (AMBER/WHITE) furnished and installed by Advanced Work Vans of Florida. AWV 4LED-AW MISCELLANEOUS LIGHTING AND EQUIPMENT BY MANUFACTURER FEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNALFEDERAL SIGNAL FEDERAL SIGNAL $237.50 1.5 $410.00(2) Federal Signal MicroPulse Ultra dual color amber/white.FS MPS62U-2-AW $252.50 1.5 $425.00(2) Federal Signal double row MicroPulse Ultra dual color amber/white.FS MPS122U-AW $502.50 2.5 $790.00Federal Signal 6 Head Latitude Directonal Stick with economy controller (Amber)FS SL6S-A LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price $557.50 2.5 $845.00Federal Signal 8 Head Latitude Directonal Stick with economy controller (Amber)FS SL8S-A $117.50 1.5 $290.00(2) Federal Signal LED 1100 lumen 3" Round Work Lights, mounted at rear of utility body.FS COM750-RND-2 $277.50 1.5 $450.00(2) Federal Signal LED 2700 lumen 4.3" Square Work Lights, mounted at rear of utility body. FS COM1200-SQ-2 $1,382.50 4.5 $1,900.00Federal Signal 45'' LPX Discrete Amber Light Bar with Strap kit and fully populated with 4-LED's per position. Installs with simple on/off illuminated switch on dashboard. FS LPX45-A $1,367.50 4.5 $1,885.00Federal Signal 45'' Legend Amber Light Bar with 6-LED's per position including takedowns, alleys and traffic advisor feature with Strap kit and Compact Digital Soft Button 6 switch controller. FS LGND45-TA-A $1,572.50 4.5 $2,090.00Federal Signal 53'' LPX Discrete Amber Light Bar with Strap kit and fully populated with 4-LED's per position. Installs with simple on/off illuminated switch on dashboard. FS LPX53-A $1,587.50 4.5 $2,105.00Federal Signal 53'' Legend Amber Light Bar with 6-LED's per position including takedowns, alleys and traffic advisor feature with Strap kit and Compact Digital Soft Button 6 switch controller. FS LGND53-TA-A $2,017.50 4.5 $2,535.00Federal Signal 45'' Allegiant dual Amber/White light bar including take downs, alley lights, strap kit, and compact digital soft button 6 switch controller. FS ALEG45-DUO-AW $1,787.50 4.5 $2,305.00Federal Signal 53'' Allegiant dual Amber/White light bar including take downs, alley lights, work light feature, strap kit, and compact digital soft button 6 switch controller. (Work light feature requires mounting on cab shield) FS ALGNT53-DUAL-WL-AW $2,225.00 6 $2,915.00Federal Signal Amber Light Bar Package with 2 MicroPulse Ultra split amber/white installed in grille, 2 MicroPulse Ultra split amber/white light heads installed to rear of vehicle/body with white bezels, relay module with Compact Digital Soft Button 6 switch controller, 45'' Dual Color Amber/White Allegiant Light bar with vehicle specific strap kit. FS ALB 4C 45 $2,560.00 6 $3,250.00Federal Signal Amber Light Bar Package with 2 MicroPulse Ultra split amber/white installed in grille, 2 MicroPulse Ultra split amber/white light heads installed to rear of vehicle/body with white bezels, relay module with Compact Digital Soft Button 6 switch controller, 53'' Dual Color Amber/White Allegiant Light bar with vehicle specific strap kit. FS ALB 4C 53 $252.50 0.5 $310.00Federal Signal -Serial Interface Modue- Required to Operate Serial Light Bars with Analog Factory Switches.FS SIM $565.00 3 $910.00FEDERAL SIGNAL 21" ALLEGIANT DESCRETE LIGHT BAR WITH 10-LED HEADS & CLEAR DOME (AMBER).FS ALGT21D-AMBRF STARSTARSTARSTARSTAR $142.50 1.5 $315.00(2) STAR Emergency Lighting 6-LED light heads, surface mount.ST DLX6-2 $177.50 1.5 $350.00(2) STAR Emergency Lighting 6-LED light heads with (2) L-brackets.ST DLX6-2-LB $152.50 1.5 $325.00(2) STAR Mini-Comet self-contained 6-LED round light with black mounting bezel.ST DLS306-2 $152.50 1.5 $325.00(2) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick, suface mount.ST DLITE-2 $187.50 1.5 $360.00(2) STAR Emergency Lighting Micro LED Ultra low profile 3/8” thick with L-brackets.ST DLITE-2-LB $197.50 1.5 $370.00(2) STAR TRI-COLOR Emergency Lighting Micro LED Ultra low profile 3/8” thick surface mounted.ST DLITEMC-2 $237.50 1.5 $410.00(2) STAR TRI-COLOR Emergency Lighting Micro LED Ultra low profile 3/8” thick with L-brackets. ST DLITEMC-2-LB $792.50 4.5 $1,310.00(6) STAR MICROSTAR DLITE TRI-COLOR LED LIGHTS MOUNTED TO CUSTOM RUNNING BOARD BRACKETS, 3-PER SIDE ST DLITMC-RUN6 $317.50 1.5 $490.00(2) STAR Emergency Lighting 9-diode LED split single color light.ST ULB9S $397.50 1.5 $570.00(2) STAR Emergency Lighting 9-diode LED dual color light.ST ULB9LDC-2 $447.50 2.5 $735.00STAR single color Six LED Module 6-Light heads per module 30.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controllerST DLQS-6 $577.50 2.5 $865.00STAR single color Eight LED Module 6-Light heads per module 40.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controllerST DLQS-8 LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price $372.50 2.5 $660.00STAR Dual Color Four LED Module 6-Light heads per module 30.8''L X 1.468''W X 1.1875''H Traffic Advisor -requires controllerST DLQS4-MC $622.50 2.5 $910.00STAR Dual Color Eight LED Module 6-Light heads per module 40.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controllerST DLQS-8-MC $1,107.50 2.5 $1,395.00STAR 48'' Aarrow End Traffic Advisor (Includes controller)ST TD93DLXTARO $712.50 2.5 $1,000.00STAR Phantom LED full width front visor interior bar with thin profile & dual color. (Req's Controller)ST ULB28 $432.50 2.5 $720.00STAR Phantom 6-LED rear window light bar with dual color traffic director, low profile. (Req's Controller)ST ULB38-TA $712.50 2.5 $1,000.00STAR Phantom 10-LED rear window light bar with dual color traffic director, low profile. (Req's Controller)ST ULB48-TA $830.00 3 $1,175.00STAR Mini-Light Bar 12.3'' L X 11.5'' W Dual Stack (Amber/White).ST 7100LED-AC $1,237.50 4.5 $1,755.00STAR SIGNAL 44'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE) ST PHAZER44-AA $1,557.50 4.5 $2,075.00STAR SIGNAL 51'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE) ST PHAZER51-AA $57.50 0.5 $115.00STAR Go-Light Mounting Bracket for Phazer Light BarST GO-LIGHT-BRACKET $220.00 2 $450.00(2) STAR Beacon LED with Amber lens and Amber LED lights.ST 256TSL-2-AA $220.00 2 $450.00(2) STAR Beacon LED with CLEAR lens and Amber LED lights.ST 256TSL-2-CA $92.50 1.5 $265.00STAR Beacon LED with Amber lens and Amber LED lights.ST 256TSL-AA $92.50 1.5 $265.00STAR Beacon LED with CLEAR lens and Amber LED lights.ST 256TSL-CA $185.00 1 $300.00STAR Cyclone Speaker with bracket, rear facing 100 watt driver. ST-D44-16 $120.00 0 $120.00STAR 6 pos rocker switch box. ST SB-4020 $170.00 0 $170.00STAR switch box with progressive slide featureST SB4040 WHELENWHELENWHELENWHELENWHELEN $197.50 1.5 $370.00(2) Whelen Micron series light heads surface mount.W MCRN-2 $227.50 1.5 $400.00(2) Whelen Micron series light heads surface mount with L-brackets.W MCRN-2-LB $232.50 1.5 $405.00(2) Whelen Micron series light heads surface mounted with tag mount bracket.W MCRN-2-TAG $25.00 0 $25.00(2) Whelen Micron L-BracketsW MCRN-L-BRACKET $25.00 0 $25.00Whelen Micron license plate mounting bracket.W MCRN-TAG-BKT $25.00 0 $25.00Whelen dual Avenger headliner bracket.W AVENGER-BKT $197.50 1.5 $370.00(2) Whelen ION ''T'' series ultra thin light heads surface mounted.W TLI-2 $227.50 1.5 $400.00(2) Whelen ION ''T'' series ultra thin light heads with L-bracket.W TLI-LB-2 $237.50 1.5 $410.00(2) Whelen ION ''T'' series ultra thin light heads mounted with tag bracketW TLI-TAG-2 $262.50 1.5 $435.00(2) Whelen Wide Angel ION series light head universal mount with bracket.W ION-2 $262.50 1.5 $435.00(2) Whelen Wide Angle ION series surface mount light heads.W ION-SM-2 $257.50 1.5 $430.00(2) Whelen dual color ION series universal mount light heads.W ION-DUO-2 $242.50 1.5 $415.00(2) Whelen ION ''T'' series DUAL color ultra thin light heads surface mounted.W TLI2-2 $272.50 1.5 $445.00(2) Whelen ION ''T'' series DUAL color ultra thin light heads with L-bracket.W TLI2-LB-2 $282.50 1.5 $455.00(2) Whelen ION ''T'' series DUAL color ultra thin light heads mounted with tag bracket. W TLI2-TAG-2 $327.50 1.5 $500.00(2) Whelen TRI color ION series light head with mounting bracket.W TLI3-2 $35.00 0 $35.00(2) Whelen T-ION L-bracketW TLI-BKT1 $40.00 0 $40.00Whelen T-ION Tag bracketW TLI-TAG-BKT $207.50 1.5 $380.00(2) Whelen Strip-Light LED light solo color surface mount light heads (NO SPLIT COLORS).W STRIPLT-2 $252.50 1.5 $425.00(2) Whelen Strip-Light LED light solo color light heads with (2) 90 deg mounting L-brackets (NO SPLIT COLORS).W STRIPLT-2-LB $267.50 1.5 $440.00(2) Whelen Strip-Light LED light duo color surface mount light heads.W STRIPLT-DUO-2 $317.50 1.5 $490.00(2) Whelen Strip-Light LED light duo color light head with 90 deg mounting L-brackets.W STRIPLT-DUO-2-LB $297.50 1.5 $470.00(2) Whelen M4 series SOLID color light heads with black surround.W M4-2 $297.50 1.5 $470.00(2) Whelen M4 series SPLIT color light heads with black surround.W M4-SPLIT-2 $20.00 0 $20.00(2) Whelen M4 Flange MountsW M4-FLANGE-BL LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price $527.50 1.5 $700.00(2) Whelen ION-V series light head with puddle light and mounting bracket.W IONV-2 $370.00 2 $600.00(2) Whelen ION-V series light heads installed with mirror beam mount kit for Dodge Charger.W ION-MIRR-CHA $370.00 2 $600.00(2) Whelen ION-V series light heads installed with mirror beam mount kit for Ford Interceptor Utility.W ION-MIRR-PIU $565.00 2 $795.00(2) Whelen ION-V series light heads installed with mirror beam mount kit for Chevy Tahoe/Suburban.W ION-MIRR-TAH $200.00 1 $315.00Whelen low profile LED red/white dome light.W DOME-RW $147.50 1.5 $320.00Whelen single Avenger universal mount, single color.W AVGR-UNIV $172.50 1.5 $345.00Whelen single Avenger with headliner mount bracket, single color.W AVGR-HLB $147.50 1.5 $320.00Whelen single Avenger, dual color with universal mount.W AVGR-DUO-UNIV $172.50 1.5 $345.00Whelen single Avenger, dual color with headliner mount bracket.W AVGR-DUO-HLB $207.50 1.5 $380.00Whelen dual Avenger with single color per light head with universal mount.W AVGR-D-UNIV $232.50 1.5 $405.00Whelen dual Avenger with single color per light head with headliner mount bracket.W AVGR-D-HLB $347.50 1.5 $520.00Whelen dual Avenger, duo color per light with universal mount.W DAVGR-D-UNIV $367.50 1.5 $540.00Whelen dual Avenger, duo color per light with headliner mount bracketW DAVGR-D-HLB $197.50 1.5 $370.00Whelen perimiter enhancement light.W HATCH $567.50 2.5 $855.00Whelen Dominator 6-LED traffic advisor with mount brackets, requires controller.W DOM6 $702.50 2.5 $990.00Whelen Dominator 8-LED traffic advisor with moun brackets, requires controller.W DOM8 $150.00 0 $150.00Whelen 6-switch contoller.W 6-SWITCH $120.00 0 $120.00Whelen Traffic advisor controller.W DOM-CONT $630.00 2 $860.00(2) Whelen 12'' Tracers (one lamp housing) with universal mounting bracketsW TRACER12-UNIV $1,135.00 2 $1,365.00(2) Whelen 60'' SOLO color Tracers (5 lamp housing) with universal mounting brackets.W TRACER60-UNIV $1,715.00 2 $1,945.00(2) Whelen 60'' DUAL color Tracers (6 lamp housing) with universal mounting bracketsW TRACER60-DUO-UNIV $50.00 2 $280.00Whelen - Headlight flashers, solid state (Does Not Work with All Vehicles)W HLF-UNIV $410.00 2 $640.00Whelen HHS3200 hand held conrtoller Whelen 100/200W Scan-Lock Self-Contained Siren/Switch for low current applications.W HHS3200-LC $430.00 2 $660.00Whelen HHS4200 hand held conrtoller Whelen 100/200W Scan-Lock Self-Contained Siren/Switch for wecan applications.W HHS4200-WECAN $425.00 2 $655.00Whelen 295SLSA6 controller with Whelen 100/200W Scan-Lock Self-Contained Siren/Switch.W 295-CONT $1,175.00 3 $1,520.00Whelen CENCOM Sapphire remote head siren with 18 button control center.W CENCOM-SAP $810.00 3 $1,155.00Whelen Mini Justice light bar, Amber, with mounting feet.W MJYAAAAP $1,532.50 4.5 $2,050.00Whelen 44'' Justice light bar, Amber, with adjustable feet & strap kit.W JUSTICE44-AA $1,767.50 4.5 $2,285.00Whelen 50'' Justice light bar, Amber, with adjustable feet & strap kit.W JUSTICE50-AA $1,852.50 4.5 $2,370.00Whelen 56'' Justice light bar, Amber, with strap kit.W JUSTICE56-AA $1,892.50 4.5 $2,410.00Whelen 48'' Liberty II solo light bar, Amber, with adjustable feet & strap kit.W LIBERTY48-AA $1,817.50 4.5 $2,335.00Whelen 54'' Liberty II solo light bar, Amber, with adjustable feet & strap kit.W LIBERTY54-AA $1,797.50 4.5 $2,315.00Whelen 48'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.W LEGACY48-AW $1,797.50 4.5 $2,315.00Whelen 54'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.W LEGACY54-AW $727.50 2.5 $1,015.00Whelen EXTRA low profile solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). - Low Current for non-wecan install only. W INNER-F-XLP $1,552.50 2.5 $1,840.00Whelen duo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). -Wecan enabled install. W INNER-F-XLP-DUO LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price $912.50 2.5 $1,200.00Whelen solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). W INNER-F-FST $1,207.50 2.5 $1,495.00Whelen DUO color Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). - Wecan enabled install. W INNER-F-FST-DUO $877.50 2.5 $1,165.00Whelen solo interior sedan/suv rear inner edge with mounting tray.W INNER-REAR-LC $1,877.50 2.5 $2,165.00Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-TAH $952.50 2.5 $1,240.00Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-TAH-DUO $1,537.50 2.5 $1,825.00Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side.W PILLAR-TAH-DUO $922.50 2.5 $1,210.00Whelen Police Intercetpor Utility rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-PIU $1,377.50 2.5 $1,665.00Whelen Tahoe rear pillar LED lighting includes (3) light heads per side.W PILLAR-TAH $1,342.50 2.5 $1,630.00Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler. W OUTTER-PIU-DUO $912.50 2.5 $1,200.00Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side.W PILLAR-PIU $1,347.50 2.5 $1,635.00Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side.W PILLAR-PIU-DUO $877.50 2.5 $1,165.00Whelen Durango rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-DUR ($2.50)2.5 $285.00Whelen Durango DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.W OUTTER-DUR-DUO $912.50 2.5 $1,200.00Whelen Durango rear pillar LED lighting includes (3) light heads per side.W PILLAR-DUR $1,242.50 2.5 $1,530.00Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side. W PILLAR-DUR-DUO $745.00 3 $1,090.00Whelen Arges dedicated spot lamp with control head and vehicle specific Arges mount. W ARGES1 $820.00 3 $1,165.00Whelen Arges ProFocus spot/floor combination lamp with control head and vehicle specific Arges mount.W ARGES2 $175.00 1 $290.00Whelen 100 watt speaker with bracket.W SA315P $552.50 2.5 $840.00Whelen low frequency supplemental siren, with vehicle specific mounting bracket.W HOWLER-TAH $552.50 2.5 $840.00Whelen low frequency supplemental siren, with universal mounting brackets.W HOWLER-UNIV $572.50 2.5 $860.00Whelen low frequency supplemental siren, with vehicle specific mounting bracket.W HOWLER WEC-X $527.50 1.5 $700.00WHELEN L31 - 4'' x 7.2'' Amber beacon, installed.W L31HAF $930.00 2 $1,160.00Whelen CENCOM Core remote head siren with Hand Held control center.W CEN-CORE-HHS $930.00 2 $1,160.00Whelen CENCOM Core remote head siren with 21 Button control center.W CEN-CORE-21 $930.00 2 $1,160.00Whelen CENCOM Core remote head siren with Rotary Knob control center.W CEN-CORE-ROT CODE3CODE3CODE3CODE3CODE3 $212.50 1.5 $385.00(2) CODE3 MicroPak Single Color high output Class I LED with push-in style flush mount installation.C3-MICROPACK $232.50 1.5 $405.00(2) CODE3 MicroPak DUAL Color high output Class I LED with push-in style flush mount installation.C3-MICROPACK-DC $815.00 2 $1,045.00CODE3 DUAL COLOR OUTLINER 60'' INSTALLED ALONG RUNNING BOARD.C3 OUTLINER-60 $890.00 2 $1,120.00CODE3 DUAL COLOR OUTLINER 72'' INSTALLED ALONG RUNNING BOARD.C3 OUTLINER-72 $200.00 1 $315.00CODE 3 ultra thin 100W siren speaker with bracket.C3 UT-SPEAKER BROOKINGSBROOKINGSBROOKINGSBROOKINGSBROOKINGS $197.50 0.5 $255.00100A power distribution panel with ground 12V power/ignition/ground.AJ PDP13 POWER LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price UNITYUNITYUNITYUNITYUNITY $318.00 1.8 $525.00Unity left-hand pillar mounted 6'' spotlight with clear halogen bulb.L-SPOT $608.00 1.8 $815.00UNITY Left hand spotlamp including Unity LED bulb & install kit.L-SPOT-LED $691.00 3.6 $1,105.00Unity left & right-hand pillar mounted 6'' spotlight with clear halogen bulbLR-SPOT $272.00 0.2 $295.00Whelen LED replacement bulb for left hand spot lamps.LED BULB $1,054.00 0.4 $1,100.00Whelen LED replacement bulbs for left and right hand spot lamps.LED BULB 2 MISCELLANEOUS ACCESSORIESMISCELLANEOUS ACCESSORIESMISCELLANEOUS ACCESSORIESMISCELLANEOUS ACCESSORIES MISCELLANEOUS ACCESSORIES $80.00 1 $195.00HAVIS CHARGE GUARD BATTERY RUN DOWN PROTECTION, INSTALLED.H CG-X $145.00 2 $375.00(3) SLIMLITE 60581 INSTALLED TO TOP CROSS MEMBERS OF VAN CEILING.SLIMLITE-3 $240.00 4 $700.00(5) SLIMLITE 60581 INSTALLED TO TOP CROSS MEMBERS OF VAN CEILING.SLIMLITE-5 $365.00 3 $710.00Ecco CHMSL 3rd Brake Light Mounting Bracket, Ford F-150, with ECCO LED Minibar: Reflex, 15", 12-24VDC, 18 flash patterns, amber. Installed with Single Illuminated switch on dash. CHMSL ECCO GO-LIGHTGO-LIGHTGO-LIGHTGO-LIGHT GO-LIGHT $652.50 1.5 $825.00Model 20074GT LED GoLight with wireless hand held and dash mount controlsGO-LIGHTDC $537.50 1.5 $710.00Model 20204 LED GoLight with hard wired dash mount remoteGO-LIGHTSC LABOR ITEMSLABOR ITEMSLABOR ITEMSLABOR ITEMS LABOR ITEMS $160.00 2 $390.00Patrol vehicle wiring includes 100A power distribution panel with 5 battery circuits, 5 ignition circuits, 3 timed circuits, 8 ground studs, and fuse indicator LED's. PATROL $160.00 2 $390.00Unmarked vehicle wiring includes 100A power distribution panel with 5 battery circuits, 5 ignition circuits, 3 timed circuits, 8 ground studs, and fuse indicator LED's. UNMARKED $160.00 4 $620.00FIRE COMMAND VEHICLE WIRING FEE includes 100A power distribution panel with 5 battery circuits, 5 ignition circuits, 3 timed circuits, 8 ground studs, and fuse indicator LED's. FIRE COMMAND $0.00 3 $345.00Additional labor and supplies required for install in atypical vehicle type.PITA $0.00 1 $115.00INSTALL CUSTOMER PROVIDED ROOF MOUNTED RADIO ANTENNAANTENNA ($2.50)3.5 $400.00INSTALL CUSTOMER PROVIDED CAMERA SYSTEM WITH DVRDASH CAM $95.00 1 $210.00LABOR RATE PER HOUR FOR FLEET INSTALLS.LABOR $185.00 0 $185.00Custom fabricated aluminum bracket fastened to front slope of mid/high roof vans to correct the slope for Go-Light install NARWAHL $0.00 1 $115.00INSTALL CUSTOMER PROVIDED SINGLE PIECE RADIORADIO $0.00 2 $230.00INSTALL CUSTOMER PROVIDED 2 PIECE RADIORADIO-2 $0.00 1 $115.00INSTALL CUSTOMER PROVIDED ROOF MOUNTED GPS ANTENNAGPS UNIVERSAL COMPUTER MOUNT SOLUTIONS TROY PRODUCTSTROY PRODUCTSTROY PRODUCTSTROY PRODUCTS TROY PRODUCTS $310.00 0 $310.00TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED. TP CM-LT-1600 $382.50 0.5 $440.00TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).TP COMP-UNIV-SA $517.50 0.5 $575.00TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).TP COMP-UNIV-SL $57.00 0.2 $80.00TROY PRODUCTS LAPTOP SCREEN SUPPORT ARMTP SCREEN-ARM $47.00 0.2 $70.00TROY PRODUCTS magnetic microphone mount. TP MAG-MIC $12.00 0.2 $35.00TROY PRODUCTS microphone clip and clip plate. TP-MIC $402.50 0.5 $460.00TROY PRODUCTS printer insert for PocketJet printers with 2-3/8" paper roll. For for wide-body consoles with open storage. TP PRINTER-PKT $55.00 0 $55.00TROY PRODUCTS 4" faceplate for the Arges spotlight with two (2) DC outlets and one (1) dual USB port. TP-ARGESFP LIGHTING EQUIPMENT chris.wilson@alanjay.com 863-402-4234 Order Code Description Part Only Labor Hrs.Installed Price RAM MOUNTSRAM MOUNTSRAM MOUNTSRAM MOUNTS RAM MOUNTS $672.50 1.5 $845.00RAM universal laptop mounting kit with universal cradle.RAM-VB-196-SW1 HAVIS MOUNTSHAVIS MOUNTSHAVIS MOUNTSHAVIS MOUNTS HAVIS MOUNTS $647.50 1.5 $820.00Havis Universal compunter mount stand, cradle sold separately.PKG-PSM-UNIV $335.00 0 $335.00Havis universal laptop tray.SET UT-1001 LIGHTING EQUIPMENT 091521-NAF Rev. 3/2021 1 Solicitation Number: RFP #091521 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and 72 Hour LLC dba: National Auto Fleet Group, 490 Auto Center Drive, Watsonville, CA 95076 (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 Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires November 8, 2025, 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 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. 091521-NAF Rev. 3/2021 2 Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be 091521-NAF Rev. 3/2021 3 returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; 091521-NAF Rev. 3/2021 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 Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell 091521-NAF Rev. 3/2021 5 contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum; the terms of which will be negotiated directly between the Participating Entity and the Supplier. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: 091521-NAF Rev. 3/2021 6 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, 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. 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 091521-NAF Rev. 3/2021 7 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 Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. 091521-NAF Rev. 3/2021 8 E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party.For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, 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 thetrademark(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, 091521-NAF Rev. 3/2021 9 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. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier in violation of applicable patent or copyright laws. 5. 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. 091521-NAF Rev. 3/2021 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. 091521-NAF Rev. 3/2021 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-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 091521-NAF Rev. 3/2021 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. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is 091521-NAF Rev. 3/2021 13 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. 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. 091521-NAF Rev. 3/2021 14 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 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. 091521-NAF Rev. 3/2021 15 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. 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 091521-NAF Rev. 3/2021 16 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. 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 091521-NAF Rev. 3/2021 17 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 not 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 an Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 091521-NAF Rev. 3/2021 18 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 72 Hour LLC dba: National Auto Fleet Group By: __________________________ By: __________________________ Jeremy Schwartz Jesse Cooper Title: Chief Procurement Officer Title: Fleet Manager Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________ 5)3$XWRPRELOHV689V9DQVDQG/LJKW7UXFNVZLWK 5HODWHG(TXLSPHQWDQG$FFHVVRULHV 9HQGRU'HWDLOV &RPSDQ\1DPH+285//& 'RHV\RXUFRPSDQ\FRQGXFW EXVLQHVVXQGHUDQ\RWKHUQDPH",I \HVSOHDVHVWDWH 1DWLRQDO$XWR)OHHW*URXS $GGUHVV $XWR&HQWHU'ULYH :DWVRQYLOOH&$ &RQWDFW-HVVH&RRSHU (PDLO-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 3KRQH )D[ +67 6XEPLVVLRQ'HWDLOV &UHDWHG2Q7XHVGD\$XJXVW 6XEPLWWHG2Q7XHVGD\6HSWHPEHU 6XEPLWWHG%\-HVVH&RRSHU (PDLO-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 7UDQVDFWLRQGHGHHIEEHIGEG 6XEPLWWHU V,3$GGUHVV Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQVDSSOLHVWRDOO7DEOHV6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXU UHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKHTXHVWLRQGRHVQRWDSSO\WR\RXSUHIHUDEO\ZLWKDQ H[SODQDWLRQ /LQH,WHP 4XHVWLRQ 5HVSRQVH 3URSRVHUௐ/HJDOௐ1DPHௐRQHௐOHJDOௐHQWLW\ௐRQO\ௐௐ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐ DVௐ6XSSOLHU ௐ+RXUௐ//& ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐLQFOXGHGௐLQௐWKHௐ 3URSRVDO :&$)ௐ//&:&'-5ௐ//& $ODQௐ-D\ௐ$XWRPRWLYHௐ,QF ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐQDPHVௐRIௐWKHௐ3URSRVHUௐRUௐ3URSRVHU VௐVXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ /LQHௐௐDERYH 1$)*ௐKDVௐQXPHURXVௐVXEVLGLDULHVௐDQGௐ'%$ VௐLQFOXGLQJௐEXWௐQRWௐOLPLWHGௐWR1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ &KHYUROHWௐRIௐ:DWVRQYLOOH:DWVRQYLOOHௐ)RUG :DWVRQYLOOHௐ&'-5 :DWVRQYLOOHௐ)OHHWௐ*URXS$ODQௐ-D\ௐ&KU\VOHUௐ-HHSௐ,QF $ODQௐ-D\ௐ&KHYUROHWௐ&DGLOODF $ODQௐ-D\ௐ%XLFNௐ*0&$ODQௐ-D\ௐ$XWRௐ2XWOHW &OHZLVWRQௐ0RWRUௐ&RPSDQ\ௐ,QF $ODQௐ-D\ௐ&KU\VOHUௐ'RGJHௐ5DPௐ-HHS$ODQௐ-D\ௐ/LQFROQ $ODQௐ-D\ௐ)RUG$ODQௐ-D\ௐ1LVVDQ$ODQௐ-D\ௐ7R\RWD 3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ 3URSRVHUௐZHEVLWHௐDGGUHVVௐRUௐDGGUHVVHVZZZ1DWLRQDO$XWR)OHHW*URXSFRP 3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQHௐ7KHௐUHSUHVHQWDWLYHௐ PXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐ RIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐWKHௐUHVXOWLQJௐ FRQWUDFW -HVVHௐ&RRSHU)OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐQDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH -HVVHௐ&RRSHU )OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH&ODUNHௐ&RRSHU)OHHWௐ0DQJHU ௐ$XWRௐ&HQWHUௐ'ULYH:DWVRQYLOOHௐ&$ௐ &ODUNH&RRSHU#ZDWVRQYLOOHIOHHWJURXSFRP 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐDQGௐ LQGXVWU\ௐORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐVWDUWHGௐDVௐDௐQHZௐGLYLVLRQௐRIௐௐ+RXUௐ//&ௐLQௐWKHௐVXPPHUௐRIௐௐLQௐWKHௐKHDUWௐRIௐ6RXWKHUQௐ&DOLIRUQLDௐ:HௐEHJDQௐRXUௐQHWZRUNௐZLWKௐDௐVLQJOHௐDXWRPRELOHௐGHDOHUVKLSௐDQGௐKDYHௐQRZௐ JURZQௐRXUௐQHWZRUNௐWRௐHQFRPSDVVௐQXPHURXVௐGHDOHUVKLSVௐORFDWHGௐLQௐDQGௐRXWVLGHௐRIௐ&DOLIRUQLDௐ :HௐVWDQGௐE\ௐSURYLGLQJௐRSSRUWXQLWLHVௐIRUௐDGYDQFHPHQWௐE\ௐKLULQJௐDQGௐSURPRWLQJௐIURPௐZLWKLQௐRXUௐ RUJDQL]DWLRQௐ0DQ\ௐRIௐWKHௐ)OHHWௐ0DQDJHUVௐZKRௐVWDUWHGௐZLWKௐXVௐLQௐௐDUHௐVWLOOௐZLWKௐXVௐWRGD\ௐ 7KURXJKௐWKHௐ\HDUVௐZHௐKDYHௐHYROYHGௐDQGௐDGDSWHGௐWRௐWKHௐQHZௐWHFKQRORJ\ௐGULYHQௐWUHQGVௐWKDWௐDUHௐ UHYROXWLRQL]LQJௐWKHௐDXWRPRWLYHௐLQGXVWU\ௐWRGD\ௐ+RZHYHUௐRXUௐEUDQG¶VௐIXQGDPHQWDOௐFRUHௐYDOXHVௐKDYHௐUHPDLQHGௐXQFKDQJHGௐ±ௐ:HௐDUHௐFRPPLWWHGௐWRௐGRௐULJKWௐIRUௐWKHௐPHPEHUVௐ,IௐZHௐWDNHௐFDUHௐRIௐWKHPௐWKH\ௐ ZLOOௐLQௐUHWXUQௐWDNHௐFDUHௐRIௐXVௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐRSHUDWLRQDOௐEOXHSULQWௐDQGௐEXVLQHVVௐSKLORVRSK\ௐKDVௐDOZD\VௐEHHQௐWKHௐ³ௐ 5,*+7¶V´ௐIRUௐHYHU\ௐPHPEHUௐ:HௐGHOLYHUௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDWௐ WKHௐ5,*+7ௐSULFHௐ 7KHௐLQWHJULW\ௐRIௐRXUௐEXVLQHVVௐVWHPVௐRQௐRXUௐGHHSௐIDPLO\ௐURRWVௐLQௐWKHௐDXWRPRWLYHௐLQGXVWU\ௐ:HௐDUHௐDQGௐDOZD\VௐZLOOௐEHௐIDPLO\ௐRZQHGௐDQGௐRSHUDWHGௐZLWKௐRXUௐIXWXUHௐJHQHUDWLRQVௐDOUHDG\ௐLQௐWKHLUௐLQIDQWௐVWDJHVௐWRGD\ௐ:HௐDUHௐFRPPLWWHGௐWRௐSLRQHHULQJௐRXUௐLQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUG",IௐDZDUGHGௐWKLVௐZRXOGௐEHௐRXUௐWKௐ6RXUFHZHOOௐ&RQWUDFWௐDQGௐZHௐZRXOGௐH[HFXWHௐDVௐVXFKௐ:HௐZLOOௐFRQWLQXHௐWRௐVHUYHௐ\RXUௐPHPEHUVௐDQGௐSURYLGHௐWKHPௐZLWKௐH[FHOOHQWௐFXVWRPHUௐVHUYLFHௐZKLOHௐFRQWLQXLQJௐWRௐDGYDQFHௐFXVWRPHUௐVDWLVIDFWLRQௐ$ORQJௐZLWKௐLPSOHPHQWLQJௐQHZௐEXVLQHVVௐJURZWKௐVWUDWHJLHVௐWKDWௐZLOOௐ XOWLPDWHO\ௐODXQFKௐXVௐLQWRௐQHZௐKHLJKWVௐRQFHௐDJDLQௐ )XUWKHUPRUHௐZHௐZLOOௐODXQFKௐRXUௐ3DUWQHUௐ3URJUDPௐGHWDLOHGௐLQௐWKHௐDWWDFKHGௐ³PDUNHWLQJௐ3ODQௐ &RPSUHVVHG´ௐ=LSௐILOHௐ7KLVௐQH[WௐJHQHUDWLRQௐDSSOLFDWLRQௐZLOOௐJLYHௐPHPEHUVௐWKHௐSRZHUௐWRௐVHOHFWௐXSILWWHUVௐWKH\ௐZRXOGௐOLNHௐ1$)*ௐWRௐSDUWQHUௐZLWKௐLQௐSURYLGLQJௐVDWLVIDFWRU\ௐTXRWHVௐDQGௐVHUYLFHௐ:HௐVHHௐWUHPHQGRXVௐ YDOXHௐLQௐEXLOGLQJௐRXWௐWKHVHௐPXWXDOO\ௐEHQHILFLDOௐSDUWQHUVKLSVௐVRௐZHௐFDQௐSURYLGHௐௐVDWLVIDFWRU\ௐ WXUQNH\ௐVROXWLRQVௐWRௐWKHௐPHPEHUV 'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZLWKௐ PHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐ ILQDQFLDOௐVWDWHPHQWVௐ6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐDVௐDSSOLFDEOHௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 7RௐGHPRQVWUDWHௐ1$)*¶VௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZHௐKDYHௐXSORDGHGௐ%DQNௐ&RPPLWPHQWௐOHWWHUVௐ XQGHUௐWKHௐ)LQDQFLDOௐ6WUHQJWKௐ6HFWLRQௐRIௐWKHௐRQOLQHௐDSSOLFDWLRQௐ:HௐKDYHௐDௐGLUHFWௐOLQHௐRIௐFUHGLWௐRIௐ ௐWKDWௐZHௐDUHௐFXUUHQWO\ௐXWLOL]LQJௐZLWKௐRXUௐFXUUHQWௐDQGௐSDVWௐ6RXUFHZHOOௐ&RQWUDFWVௐ+RZHYHUௐWKLVௐQXPEHUௐLVௐQRWௐFDSSHGௐDVௐZHௐKDYHௐWKHௐIUHHGRPௐWRௐH[WHQGௐWKHௐFDSௐWRௐDFFRPPRGDWHௐWKHௐUHYROYLQJௐ QHHGVௐRIௐWKHௐPHPEHUVௐ 5HIHUHQFHGௐEHORZௐLVௐDௐVKRUWௐUHJLVWHUௐRIௐVRPHௐRIௐRXUௐPDUNHWௐVXFFHVVௐIURPௐDZDUGHGௐJRYHUQPHQWௐ FRQWUDFWVௐWKDWௐHQFRPSDVVௐRYHUௐௐZRUWKௐRIௐSURGXFWVௐDQGௐJRRGVௐXQGHUௐRXUௐFXUUHQWௐ6RXUFHZHOOௐ&RQWUDFWௐ $ௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) %ௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) &ௐ*RYHUQPHQWௐ)OHHWௐ$UWLFOHௐ+LJKOLJKWLQJௐRXUௐWUDQVDFWLRQௐZLWKௐWKHௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐSURFXULQJௐRYHUௐௐ3ROLFHௐYHKLFOHVௐWKURXJKௐ1$)*ௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) 'ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ:RUOGௐ$LUSRUWVௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)ௐIRUௐWKHௐSURFXUHPHQWௐRIௐௐYHKLFOHV (ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐ([WHQVLRQௐWRௐௐௐFRQWUDFWௐXQGHUௐ6RXUFHZHOOௐ &RQWUDFWௐ1$) )ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐIRUௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) *ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ5HQHZDOௐIRUௐDQRWKHUௐௐௐXQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐ1$) +ௐ&LW\ௐRIௐ&RVWDௐ0HVDௐ&$ௐ&RQWUDFWௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) ,ௐ%ODQNHWௐ&RQWUDFWVௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐFXUUHQWௐ&ODVVௐௐௐDQGௐௐ&KDVVLVௐ&RQWUDFWௐ1$) -ௐ%ODQNHWௐ&RQWUDFWVௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐ&XUUHQWௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) :HௐKDYHௐDOVRௐDWWDFKHGௐRXUௐ&RPPLWPHQWௐ/HWWHU¶VௐIRUௐXQSDUDOOHOௐVXSSRUWௐIURPௐOHDGLQJௐQDWLRQDOO\ௐ UHFRJQL]HGௐXSILWௐVXSSOLHUVௐVXFKௐ7KHௐ.QDSKHLGHௐ0DQXIDFWXULQJௐ&RPSDQ\ௐ$ORQJௐZLWKௐUHJLRQDOௐVXSSOLHUVௐVXFKௐDVௐ%UDQGௐ);ௐDQGௐ3KHQL[ௐ7UXFNௐ%RG\ௐORFDWHGௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐVHUYHௐDVௐUHJLRQDOௐVXSSRUWௐORFDWLRQVௐZKRPௐZHௐRIWHQௐZRUNௐDORQJVLGHௐWRௐIXOILOOௐDOOௐPHPEHUௐQHHGVௐZLWKௐSDVWௐSUHVHQWௐDQGௐIXWXUHௐ RUGHUVௐZLWKௐ1$)*ௐ ,QFOXGHGௐDUHௐDOVRௐ8SILWWHUௐ5HFRPPHQGDWLRQௐOHWWHUVௐWRௐLOOXVWUDWHௐKRZௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐ WDNHQௐDௐSURDFWLYHௐLQWHUHVWௐLQௐEXLOGLQJௐPXWXDOO\ௐEHQHILFLDOௐUHODWLRQVKLSௐZLWKௐRXUௐXSILWWHUVௐ0XWXDOLW\ௐDQGௐUHFLSURFLW\ௐUHODWLRQVKLSVௐEHWZHHQௐERG\ௐFRPSDQLHVௐDQGௐRXUௐGHDOHU¶VௐDUHௐWZRௐRIௐWKHௐNH\ௐFRPSRQHQWVௐ WKDWௐKHOSௐPHPEHUVௐUHFHLYHௐZKDWௐWKH\ௐQHHGௐLQௐDௐVPRRWKௐDQGௐHIILFLHQWௐIDVKLRQௐ ,QௐDGGLWLRQௐWKHௐDGRSWLRQௐRIௐRXUௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐIURPௐ$QQHௐ$UXQGHOௐ&RXQW\ௐLQௐWKHௐVWDWHௐRIௐ 0DU\ODQGௐLVௐDVௐDQௐH[DPSOHௐRIௐKRZௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWUDFWVௐDQGௐUHWDLQVௐQHZௐFOLHQWVௐE\ௐ GHPRQVWUDWLQJௐWRௐWKHPௐWKHUH¶VௐDௐEHWWHUௐDQGௐPRUHௐHIILFLHQWௐZD\ௐRIௐILQGLQJௐWXUQNH\ௐVROXWLRQV /DVWO\ௐZHௐKDYHௐDWWDFKHGௐVXSSRUWLQJௐGRFXPHQWVௐWKDWௐKHOSௐHPSKDVL]HௐDQGௐH[HPSOLI\ௐRXUௐJURZWKௐVLQFHௐ RXUௐILUVWௐDZDUGHGௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐௐ:HௐVLQFHUHO\ௐKRSHௐLWௐKHOSVௐSRUWUD\ௐRXUௐFRPPLWPHQWௐWRௐEXLOGLQJௐOLIHORQJௐUDSSRUWௐDQGௐWUXVWௐZLWKௐRXUௐSDUWQHUௐXSILWWHUVௐDQGௐPHPEHUV :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ"ௐ2IௐRXUௐUHVSHFWLYHௐEUDQGVௐDQGௐ2(0¶VௐZHௐUHSUHVHQWௐWKHௐ86ௐPDUNHWௐVKDUHௐLVௐHVWLPDWHGௐWRௐEHௐௐ±ௐ :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐ WKDWௐ\RXௐDUHௐSURSRVLQJ" ,WௐLVௐGLIILFXOWௐWRௐHVWLPDWHௐWKHௐPDUNHWௐVKDUHௐIRUௐWKHௐEUDQGVௐDQGௐ2(0¶VௐZHௐUHSUHVHQWௐKRZHYHUௐZHௐ HVWLPDWHௐWKDWௐLWௐVKRXOGௐEHௐWKHௐVDPHௐௐௐௐRIௐWKHௐ86ௐVKDUH +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO1R Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐ SURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐHLWKHUௐDௐRUௐEௐMXVWௐEHORZௐEHVWௐDSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQDௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐRUௐVLPLODUௐHQWLW\ௐSURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐWKHௐ SURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" Eௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ PDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐIRUFHௐDQGௐZLWKௐ \RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐSURGXFWVௐDQGௐ VHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐDௐGHDOHUௐQHWZRUNௐEHVWௐFDWHJRUL]HGௐDVௐ³$´ௐௐ'LVWULEXWHU'HDOHU5HVHOOHUௐDQGௐ'HDOHUௐ3DUWQHUௐIRUௐௐ2(0ௐ0DQXIDFWXUHUVௐLQFOXGLQJௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ&KHYUROHWௐ5$0ௐ *0&ௐ%XLFNௐ&KU\VOHUௐ'RGJHௐ-HHSௐ7R\RWDௐ1LVVDQௐ.,$ௐ%0:ௐ+RQGDௐ&DGLOODFௐDQGௐ9RONVZDJHQௐ$OOௐRUGHUVௐDUHௐSODFHGௐZLWKௐWKHௐIUDQFKLVHGௐGHDOHUௐDQGௐXOWLPDWHO\ௐWLWOHGௐGLUHFWO\ௐWRௐWKHௐPHPEHUௐ$OOௐDSSURSULDWHௐFHUWLILFDWLRQௐFHUWLILFDWHVௐDQGௐDXWKRUL]HGௐ'09)DFWRU\ௐOLFHQVHVௐPD\ௐEHௐIRXQGௐLQௐWKHௐ³5HODWHGௐ &HUWLILFDWLRQ´ௐVHFWLRQௐXSORDGHGௐWRௐWKLVௐ5)3ௐ,WௐVKRXOGௐEHௐQRWHGௐZHௐGRௐQRWௐVHOOௐXVHGௐHTXLSPHQWௐWRௐPHPEHUV ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐKHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVHௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 5HTXLUHGௐOLFHQVHVௐLQFOXGHௐDௐ'HDOHU¶Vௐ/LFHQVHௐDௐ)UDQFKLVHௐLVVXHGௐE\ௐWKHௐ0DQXIDFWXUHௐDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐDVௐZHOOௐDVௐDௐ5HVHOOHU¶VௐSHUPLWௐOLFHQVHௐ$OOௐZKLFKௐ1$)*ௐDQGௐ'HDOHUௐ3DUWQHU¶VௐKROGௐ3OHDVHௐUHYLHZௐRXUௐDWWDFKPHQWௐGRFXPHQWVௐLQௐVHFWLRQௐ³5HODWHGௐ&HUWLILFDWLRQ´ௐIRUௐOLFHQVHVௐ WKDWௐZHௐHLWKHUௐVROHO\ௐRZQௐRUௐDUHௐMRLQWO\ௐRZQHGௐE\ௐRXUௐSDUWQHUௐGHDOHUVௐWKDWௐSHUWDLQௐWRௐWKLVௐ5)3ௐ$ௐOLVWௐRIௐDOOௐRXUௐOLFHQVHVௐDUHௐEHORZௐVRPHௐRIௐZKLFKௐPD\ௐQRWௐSHUWDLQௐWRௐFODVVௐௐEXWௐWRௐFODVVௐௐ &$ௐ&HUWLILFDWHௐRIௐ*RRGௐ6WDQGLQJௐ6WDWHௐRIௐ)ORULGDௐ/LFHQVHௐ&HUWLILFDWHVௐ9) 9)9) 9) 9)9) 9) 9)9) 9) 9)&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ%XUHDXௐRIௐ$XWRPRWLYHௐUHSDLUௐ5HJLVWUDWLRQௐௐ$5'ௐ&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ &LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ&LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ)LFWLWLRXVௐ%XVLQHVVௐ1DPHVௐIURPௐ6DQWDௐ&UX]ௐ&RXQW\ௐIRUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ)%1ௐ &DOLIRUQLDௐ*HQHUDOௐ5HVDOHௐ&HUWLILFDWHௐ'XQௐ ௐ%UDGVWUHHWௐ1XPEHUௐ*RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&HUWLILFDWH *RYHUQPHQWௐRIௐWKHௐ'LVWULFWௐRIௐ&ROXPELDௐ7D[ௐ5HJLVWUDWLRQௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ7D[ௐ5HJLVWUDWLRQௐ *RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&/($1ௐ+$1'6ௐ&(57,),&$7,21 6DQௐ'LHJRௐ)UHLJKWOLQHUௐ6HOOHU¶Vௐ3HUPLW&RPPRQZHDOWKௐRIௐ9LUJLQLDௐ6WDWHௐ&RUSRUDWLRQௐ&RPPLVVLRQௐ&HUWLILFDWHௐ 6WDWHௐRIௐ0DU\ODQGௐ*RRGௐ6WDQGLQJௐ&HUWLILFDWHௐ .DQVDVௐ'HSDUWPHQWௐRIௐ5HYHQXHௐIRUௐ.DQVDVௐ&LW\ௐ3HWHUELOW1HZௐ-HUVH\ௐ'HSDUWPHQWௐRIௐ7UHDVXU\ௐ5HJLVWUDWLRQௐ&HUWLILFDWH 1HZௐ-HUVH\ௐ%XVLQHVVௐ5HJLVWUDWLRQௐ 1RWLFHௐRIௐ&RPSOLDQFHௐRIௐWKHௐ&DQWRQௐ&LW\ௐ&RGLILHGௐ2UGLQDQFHௐ(PSOR\HHௐ,QIRUPDWLRQௐ5HSRUWௐIRUௐWKHௐ6WDWHௐRIௐ1HZௐ-HUVH\ௐ 6WDWHௐRIௐ0DU\ODQGௐ1HZௐ6DOHVௐDQGௐ8VHௐWD[ௐ/LFHQVHௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐௐ6RXWKௐ&DUROLQDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐ1XPEHUௐ 6WDWHௐRIௐ6RXWKௐ&DUROLQDௐ5HWDLOௐ/LFHQVHௐ&RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ6WDWHௐRIௐ:HVWௐ9LUJLQLDௐ'HDOHUௐ/LFHQVHௐ &RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ6WDWHௐRIௐ7HQQHVVHHௐ9HKLFOHௐ'HDOHUௐ/LFHQVH 3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐ KDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 1RWௐ$SSOLFDEOHௐQRQH Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐUHFRJQLWLRQௐ WKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐUHFHLYHGௐLWVௐPRVWௐSUHVWLJLRXVௐDZDUGௐIRUௐ7RSௐ3ODFHPHQWௐZLWKLQௐ)RUGௐ0RWRUௐ &RPSDQ\ௐDVௐWKHௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐ,QௐDGGLWLRQௐRXUௐ&KHYUROHWௐEUDQGௐZDVௐKLJKO\ௐ UDQNHGௐDQGௐKRQRUHGௐௐFRQVHFXWLYHௐ\HDUVௐE\ௐ*HQHUDOௐ0RWRUV :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV :LWKLQௐRXUௐIOHHWௐGLYLVLRQௐௐRIௐRXUௐFRQWUDFWVௐZLWKLQௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDYHௐEHHQௐZLWKௐJRYHUQPHQWௐ DFFRXQWV :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV :LWKLQௐWKHௐSDVWௐௐ\HDUVௐௐRIௐRXUௐVDOHVௐKDYHௐEHHQௐWRௐJRYHUQPHQWௐDFFRXQWVௐௐRIௐZKLFKௐDUHௐZLWKLQௐWKHௐHGXFDWLRQௐVHFWRU /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ \HDUV" :HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐ,QௐDGGLWLRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFW¶VௐௐௐDQGௐௐWKDWௐZHௐKDYHௐPDLQWDLQHGௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDVௐVROGௐFRPELQHGௐQRUWKௐRIௐௐPLOOLRQௐRIௐ&RPELQHGௐ4XDUWHUO\ௐ 6DOHV /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ $UUDQJHPHQWVௐ626$ௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐ DQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐIRFXVௐOLHVௐRQௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)*ௐKROGVௐQRௐRWKHUௐ*6$ௐ FRQWUDFWௐ6WDQGLQJௐ2IIHUVௐRUௐ6XSSO\ௐ$UUDQJHPHQWVௐRWKHUௐWKDQௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐௐ2XUௐ DQQXDOௐVDOHVௐYROXPHௐLVௐHVWLPDWHGௐWRௐEHௐQRUWKௐRIௐௐPLOOLRQ 7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 3RUWௐRIௐ/RVௐ$QJHOHVௐ&$ 0Uௐ'DYHௐ&RPHU &RXQW\ௐRIௐ9HQWXUHௐ&$ 0Uௐ-RUJHௐ%QLOOD &LW\ௐRIௐ$XVWLQௐ7; 0Uௐ0DWWௐ6DJHU &RXQW\ௐRIௐ6DQௐ-RDTXLQௐ&$ 0Uௐ'DYLGௐ0\HUV &LW\ௐRIௐ3DORௐ$OWRௐ&$0Vௐ'DQLWUDௐ%DKOPDQ 7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUVHQWLW\QDPHLVRSWLRQDOLQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKH HQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFWVVL]HRIWUDQVDFWLRQVDQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV &LW\ௐRIௐ$XVWLQ *RYHUQPHQW 7H[DV7; 3XUFKDVHU ௐ9HKLFOHVௐDWௐRQFHௐ9DQVௐ DQGௐ689V 2YHUௐ0 /RVௐ$QJHOHVௐ 'HSDUWPHQWௐRIௐ :DWHUௐDQGௐ3RZHU *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ9HKLFOHVௐ9DQVௐDQGௐ 689V 2YHUௐ0 3RUWௐRIௐ/RVௐ $QJHOHV *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐDQGௐ689V 2YHUௐ0 $QQHௐ$UXQGHOௐ&RXQW\*RYHUQPHQW 0DU\ODQG0' 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐDQGௐ689V 2YHUௐ0 &LW\ௐRIௐ6DQௐ'LHJR *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐ689 2YHUௐ0 7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH<RXUUHVSRQVHVKRXOGDGGUHVV LQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUVIXOOWLPHHTXLYDOHQWVLQYROYHGLQHDFKVHFWRU ZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHVRUHPSOR\HHVRIDWKLUGSDUW\DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 6DOHVௐIRUFH 2XUௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐGLUHFWௐDQGௐDQௐLQGLUHFWௐVDOHVௐIRUFHௐ2XUௐGLUHFWௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐGLUHFWௐ HPSOR\HHVௐDQGௐSDUWQHUௐGHDOHUVௐZKLFKௐH[FHHGVௐDQௐHPSOR\HHௐFRXQWௐRIௐௐSHUVRQQHOௐERWKௐIXOOௐWLPHௐDQGௐSDUWௐWLPHௐ0DQ\ௐRIௐRXUௐVDOHVௐIRUFHௐDUHௐVSUHDGௐDFURVVௐWKHௐ86ௐDQGௐZHௐOHYHUDJHௐRXUௐUHODWLRQVKLSVௐZLWKௐ RXUௐODUJHUௐFODVVௐGHDOHUVKLSVௐWRௐVHUYLFHௐWKHௐPHPEHUVௐORZHUௐFODVVௐYHKLFOHௐQHHGVௐDVௐZHOOௐ$ௐFURVVௐVDOHVௐ IRUFHௐ7KHVHௐLQGLYLGXDOVௐKHOSௐVXSSRUWௐRXUௐGHDOHUVKLSVௐDQGௐ1$)*ௐ)OHHWௐ'LYLVLRQௐGLUHFWO\ௐ2QௐWKHௐRWKHUௐKDQGௐRXUௐLQGLUHFWௐVDOHVௐIRUFHௐPDGHௐXSௐRIௐXSILWWHUVௐDQGௐSDUWQHUௐVXSSOLHUVௐFRQVLVWVௐRIௐRYHUௐௐSHUVRQQHOௐ ZLWKௐRXUௐSDUWQHUௐQHWZRUNௐDQGௐVDOHVௐIRUFHௐJURZLQJௐDQQXDOO\ௐ :LWKௐERWKௐGLUHFWௐDQGௐLQGLUHFWௐVDOHVௐIRUFHௐVWDIIௐZRUNLQJௐWRJHWKHUௐ1$)*ௐKDVௐEHHQௐDEOHௐWRௐVXFFHVVIXOO\ௐ JURZௐPDLQWDLQௐDQGௐVHUYLFHௐWKHௐGHPDQGௐRIௐWKHௐPHPEHUVௐ$VௐWKHௐQXPEHUௐRIௐ\RXUௐPHPEHUVௐJURZௐZHௐZLOOௐ FRQWLQXRXVO\ௐZHOFRPHௐPRUHௐVWDIIௐWRௐQRWௐRQO\ௐPHHWௐFXVWRPHUௐGHPDQGௐEXWௐDOVRௐWRௐH[FHHGௐFXVWRPHUௐH[SHFWDWLRQV Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 2XUௐIUDQFKLVHௐQHWZRUNௐLQௐ&DQDGDௐDQGௐWKHௐ86ௐLVௐIRUWXQDWHO\ௐVHFRQGௐWRௐQRQHௐ2XUௐௐSURSRVHGௐ2(06ௐSUHYLRXVO\ௐPHQWLRQHGௐDOOௐRIௐZKLFKௐKDYHௐHVWDEOLVKHGௐDௐSUHVHQFHௐQDWLRQZLGHௐZLWKௐIDFWRU\ௐVWRUHVௐ VWUDWHJLFDOO\ௐSODFHGௐZKHUHௐDOOௐPHPEHUVௐFDQௐUHFHLYHௐVHUYLFHௐDQGௐFRPSOHWHௐZDUUDQW\ௐUHSDLUVௐZLWKௐWKHLUௐUHVSHFWLYHௐSURGXFWV ௐ6LPSOHௐSXWௐWKHௐ1RUWKௐ$PHULFDQௐDQGௐ&DQDGLDQௐDXWRPRELOHௐVXSSO\ௐFKDLQௐQHWZRUNௐLVௐRQHௐRIௐWKHௐEHVWௐLQௐWKHௐZRUOGௐ2IௐWKHௐௐEUDQGVௐZHௐUHSUHVHQWௐWKHௐ2(0VௐKDYHௐSXWௐLQௐSODFHௐDௐGHDOHUௐQHWZRUNௐDFURVVௐDOOௐௐ VWDWHVௐWKDWௐZLOOௐDOORZௐXVௐWRௐEHVWௐVHUYHௐDOOௐPHPEHUV 6HUYLFHௐIRUFH 7KHௐௐPDQXIDFWXUHVௐZHௐUHSUHVHQWௐKDYHௐWKRXVDQGVௐRIௐVHUYLFHௐORFDWLRQVௐWKDWௐZRXOGௐEHௐHDVLO\ௐDFFHVVLEOHௐWRௐDOOௐ\RXUௐPHPEHUVௐ6HUYLFHௐFHQWHUVௐDQGௐZDUUDQW\ௐUHSDLUௐIDFLOLWLHVௐIRUௐDOOௐௐ2(0VௐDUHௐDPSOHௐDQGௐ UHDG\ௐWRௐKHOSௐVHUYLFHௐRXUௐPHPEHUVௐDQGௐWKHLUௐQHHGVௐ+RZHYHUௐ$ODVNDௐDQGௐ+DZDLLௐPD\ௐEHௐH[FHSWLRQVௐ DVௐWKH\ௐPD\ௐKDYHௐIDUWKHUௐGLVWDQFHVௐEHWZHHQௐIUDQFKLVHVௐZKHUHௐPHPEHUVௐFDQௐXWLOL]HௐWKHௐUHSDLUௐVHUYLFHV 'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐ KDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐRWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ3URSRVHUௐDQGௐRWKHUV 7KHௐPHPEHUௐPD\ௐRUGHUௐWKHLUௐYHKLFOHVௐE\ௐQDYLJDWLQJௐWRௐRXUௐZHEVLWHௐZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐ DQGௐJRLQJௐWKURXJKௐWKHௐVWHSE\VWHSௐSURFHVVௐWRௐJHQHUDWHௐDQௐRQOLQHௐTXRWHௐRUௐE\ௐFDOOLQJௐRQHௐRIௐRXUௐUHSUHVHQWDWLYHVௐDWௐௐRUௐE\ௐVHQGLQJௐ1$)*ௐDQௐHPDLOௐDWௐ)OHHW#1DWLRQDO$XWR)OHHW*URXSFRPௐ2UGHUVௐDUHௐWKHQௐSURFHVVHGௐGLUHFWO\ௐWRௐWKHௐPDQXIDFWXUHUௐZKRௐZLOOௐZRUNௐWRௐVXSSO\ௐWKHௐYHKLFOHௐWRௐWKHௐVKLS WRௐORFDWLRQௐIRUௐXSILWWLQLJௐRUௐHQGௐXVHUௐGHVLUHGௐGHOLYHU\ௐORFDWLRQ 'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐSURJUDPௐLIௐDSSOLFDEOHௐௐ ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐVHUYLFHௐJRDOVௐRUௐ SURPLVHV 7RௐEHVWௐGHPRQVWUDWHௐRXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPௐNLQGO\ௐUHIHUHQFHௐWKHௐ=,3ௐILOHௐ³0HPEHUௐ:DONௐ7KURXJK´ௐWKDWௐLVௐDWWDFKHGௐLQௐWKHௐ$GGLWLRQDOௐ'RFXPHQWVௐIROGHUௐ3OHDVHௐEHJLQௐZLWKௐDQGௐUHYLHZௐLQௐRUGHUௐWKDWௐ LVௐH[SODLQHGௐEHORZௐ +RZௐ0HPEHUVௐ&DQௐ*HWௐ4XRWHVௐ2QOLQHௐௐ$ௐPHPEHUௐFDQௐREWDLQௐPRVWௐTXRWHVௐE\ௐYLVLWLQJௐRXUௐZHEVLWHௐ ZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐZKHUHௐDௐVLPSOHௐRQHௐVWHSௐIRUPௐLVௐQHHGHGௐIRUௐUHJLVWUDWLRQௐ7KLVௐLVௐWRௐSURWHFWௐWKHௐSULFHௐLQIRUPDWLRQௐIURPௐQRQPHPEHUVௐ2QFHௐDௐPHPEHUௐUHJLVWHUVௐWKH\ௐZLOOௐUHFHLYHௐDQௐ DXWRPDWHGௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐYLGHRௐRQௐKRZௐWRௐXVHௐRXUௐVLWHௐ0HPEHUVௐZLOOௐJDLQௐDFFHVVௐWRௐ WKHUHௐYHU\ௐRZQௐGDVKERDUGௐZKLFKௐZLOOௐKRXVHௐDOOௐWKHUHௐTXRWHVௐLQௐRQHௐVDIHௐVHFXUHௐORJLQௐ0HPEHU¶VௐFDQௐVHOHFWௐZKLFKௐEUDQGௐWKH\ௐDUHௐORRNLQJௐIRUௐDQGௐPRGHOௐ\HDUௐ2XUௐVLWHௐVKRZVௐDOOௐWKHௐFDWHJRULHVௐWKHௐEUDQGௐ RIIHUVௐVXFKௐDVௐ&DUVௐ9DQVௐ689¶Vௐ7UXFNVௐDQGௐ&KDVVLVௐ&DEVௐ0HPEHUVௐZLOOௐWKHQௐEHௐDEOHௐWRௐGULOOௐGRZQௐ IRUௐWKHௐULJKWௐVHOHFWLRQௐE\ௐSLFNLQJௐIURPௐWKHௐILOWHUௐPHQXௐRIௐZKDWௐFDEௐWKHUHௐORRNLQJௐIRUௐ5HJXODUௐ([WHQGHGௐRUௐ&UHZௐWRௐௐZKHHOௐRUௐௐZKHHOௐGULYHௐGRZQௐWRௐWKHௐEHGௐOHQJWKௐWKHUHௐORRNLQJௐIRUௐௐ$OOௐIDFWRU\ௐRSWLRQVௐDUHௐ WKHQௐSUHVHQWHGௐIRUௐWKHௐPHPEHUௐWRௐVHOHFWௐIURPௐWKLVௐZLOOௐVKRZௐDOOௐFXUUHQWௐIDFWRU\ௐRUGHUDEOHௐRSWLRQVௐWDNLQJௐ WKHௐJXHVVௐZRUNௐRXWௐIRUௐWKHௐPHPEHUௐ2QFHௐDௐPHPEHUௐVHOHFWVௐDௐGHVLUHௐEXLOGௐWKH\ௐZLOOௐVHHௐWKHUHௐ6RXUFHZHOOௐ3ULFHௐUHSRUWௐVKRZLQJௐWKHௐ0653ௐWKHUHௐFRQWUDFWௐSULFHௐWKHௐVDYLQJௐLQௐUHDOௐGROODUVௐDQGௐDVௐDௐ SHUFHQWDJHௐ,QௐWKHௐ3')ௐH[DPSOHௐ\RXௐFDQௐVHHௐDௐVDYLQJௐRIௐௐௐRIௐௐWRௐWKHௐPHPEHUௐ VKRZLQJௐDௐVLJQLILFDQWௐVDYLQJVௐ0HPEHUVௐWKHQௐFDQௐFKRVHௐWRௐDGGௐH[WUD¶VௐWRௐWKHUHௐRUGHUௐOLNHௐH[WUDௐNH\V¶ௐVHUYLFHௐPDQXDOVௐVDOHVௐWD[ௐDQGௐHYHQௐUHTXHVWௐDQௐXSILWௐWRௐEHௐDGGHGௐWRௐWKHUHௐTXRWHௐ/DVWO\ௐWKH\ௐZLOOௐEHௐ JLYHQௐDௐFRPSOHWHௐWXUQௐNH\ௐTXRWHௐSDFNDJHௐWRௐSULQWௐZKLFKௐZLOOௐLQFOXGHௐWKHUHௐFXVWRPL]HGௐ4XRWHௐ,'ௐ'HVFULSWLRQௐDQGௐ6SHFLILFDWLRQVௐRIௐZKDWௐWKH\ௐEXLOWௐௐௐ +RZௐ0HPEHUVௐDQGௐ8SILWWHUVௐFDQௐ3DUWQHUௐZLWKௐ1$)*ௐ2XUௐGHGLFDWHGௐZHEVLWHௐZZZ1$)*3DUWQHUFRPௐZDVௐEXLOWௐWRௐDFFRPPRGDWHௐWKHௐPHPEHUௐZKRௐZRXOGௐOLNHௐDௐFHUWDLQௐXSILWWHUௐWRௐXSILWௐWKHUHௐYHKLFOHVௐ,WௐZDVௐDOVRௐEXLOWௐIRUௐXSILWWHUVௐWRௐKDYHௐDௐSODFHௐWRௐJRௐZKHUHௐWKH\ௐFDQௐILQGௐLQIRUPDWLRQௐRQௐKRZௐWRௐSDUWQHUௐZLWKௐ1$)*ௐ WRௐEHWWHUௐVHUYHௐWKHUHௐORFDOௐPHPEHUVௐ([DPSOHௐRIௐ$ௐ0HPEHUௐZLWKௐ8SILWௐ4XRWHௐ7KLVௐLVௐDQௐH[DPSOHௐRIௐKRZௐZHௐXVHௐRXUௐ&DEௐ&KDVVLVௐDQGௐFRPELQHௐWKHPௐZLWKௐDQௐXSILWௐWRௐSURYLGHௐDௐWXUQNH\ௐVROXWLRQௐIRUௐWKHௐPHPEHUௐLQௐDௐVLPSOHௐWRௐIROORZௐIRUPDWௐ (7$ௐ6\VWHPௐIRUௐ0HPEHUVௐ:DONௐ7KURXJKௐ7KLVௐLVௐZKHUHௐPHPEHUVௐFDQௐHDVLO\ௐFRPHௐWRௐRXUௐZHEVLWHௐWKHௐ VDPHௐZHEVLWHௐWKH\ௐEXLOWௐWKHUHௐFKDVVLVௐRQௐDQGௐWUDFNௐWKHUHௐRUGHUௐOLNHௐWKH\ௐZRXOGௐDௐ836ௐSDFNDJHௐ:Hௐ KDYHௐDௐYHU\ௐVLPSOHௐGLVSOD\ௐRQௐRXUௐKRPHSDJHௐ³7UDFNௐ\RXUௐRUGHU´ௐZKHUHௐPHPEHUVௐFDQௐHQWHUௐRQHௐRIௐWKHௐIROORZLQJௐ3XUFKDVHௐ2UGHUௐ1XPEHUௐ4XRWHௐ,'ௐ8SILWௐ4XRWHௐ,'ௐRUௐYLQௐWRௐHDVLO\ௐVHHௐWKHUHௐLQௐWKHௐSURFHVVௐ WKHUHௐSDUWLFXODUௐRUGHUௐLVௐLQௐ &RXUWHV\ௐ&RQILUPDWLRQௐ([SODLQHGௐ$IWHUௐ1$)*ௐUHFHLYHVௐDQௐRUGHUௐIURPௐDௐ0HPEHUௐZHௐDOZD\VௐOLNHௐWRௐ VHQGௐWKHPௐDௐ&RXUWHV\ௐ&RQILUPDWLRQௐ7KLVௐLVௐZHUHௐWKHௐPHPEHUௐZLOOௐGRXEOHௐFKHFNௐVRPHௐSDUWLFXODUVௐRQௐ WKHUHௐRUGHUௐOLNHௐ&RORUௐ4XDQWLW\ௐ8SILWௐDQGௐ6SHFLILFDWLRQ¶VௐDUHௐDOOௐFRUUHFWௐEHIRUHௐRUGHUௐSODFHPHQWௐௐ:HௐDOVRௐOLNHௐWRௐDVNௐIRUௐWLWOHௐLQIRUPDWLRQௐDWௐWKLVௐSRLQWௐVRௐZHௐFDQௐKHOSௐSURFHVVௐWKHௐSDSHUZRUNௐDWௐGHOLYHU\ௐ SURPSWO\ ௐௐ)DFWRU\ௐ2UGHUௐ&XWௐ2IIௐ1RWLFHVௐ+HUHௐLVௐZHUHௐZHௐOLNHௐWRௐKLJKOLJKWௐZHUHௐPHPEHUVௐFDQௐDFFHVVௐDQ\ௐ XSFRPLQJௐIDFWRU\ௐRUGHUௐFXWௐRIIௐGDWHVௐ:HௐZDONௐWKHPௐWKURXJKௐWKHௐSURFHVVௐVWHSௐE\ௐVWHSௐWRௐHQVXUHௐHYHU\RQHௐNQRZVௐWKHௐXSFRPLQJௐRUGHUௐFXWௐRIIௐGDWHௐZHௐHYHQௐSULQWௐWKLVௐLQIRUPDWLRQௐLIௐNQRZQௐDWௐWKHௐWLPHௐULJKWௐRQௐWKHௐFRYHUௐSDJHௐRIௐWKHUHௐTXRWHVௐ 9DOLGDWLRQௐ:DONௐ7KURXJKௐ([DPSOHௐ7RௐGHPRQVWUDWHௐDௐSULFHௐYDOLGDWLRQௐZHௐVKRZௐZKDWௐDௐPHPEHUௐZRXOGௐVHHௐZKHQௐWKH\ௐEXLOGௐDௐWUXFNௐRQௐRXUௐVLWHௐ$WௐFKHFNௐRXWௐWKHௐPHPEHUௐZRXOGௐVHHௐWKHௐ7RWDOௐ&RQILJXUHGௐ 0653ௐRIௐௐௐ$ௐ6RXUFHZHOOௐ3ULFHௐRIௐௐௐ7RWDOௐ6DYLQJௐRIௐௐௐRUௐௐIRUௐDௐௐ)ௐIROORZHGௐE\ௐWKHௐSULFLQJௐSDJHௐZKLFKௐVKRZVௐWKHௐ0LQLPXPௐ'LVFRXQWௐRIௐDWௐOHDVWௐௐ$Vௐ\RXௐVHHௐZHௐSURYLGHGௐDQௐDGGLWLRQDOௐௐGLVFRXQWௐRQௐWRSௐRIௐWKHௐௐFRQWUDFWௐGLVFRXQWௐ7KLVௐZRXOGௐEHௐ WKHௐFDVHௐLQௐPRVWௐLQVWDQFHV 'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐ SURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐLQௐWKHௐ8QLWHGௐ6WDWHV 2XUௐZLOOLQJQHVVௐDQGௐDELOLW\ௐWRௐVHUYLFHௐPHPEHUVௐQDWLRQZLGHௐLVௐXQSDUDOOHOHGௐ:HௐKDYHௐGHGLFDWHGௐVWDIIௐௐ GD\VௐDௐZHHNௐIURPௐDPௐWRௐSPௐVWDQGLQJௐE\ௐUHDG\ௐWRௐDVVLVWௐDQ\ௐPHPEHUௐKHOSௐILQGௐWKHௐEHVWௐVROXWLRQௐIRUௐ WKHUHௐQHHGVௐHYHQௐLIௐKHOSLQJௐDVVLVWௐWKHPௐWRௐWKHௐEHVWௐ6RXUFHZHOOௐ&RQWUDFWௐWKDWௐFRXOGௐEHௐDௐVROXWLRQௐ:HௐKDYHௐDௐGHGLFDWHGௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐRQOLQHௐTXRWHௐJHQHUDWLQJௐZHEVLWHௐLQௐFDVHௐDQ\ௐPHPEHUௐKDVௐ DQ\ௐWURXEOHௐDWௐDOOௐLQௐEXLOGLQJௐWKHUHௐTXRWHVௐ1$)*ௐKDVௐHVWDEOLVKHGௐDௐFKDLQௐRIௐVXSSOLHUVௐZKRௐDUHௐDWௐWKHௐ UHDG\ௐWRௐVHUYHௐLIௐFDOOHGௐXSRQௐE\ௐDQ\ௐPHPEHUௐ:HௐDUHௐKHUHௐWRௐKHOS 'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐ SURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD :HௐDUHௐZLOOLQJௐDQGௐHDJHUௐWRௐVRRQௐH[WHQGௐRXUௐEXVLQHVVௐPRGHOௐDQGௐQHWZRUNௐLQWRௐ&DQDGDௐ:HௐEHOLHYHௐ SDUWQHULQJௐZLWKௐORFDOௐ&DQDGLDQௐEDVHGௐGHDOHUௐJURXSVௐLVௐNH\ௐWRௐVXFFHVVௐLQௐWKHௐ&DQDGLDQௐPDUNHWௐ1$)*¶VௐFRPSHWLWLYHௐSULFLQJௐDVௐZHOOௐDVௐDௐVLPSOHௐ86ௐ'ROODUௐWRௐ&DQDGLDQௐFRQYHUVDWLRQௐZLOOௐKHOSௐ1$)*ௐH[SDQGௐLQWRௐWKHௐ&DQDGLDQௐPDUNHWௐIRUௐSDUWLFLSDWLQJௐ6RXUFHZHOOௐPHPEHUV ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐKDQGOHௐVHUYLFLQJௐௐRIௐDOOௐJHRJUDSKLFௐDUHDVௐORFDWHGௐLQௐWKHௐ8QLWHGௐ6WDWHVௐௐ$OWKRXJKௐLWௐLVௐXQFOHDUௐZKDWௐXQVHHQௐREVWDFOHVௐZHௐPD\ௐIDFHௐLQௐ&DQDGDௐ1$)*ௐLVௐFRPPLWWHGௐWRௐEXLOGLQJௐWKHௐVDPHௐPRGHOௐWRௐVHUYLFHௐ&DQDGDௐDQGௐSURYLGLQJௐWKHௐVDPHௐOHYHOௐRIௐFXVWRPHUௐVDWLVIDFWLRQௐ VHUYLFHௐDQGௐFDUHௐDVௐLQௐWKHௐ8QLWHGௐ6WDWHV Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐLHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILWௐWKDWௐ\RXௐ ZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" 1$)*ௐZLOOௐFRQWLQXHௐWRௐVHUYLFHௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐWKURXJKௐRXUௐௐKRXUௐDௐGD\ௐௐGD\VௐDௐZHHNௐRQOLQHௐSRUWDOௐZLWKௐWKHௐH[FOXVLRQௐRIௐ1RQ3URILWVௐ8QIRUWXQDWHO\ௐ1RQ3URILWVௐDUHௐRIWHQௐQRWௐHOLJLEOHௐIRUௐWKHௐ VDPHௐGLVFRXQW¶VௐJRYHUQPHQWௐHQWLWLHVௐDUHௐTXDOLILHGௐIRUௐ+RZHYHUௐ1RQ3URILWVௐDUHௐVXEMHFWௐWRௐDௐGLIIHUHQWௐSULFLQJௐSURJUDPௐDQGௐZLOOௐEHௐHYDOXDWHGௐRQௐDௐFDVHௐWRௐFDVHௐEDVLV 'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐDQGௐLQௐ86ௐ7HUULWRULHV 7KHௐRQO\ௐSRVVLEOHௐORJLVWLFDOௐFRQVWUDLQWVௐZHௐPD\ௐIDFHௐLVௐWKHௐVKLSSLQJௐFRQVWUDLQWVௐIRUௐVKLSPHQWVௐDUULYLQJௐLQௐ $ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐ)RUௐH[DPSOHௐZHௐRIWHQௐSURYLGHௐPHPEHUVௐLQௐ$ODVNDௐRUௐ+DZDLLௐZLWKௐYHKLFOHVௐWKDWௐRIWHQௐKDYHௐXSILWVௐ7RௐFLUFXPYHQWௐWKLVௐSRWHQWLDOௐLVVXHௐPHPEHUVௐDOORZௐXVௐWRௐDGGௐWKHVHௐH[WUDௐ VKLSSLQJௐDQGௐSRUWௐFRVWVௐWRௐWKHLUௐTXRWHV 7DEOH0DUNHWLQJ3ODQ /LQH,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐSURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ8SORDGௐ UHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐ PDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐHQFRPSDVVHVௐDௐYDULHW\ௐRIௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐVWUHDPOLQHௐWKHௐYHKLFOHௐSXUFKDVLQJௐSURFHVVௐIRUௐJRYHUQPHQWௐHQWLWLHVௐௐௐ%HORZௐDUHௐDௐIHZௐVWUDWHJLHVௐ XVHGௐWRௐVHUYHௐDVௐWKHௐJDWHZD\ௐEHWZHHQௐRXUௐEXVLQHVVௐDQGௐSXEOLFௐDJHQFLHVௐௐ :HEVLWHௐDQGௐ,QERXQGௐ0DUNHWLQJௐௐ7KHௐFUHDWLRQௐRIௐDௐSURIHVVLRQDOௐFXVWRPHUIRFXVHGௐZHEVLWHௐLVௐRQHௐRIௐRXUௐPDLQௐ IHDWXUHVௐWRௐPDUNHWௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐ7KHௐ1$)*ௐZHEVLWHௐHQFRXUDJHVௐRXUௐPHPEHUVௐWRௐLQWHUDFWௐDQGௐEURZVHௐWKURXJKௐSURGXFWVௐRIIHUHGௐDORQJௐZLWKௐSULFLQJௐDQGௐLQIRUPDWLRQௐDERXWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ,QERXQGௐPDUNHWLQJௐLVௐFUHDWHGௐZKHQௐSRWHQWLDOௐPHPEHUVௐDUHௐGLUHFWHGௐWRௐWKHௐFRPSDQ\ௐZHEVLWHௐௐ:LWKௐWKLVௐPHWKRGௐZHௐ DUHௐDEOHௐWRௐQRWௐRQO\ௐFRQQHFWௐZLWKௐPHPEHUVௐEXWௐWRௐSXWௐWKHௐSXUFKDVLQJௐDELOLW\ௐLQWRௐWKHௐKDQGVௐRIௐHDFKௐPHPEHUௐௐ2XUௐLQERXQGௐPDUNHWLQJௐVWUDWHJ\ௐDWWUDFWVௐPHPEHUVௐE\ௐFUHDWLQJௐYDOXDEOHௐFRQWHQWௐDQGௐH[SHULHQFHVௐWDLORUHGௐWRௐWKHௐQHHGVௐRIௐHDFKௐLQGLYLGXDOௐ([DPSOHVௐLQFOXGHௐHPDLOௐFDPSDLJQௐIO\HUVௐRQௐRXUௐSURGXFWVௐLQIRUPDWLYHௐDQGௐKRZWRௐ YLGHRVௐVRFLDOௐPHGLDௐDQGௐHQJDJLQJௐPHPEHUVௐZLWKௐWRSQRWFKHGௐFXVWRPHUௐVHUYLFHௐWRௐEXLOGௐEUDQGௐDZDUHQHVVௐ (PDLOௐ0DUNHWLQJௐ2QHௐRIௐWKHௐPDLQௐVWUDWHJLHVௐXVHGௐWRௐHQJDJHௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐLVௐ(PDLOௐ 0DUNHWLQJௐ2XUௐHPDLOVௐLQFOXGHௐGLIIHUHQWௐW\SHVௐRIௐIO\HUVௐWKDWௐFRQVLVWௐRIௐLQIRUPDWLRQௐRIௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐSURPRWLQJௐPDQXIDFWXUHUௐEUDQGVௐKROLGD\ௐWKHPHGௐIO\HUVௐGLVFRXQWVௐRIIHUHGௐWRௐILUVWௐWLPHௐEX\HUVௐLPSRUWDQWௐFXWRIIௐ GDWHௐUHPLQGHUVௐDQGௐXSFRPLQJௐSURGXFWVௐDQGௐHYHQWVௐௐ 7KHௐXVHௐRIௐPDUNHWLQJௐFDPSDLJQVௐSOD\VௐDௐPDMRUௐUROHௐLQௐHQKDQFLQJௐWKHௐJURZWKௐRIௐRXUௐFOLHQWௐGDWDEDVHௐௐ(PDLOVௐDUHௐDௐELJௐSDUWௐRIௐRXUௐGDLO\ௐOLYHVௐGXHௐWRௐJRYHUQPHQWௐDJHQF\ௐHPSOR\HHVௐXWLOL]LQJௐHPDLOVௐDVௐWKHLUௐPDLQௐVRXUFHௐRIௐ FRPPXQLFDWLRQௐௐ:HௐXVHௐFDPSDLJQHUFRPௐDVௐWKHௐHPDLOLQJௐSODWIRUPௐWRௐUHDFKௐRXUௐWDUJHWௐPHPEHUVௐௐ9LGHRVௐDQGௐ GHVFULSWLYHௐLPDJHVௐDUHௐXVHGௐRQௐDOOௐIO\HUVௐDQGௐDUHௐFRPSDWLEOHௐZLWKௐDௐGHVNWRSௐRUௐPRELOHௐGHYLFHௐௐ0HVVDJHVௐDUHௐVKRUWௐDQGௐWRௐWKHௐSRLQWௐZLWKௐOLQNVௐOHDGLQJௐWRௐWKHௐ6RXUFHZHOOௐDQGௐ1$)*ௐKRPHSDJHௐௐ7KHௐ&DPSDLJQHUௐHPDLOௐ V\VWHPௐDOORZVௐWKHௐDELOLW\ௐWRௐWUDFNௐHPDLOௐDFWLYLW\ௐEDVHGௐRQௐRSHQௐUDWHௐXQVXEVFULEHVௐDQGௐOLQNௐFOLFNVௐZKLFKௐLVௐ EHQHILFLDOௐWRௐXQGHUVWDQGLQJௐHPDLOௐHIIHFWLYHQHVVௐௐ 2QFHௐSRWHQWLDOௐPHPEHUVௐDUHௐGLUHFWHGௐWRௐRXUௐZHEVLWHௐWKH\ௐDUHௐZHOFRPHGௐZLWKௐDௐZLGHௐUDQJHௐRIௐRSWLRQVௐWRௐ H[SORUHௐDQௐDUUD\ௐRIௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐ7KH\ௐDUHௐDEOHௐWRௐUHJLVWHUௐWRௐEHFRPHௐDௐPHPEHUௐYLHZௐSULFLQJௐH[SORUHௐDYDLODEOHௐLQVWRFNௐYHKLFOHVௐYLHZௐKRZWRYLGHRVௐEXLOGௐDௐYHKLFOHௐRQOLQHௐWRௐUHTXHVWௐDQௐLPPHGLDWHௐTXRWHௐ RUௐXVHௐRXUௐOLYHௐFKDWௐDVVLVWDQWௐRUௐFDOOHPDLOௐIRUௐOLYHௐVXSSRUWௐௐ )DFHௐWRௐ)DFHௐ0DUNHWLQJௐ6WUDWHJLHVௐௐ7KLVௐVWUDWHJ\ௐKDVௐSURYHQௐWRௐEHௐVXFFHVVIXOௐLQௐJHQHUDWLQJௐOHDGVௐDQGௐ FUHDWLQJௐODVWLQJௐUHODWLRQVKLSVௐE\ௐGHYHORSLQJௐJHQXLQHௐFRQQHFWLRQVௐZLWKௐSURVSHFWLYHௐPHPEHUVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWHQGVௐVHYHUDOௐWUDGHVௐVKRZVௐSHUௐ\HDUௐWRௐHQJDJHௐPHPEHUVௐDQGௐSXWௐDௐIDFHௐWRௐWKHௐFRPSDQ\ௐ7KLVௐLQௐSHUVRQௐPHHWLQJௐDLGVௐWRௐEXLOGௐWKHௐEUDQGௐE\ௐQXUWXULQJௐUHODWLRQVKLSVௐEHWZHHQௐPHPEHUVௐDQGௐRWKHUௐYHQGRUVௐ DVVRFLDWHGௐWKURXJKௐWKHௐSURFHVVௐௐௐ7UDGHௐVKRZVௐDWWHQGHGௐLQFOXGHௐ*);ௐ,$332ௐ1,*3ௐ$&7ௐ&$332ௐDQGௐ&$6%2ௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐௐ 1$)*ௐKDVௐPDQ\ௐRSSRUWXQLWLHVௐWRௐPDNHௐLQௐSHUVRQௐSUHVHQWDWLRQVௐWRௐSURSRVHௐSURGXFWVௐVHUYLFHVௐRIIHUHGௐDQGௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐSRWHQWLDOௐPHPEHUVௐPD\ௐKDYHௐௐ7KHVHௐ3RZHU3RLQWௐ3UHVHQWDWLRQVௐLQFOXGHௐWRSLFVௐRQௐ 1$)*6RXUFHZHOOௐSURFHVVௐKRZௐWRௐIDFLOLWDWHௐWKHௐYHKLFOHௐSXUFKDVLQJௐZLWKRXWௐELGGLQJௐLQIRUPDWLRQDOௐYLGHRVௐDQGௐ WKHௐEUDQGVௐDQGௐVHUYLFHVௐZHௐSURYLGHௐ7KHVHௐPHHWLQJVௐKDYHௐEHHQௐKHOGௐDWௐORFDOௐFLWLHVௐFRXQWLHVௐVFKRROௐGLVWULFWVௐZDWHUௐGLVWULFWVௐDQGௐSRUWV 5HODWLRQVKLSௐ0DUNHWLQJௐLVௐDௐYLWDOௐVWUDWHJ\ௐXVHGௐLQௐEXLOGLQJௐDQGௐPDLQWDLQLQJௐORQJWHUPௐUHODWLRQVKLSVௐSUDFWLFHGௐE\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐRQௐDௐGDLO\ௐEDVLVௐௐ 1$)*ௐVWULYHVௐWRௐFUHDWHௐDௐSRVLWLYHௐDQGௐVXSSRUWLYHௐFRQQHFWLRQௐZLWKௐPHPEHUVௐE\ௐSURYLGLQJௐSHUVRQDOL]HGௐDQGௐUHVSRQVLYHௐFXVWRPHUௐVHUYLFHௐSUDFWLFHVௐௐ7KHௐVDOHVௐWHDPௐKDVௐZRUNHGௐWLUHOHVVO\ௐWRௐIRFXVௐRQௐSURYLGLQJௐ RXWVWDQGLQJௐFXVWRPHUௐVXSSRUWௐWRௐFUHDWHௐDௐSRZHUIXOௐUDSSRUWௐZLWKௐH[LVWLQJௐDQGௐQHZௐPHPEHUVௐௐ%\ௐJRLQJௐDERYHௐ DQGௐEH\RQGௐWKH\ௐKDYHௐHQKDQFHGௐH[LVWLQJௐUHODWLRQVKLSVௐDQGௐH[HFXWHGௐFXVWRPHUௐOR\DOW\ௐZLWKௐUHSHDWௐEXVLQHVVHVௐௐ7KH\ௐVWULYHௐWRௐGHYLDWHௐIURPௐWKHௐ³&DUௐ6DOHVSHUVRQ´ௐPHQWDOLW\ௐZKLFKௐLVௐௐVDOHVௐGULYHQௐWRௐDௐPRUHௐSURGXFWௐ DQGௐFXVWRPHUௐVHUYLFHௐDSSURDFKௐE\ௐLQVWLOOLQJௐDௐVHQVHௐRIௐFRQILGHQFHௐLQௐRXUௐFOLHQWVௐௐ7KHௐJRDOௐLVௐWRௐUHJXODUO\ௐDVVLVWௐFOLHQWVௐDQGௐDGGUHVVௐDQ\ௐQHHGVௐDQGௐFRQFHUQVௐHYHQௐDIWHUௐWKHௐSXUFKDVHௐKDVௐRFFXUUHGௐௐ7KHௐVWULYHௐWRௐIRFXVௐRQௐVROXWLRQௐVHOOLQJௐYVௐSURGXFWௐVHOOLQJௐGHYHORSVௐLQWRௐDௐPXWXDOO\ௐEHQHILFLDOௐDJUHHPHQWௐIRUௐPHPEHUVௐDQGௐ WKHௐEXVLQHVVௐௐ %HORZௐDUHௐDௐIHZௐH[DPSOHVௐRQௐVXFFHVVIXOௐUHODWLRQVKLSௐPDUNHWLQJௐIURPௐRXUௐ)OHHWௐ'HSDUWPHQWௐ :HௐKDGௐDௐPHPEHUௐFDOOௐLQௐWRௐUHTXHVWௐILQDQFLQJOHDVHௐRSWLRQVௐIRUௐDௐWUXFNௐQHHGHGௐWKURXJKௐRXUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS6RXUFHZHOOௐYHKLFOHௐFRQWUDFWௐௐ,ௐFRQWDFWHGௐDQRWKHUௐ6RXUFHZHOOௐYHQGRUௐ0DWWௐ*HLVHOKDUWௐIURPௐ1&/ௐ*RYௐ&DSLWDOௐDQGௐKHௐZDVௐKDSS\ௐWRௐDVVLVWௐZLWKௐDௐILQDQFLQJௐTXRWHௐௐ7KHௐPHPEHUௐDOVRௐUHTXHVWHGௐWRௐWUDGHௐLQௐDௐ FXUUHQWௐYHKLFOHௐLQௐWKHLUௐIOHHWௐDQGௐZDVௐGLUHFWHGௐWRௐ*RYGHDOVௐIRUௐDVVLVWDQFHௐLQௐUHPRYLQJௐWKHௐRXWGDWHGௐXQLWௐWKURXJKௐDQௐDXFWLRQௐௐௐ7KHௐPHPEHUௐZDVௐDEOHௐWRௐXWLOL]HௐWKUHHௐ6RXUFHZHOOௐFRQWUDFWVௐWRௐFRPSOHWHௐKLVௐWUDQVDFWLRQௐ ZKLFKௐVLPSOLILHGௐWKHௐHQWLUHௐSURFHVVௐௐ7KHௐPHPEHUௐZDVௐYHU\ௐVDWLVILHGௐZLWKௐWKHௐDPRXQWௐRIௐFDUHௐDQGௐHDVHௐ WKURXJKௐKLVௐH[SHULHQFHௐDQGௐEHFDPHௐDௐUHSHDWௐFXVWRPHUௐௐௐ%\ௐXWLOL]LQJௐDௐFURVVVHOOLQJௐVWUDWHJ\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐEHFDPHௐKLVௐRQHௐVWRSௐVKRSௐWRௐIXOILOOௐDOOௐIOHHWௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐ ³,ௐKDGௐDௐPHPEHUௐFDOOௐLQௐGHVSHUDWHௐWRௐREWDLQௐDௐQHZௐWUXFNௐEHFDXVHௐDQௐHPSOR\HHௐKDGௐJRWWHQௐLQWRௐDௐVHULRXVௐDFFLGHQWௐDQGௐKDGௐWKHௐWUXFNௐWRWDOHGௐௐௐௐ'XHௐWRௐFRYLGௐUHVWULFWLRQVௐPRVWௐPDQXIDFWXUHUVௐDUHௐFXUUHQWO\ௐH[SHULHQFLQJௐ PLFURFKLSௐVKRUWDJHVௐZKLFKௐUHOD\VௐWRௐSURGXFWLRQௐGHOD\VௐDWௐWKHௐIDFWRU\ௐௐ:HௐZHUHௐDEOHௐWRௐGLUHFWௐEX\HUௐWRௐRXUௐLQ VWRFNௐLQYHQWRU\ௐRQௐWKHௐ1$)*ௐZHEVLWHௐDQGௐPHPEHUௐZDVௐHFVWDWLFௐWRௐORFDWHௐWUXFNௐWRௐPHHWௐWKHLUௐQHHGVௐௐௐ,QVWHDGௐRIௐKDYLQJௐWRௐZDLWௐௐZHHNVௐWRௐUHFHLYHௐWKHௐQHZௐYHKLFOHௐPHPEHUௐZDVௐDEOHௐWRௐREWDLQௐWKHௐQHZௐWUXFNௐZLWKLQௐௐ ZHHNV´ Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC ³,ௐRQFHௐKDGௐDௐPHPEHUௐFRQWDFWௐXVௐWZRௐ\HDUVௐDIWHUௐSXUFKDVLQJௐDௐYHKLFOHௐIURPௐXVௐௐௐ7KH\ௐKDGௐDௐPDOIXQFWLRQௐZLWKௐWKHௐOLIWJDWHௐRQௐWKHௐER[ௐWUXFNௐZKLFKௐFDXVHGௐDௐORJLVWLFDOௐQLJKWPDUHௐௐ,ௐZDVௐDEOHௐWRௐFRQWDFWௐRQHௐRIௐRXUௐERG\ௐYHQGRUVௐWKDWௐXSILWWHGௐWKHௐOLIWௐJDWHௐLQVWDOODWLRQௐDQGௐDௐVHUYLFHௐWHFKQLFLDQௐZDVௐDEOHௐWRௐJRௐRQVLWHௐWRௐUHVROYHௐWKHௐ OLIWJDWHௐLVVXHௐDWௐQRௐDGGLWLRQDOௐFRVWௐௐ7KHௐPHPEHUௐZDVௐYHU\ௐLPSUHVVHGௐZLWKௐWKHௐTXDOLW\ௐRIௐRXUௐFXVWRPHUௐVHUYLFHௐHYHQௐDIWHUௐSXUFKDVHௐ³ ³,ௐKDGௐDௐPHPEHUௐUHTXHVWௐDௐôௐWRQௐWUXFNௐSULFLQJௐEXWௐZDVௐXQVXUHௐDERXWௐWKHLUௐEXGJHWௐDWௐWKHௐWLPHௐௐௐ,ௐWRRNௐWKHௐWLPHௐWRௐJRௐWKURXJKௐHDFKௐRSWLRQௐZLWKௐWKHௐFOLHQWௐWRௐSURYLGHௐDௐ6RXUFHZHOOௐSULFLQJௐTXRWHௐWKURXJKௐPXOWLSOHௐ PDQXIDFWXUHUVௐIURPௐ5DPௐ&KHYUROHWௐDQGௐ)RUGௐௐ7KLVௐHPSRZHUHGௐWKHௐPHPEHUௐWRௐKDYHௐPXOWLSOHௐSULFLQJௐRSWLRQVௐ IRUௐUHYLHZௐWRௐDOLJQௐZLWKௐWKHLUௐEXGJHWௐDVௐZHOOௐDVௐHOLPLQDWLQJௐWKHௐQHHGௐWRௐVKRSௐDQ\ZKHUHௐHOVHௐ³ௐௐ ³:HௐZRUNௐZLWKௐPDQ\ௐERG\ௐFRPSDQLHVௐWRௐDVVLVWௐFXVWRPHUVௐZLWKௐWKHௐERG\ௐXSILWWLQJௐSURFHVVௐௐௐ2QHௐRIௐRXUௐ PHPEHUVௐFDOOHGௐLQௐDௐUHTXHVWௐWRௐH[SHGLWHௐDௐSDUWLFXODUௐYHKLFOHௐWKDWௐZDVௐKHOGௐXSௐDWௐRQHௐRIௐWKHLUௐORFDOௐERG\ௐXSILWWHUVௐௐௐ,ௐFRQWDFWHGௐWKHௐERG\ௐFRPSDQ\ௐUHSUHVHQWDWLYHௐDQGௐSXWௐLQௐDௐUHTXHVWௐWRௐH[SHGLWHௐWKHௐXSILWWLQJௐSHUௐ UHTXHVWௐRIௐWKHௐPHPEHUௐௐ7KHௐERG\ௐFRPSDQ\ௐZDVௐDEOHௐWRௐFRPSO\ௐZLWKௐWKHௐUHTXHVWௐDQGௐGHOLYHU\ௐZDVௐPDGHௐVRRQHUௐWKDQௐH[SHFWHG´ :RUGRI0RXWKௐ0DUNHWLQJௐௐ7KHௐSRVLWLYHௐTXDOLW\ௐRIௐVHUYLFHௐKDVௐOHGௐWRௐPRUHௐVDOHVௐEDVHGௐRQௐSUHYLRXVௐFXVWRPHUV¶ௐLPSUHVVLRQVௐRQௐWKHLUௐH[SHULHQFHௐௐ1$)*¶VௐJRDOௐLVௐWRௐSURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐWKURXJKRXWௐWKHௐHQWLUHௐSXUFKDVLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐDGYRFDWHௐVHUYLFHVௐWRௐRWKHUௐ PHPEHUVௐௐ1$)*ௐKDVௐEHHQௐIRUWXQDWHௐWRௐH[SHULHQFHௐPXOWLSOHௐLQVWDQFHVௐRIௐOHDGVௐJHQHUDWHGௐEDVHGௐVROHO\ௐRQௐZRUGRIPRXWKௐPDUNHWLQJௐWKRXJKௐRXUௐH[LVWLQJௐFXVWRPHUVௐௐ &URVVSURPRWLRQௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐFXUUHQWO\ௐFROODERUDWLQJௐZLWKௐDQRWKHUௐ6RXUFHZHOOௐ9HQGRUௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐWRௐSURPRWHௐHDFKௐRWKHU¶VௐSURGXFWVௐDQGௐVHUYLFHVௐௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐVSHFLDOL]HVௐLQௐSURYLGLQJௐFRPSHWLWLYHௐHTXLSPHQWௐILQDQFLQJௐSURJUDPVௐIRUௐPXQLFLSDOLWLHVௐDQGௐSXEOLFௐHGXFDWLRQௐHQWLWLHVௐDFURVVௐWKHௐ 8QLWHGௐ6WDWHVௐௐ$VௐDௐWHDPௐ1&/ௐDQGௐ1$)*ௐSURGXFHGௐDௐYDULHW\ௐRIௐPDUNHWLQJௐPDWHULDOVௐVXFKௐDVௐYLGHRVௐIO\HUVௐDQGௐLQIRௐJUDSKVௐWRௐSURPRWHௐSXUFKDVLQJௐDQGௐOHDVLQJௐRSSRUWXQLWLHVௐௐௐௐ +RJOXQGௐ%XVௐ&RPSDQ\ௐLVௐDQRWKHUௐFURVVSURPRWLRQௐYHQGRUௐ1$)*ௐKDGௐWKHௐRSSRUWXQLW\ௐWRௐFUHDWHௐDௐSDUWQHUVKLSௐZLWKௐௐௐ)O\HUVௐZHUHௐFUHDWHGௐWRௐDGYHUWLVHௐ&KDVVLVௐIURPௐ1$)*ௐDORQJௐZLWKௐDௐYDULHW\ௐRIௐEXVௐERGLHVௐIURPௐ+RJOXQGௐ %XVௐ&RPSDQ\ௐௐௐ :LWKௐFURVVSURPRWLRQௐFRPSDQLHVௐH[FKDQJHௐNQRZOHGJHௐDQGௐSURYLGHௐHQGRUVHPHQWVௐRQௐZHEVLWHVௐVRFLDOௐPHGLDௐ DQGௐHPDLOௐFDPSDLJQVௐௐ7KLVௐVWUDWHJ\ௐFUHDWHVௐDQௐLQIOX[ௐRIௐQHZௐOHDGVௐEUDQGௐDZDUHQHVVௐLQFUHDVHGௐVDOHVௐDQGௐ UHFXUUHQFHௐRIௐFXVWRPHUVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐFRQWLQXHௐWRௐFUHDWHௐQHZௐSDUWQHUVKLSVௐDQGௐIDFLOLWDWHௐPRUHௐFURVVSURPRWLRQௐRSSRUWXQLWLHVௐLQௐWKHௐQHDUௐIXWXUHௐWRௐSURYLGHௐWXUQNH\ௐVROXWLRQVௐIRUௐDௐYDULHW\ௐRIௐYHKLFOHௐ SXUFKDVLQJௐQHHGVௐ &RPLQJௐLQௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐEHௐODXQFKLQJௐDௐ1$)*ௐ3DUWQHUௐ:HEVLWHௐWRௐIXUWKHUௐLQFUHDVHௐ EXVLQHVVௐJURZWKௐௐ7KHௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐLVௐH[SHFWHGௐWRௐODXQFKௐQH[Wௐ\HDUௐLQௐௐௐ7KHௐVLWHௐHQFRXUDJHVௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐWRௐSDUWQHUௐXSௐZLWKௐ1$)*ௐWRௐEHFRPHௐDௐSUHIHUUHGௐPHPEHUௐௐ7KHௐEHQHILWVௐRIௐEHFRPLQJௐDௐSUHIHUUHGௐPHPEHUௐLQFOXGHௐHQGRUVHPHQWVௐRQௐZHEVLWHௐDQGௐ VRFLDOௐPHGLDௐDYHQXHVௐDORQJௐZLWKௐZRUGRIPRXWKௐUHIHUUDOௐIRUௐFOLHQWVௐZLWKௐXSILWWLQJௐQHHGVௐௐ2XUௐGHGLFDWHGௐSXEOLFௐUHODWLRQVௐUHSUHVHQWDWLYHௐZLOOௐFRQGXFWௐSKRQHௐDQGௐLQௐSHUVRQௐPHHWLQJVௐWRௐGLVFXVVௐWKHௐDGYDQWDJHVௐRIௐSDUWQHULQJௐXSௐZLWKௐ1$)*ௐWKHUHIRUHௐJHQHUDWLQJௐPRUHௐFURVVSURPRWLRQௐRSSRUWXQLWLHVௐ 0HPEHUVௐIURPௐJRYHUQPHQWௐDJHQFLHVௐDUHௐHQFRXUDJHGௐWRௐJRௐRQௐWKHௐVLWHௐWRௐVHDUFKௐIRUௐORFDOௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKH\ௐDUHௐLQWHUHVWHGௐLQௐZRUNLQJௐZLWKௐௐௐ$VௐDௐSUHUHTXLVLWHௐLQௐEHFRPLQJௐDௐSUHIHUUHGௐYHQGRUௐWKH\ௐDUHௐ UHTXLUHGௐWRௐDGYHUWLVHௐ1$)*ௐDQGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐRQௐWKHLUௐEXVLQHVVௐZHEVLWHௐDQGௐUHIHUௐWKHLUௐFOLHQWVௐWRௐSXUFKDVHௐWKHLUௐFDEFKDVVLVௐQHHGVௐWKURXJKௐ1$)*ௐௐ7KLVௐHVWDEOLVKHVௐDௐSDUWQHUVKLSௐWKDWௐZLOOௐJHQHUDWHௐLQFUHDVHGௐ VDOHVௐDOOௐDURXQGௐௐ:HௐDUHௐVWLOOௐFXUUHQWO\ௐEXLOGLQJௐWKHௐZHEVLWHௐDQGௐLQWHUDFWLQJௐZLWKௐERG\ௐFRPSDQLHVௐDFURVVௐWKHௐ 8QLWHGௐ6WDWHVௐWKDWௐZRXOGௐEHௐLQWHUHVWHGௐLQௐSDUWQHULQJௐXSௐZLWKௐ1$)* Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐGLJLWDOௐGDWDௐHJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJHௐWRௐ HQKDQFHௐPDUNHWLQJௐHIIHFWLYHQHVV 6RFLDOௐPHGLDௐSOD\VௐDௐFUXFLDOௐHOHPHQWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐRWKHUௐௐௐௐ/LQNHG,QௐLVௐWKHௐJRWRௐSODWIRUPௐXVHGௐE\ௐ1$)*ௐDVௐLWௐRIIHUVௐDௐYDULHW\ௐRIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐORFDWLQJௐ DQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐXWLOL]HGௐ/LQNHG,QௐWRௐHQJDJHௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐWKURXJKௐSHUVRQDOL]HGௐPHVVDJHVௐDQGௐSRVWVௐௐ3HUVRQDOL]HGௐPHVVDJHVௐLQFOXGHௐWKDQNLQJௐWKHPௐIRUௐUHJLVWHULQJௐRQௐVLWHௐDVௐZHOOௐDVௐGLUHFWLQJௐWKHPௐWRௐRQௐRXUௐOLQNௐWRௐWKHௐZHEVLWHௐ/LQNHG,Qௐ <RX7XEHௐ)DFHERRNௐDQGௐ,QVWDJUDPௐFRPSDQ\ௐSDJHVௐௐ7KHௐJRDOௐLVௐWRௐXQLWHௐZLWKௐSHRSOHௐDOUHDG\ௐRQௐRXUௐGDWDEDVHௐDVௐZHOOௐDVௐSHRSOHௐWKDWௐZRXOGௐEHQHILWௐIURPௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐௐ&XUUHQWௐIO\HUVௐRUௐPHVVDJHVௐ DERXWௐRXUௐFRPSDQ\ௐDUHௐDOVRௐSRVWHGௐRQௐWKHௐ/LQNHG,QௐVLWHௐWRௐJHQHUDWHௐDQGௐDWWUDFWௐPRUHௐEXVLQHVVௐௐ7LPHௐLVௐ DOVRௐVSHQWௐRQௐUHDGLQJௐSRVWVௐIURPௐFRQQHFWLRQVௐDQGௐREVHUYHௐDQ\ௐQHHGVௐWKDWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐPD\ௐDVVLVWௐZLWKௐௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐEHJXQௐXWLOL]LQJௐYLGHRௐPDUNHWLQJௐVWUDWHJLHVௐWRௐIXUWKHUௐSURPRWHௐDQGௐPDUNHWௐSURGXFWVௐE\ௐHQJDJLQJௐRQௐVRFLDOௐPHGLDௐFKDQQHOVௐDQGௐHPDLOௐIO\HUVௐௐ3URJUDPVௐVXFKௐDVௐ9LPHRௐ9LGHRௐ6FULEHௐ &DUWRRQௐ$QLPDWRUௐ$GREHௐ$QLPDWHௐ,OOXVWUDWHௐ&DSWLYHௐ3KRWRVKRSௐDQGௐ0RYDYLௐ9LGHRௐ(GLWRUௐ3OXVௐDUHௐHPSOR\HGௐ WRௐHGLWௐDQGௐFUHDWHௐYLGHRVௐWRௐDVVLVWௐLQௐHQGRUVLQJௐRXUௐFRPSDQ\ௐௐ7KHௐIROORZLQJௐYLGHRVௐZHUHௐUHFHQWO\ௐFUHDWHGௐE\ௐRXUௐPDUNHWLQJௐGHSDUWPHQWௐDORQJௐZLWKௐRXWVLGHௐYLGHRௐSURGXFWLRQௐFRPSDQLHV ([SODLQHUௐ9LGHRௐௐ7KHௐILUVWௐYLGHRௐFUHDWHGௐZDVௐDௐௐVHFRQGௐH[SODLQHUௐYLGHRௐDERXWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐWKDWௐXVHGௐDQLPDWHGௐFKDUDFWHUVௐWRௐYLVXDOL]HௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐDORQJௐZLWKௐLQIRUPDWLRQௐRQௐWKHௐ6RXUFHZHOOௐ DZDUGHGௐFRQWUDFWௐௐ7KHௐYLGHRௐKDVௐEHHQௐLQFRUSRUDWHGௐLQWRௐDOOௐRXUௐZHHNO\ௐHPDLOௐIO\HUVௐDQGௐVRFLDOௐPHGLDௐSODWIRUPVௐDVௐDQௐLQIRUPDWLYHௐYLGHRௐRQௐRXUௐSURGXFWVௐDQGௐKRZௐWRௐSXUFKDVHௐYHKLFOHVௐRIIௐ6RXUFHZHOOௐ*RYHUQPHQWௐ&RQWUDFW +RZௐ7Rௐ9LGHRVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐDOVRௐFUHDWHGௐVWHSE\VWHSௐ+RZ7RௐYLGHRVௐRQௐWKHௐSURFHVVௐWRௐSXUFKDVHௐERWKௐ/LJKWௐ'XW\ௐDQGௐ+HDY\'XW\ௐYHKLFOHVௐRIIௐWKHௐFRQWUDFWௐௐ ,Qௐ6WRFNௐ9HKLFOHVௐௐ7KLVௐYLGHRௐVKRZFDVHVௐRXUௐLQVWRFNௐYHKLFOHVௐDYDLODEOHௐDQGௐWKHௐSURFHVVௐRIௐUHTXHVWLQJௐDௐTXRWHௐ (7$ௐ7UDFNLQJௐ6\VWHPௐௐ7KLVௐYLGHRௐZDVௐFUHDWHGௐWRௐQRWௐRQO\ௐLQWURGXFHௐEXWௐWRௐHQFRXUDJHௐFOLHQWVௐWRௐVHOIWUDFNௐWKHLUௐYHKLFOHௐVWDWXVௐௐ +ROLGD\ௐ7KHPHGௐ9LGHRVௐ7KHVHௐDPXVLQJௐYLGHRVௐZHUHௐFUHDWHGௐWRௐFHOHEUDWHௐWKHௐKROLGD\VௐDQGௐDGGௐKXPRUௐDQGௐOLJKWQHVVௐWRௐRXUௐFRPSDQ\ௐDQGௐSURGXFWVௐVROGௐௐ &URVVௐ3URPRWLRQௐ9LGHRௐௐ7KLVௐYLGHRௐPDUNHWVௐRXUௐUHODWLRQVKLSௐZLWKௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐDQGௐ6RXUFHZHOOௐWRௐHQGRUVHௐ(9ௐYHKLFOHVௐௐ 9LGHRVௐIRUௐVRFLDOௐPHGLDௐௐ0LQLௐYLGHRVௐZHUHௐFUHDWHGௐWRௐDGYHUWLVHௐQHZௐYHKLFOHVௐDYDLODEOHௐSULFLQJௐDQGௐFXWRIIௐGDWHௐUHPLQGHUVௐௐ 1$)*ௐKDVௐUHFHQWO\ௐLQWURGXFHGௐDௐQHZO\ௐEXLOWௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐZHEVLWHௐIRUௐFXVWRPHUௐFRQYHQLHQFHௐDVௐZHOOௐDVௐLPSURYLQJௐFXVWRPHUௐVHUYLFHௐௐ9LVLWRUVௐKDYHௐDFFHVVௐWRௐFKDWௐZLWKௐDௐOLYHௐVDOHVௐUHSUHVHQWDWLYHௐௐKRXUVௐDௐGD\ௐ ௐGD\VௐDௐZHHNௐௐ:LWKௐWKLVௐIHDWXUHௐSRWHQWLDOௐFXVWRPHUVௐDUHௐSURYLGHGௐZLWKௐDQRWKHUௐDYHQXHௐIRUௐDVVLVWDQFHௐLQௐDGGLWLRQௐWRௐHPDLOLQJௐDQGௐSKRQHௐFDOOVௐௐ7KHௐEHQHILWVௐRIௐDௐOLYHௐFKDWௐRSWLRQௐLQFOXGHௐTXLFNHUௐUHVSRQVHௐWLPHௐWRௐDVVLVWௐEX\HUVௐLQௐUHDFKLQJௐDௐSXUFKDVLQJௐGHFLVLRQௐDQGௐDQVZHUௐWKHLUௐTXHVWLRQVௐ ,PSURYLQJௐFXVWRPHUௐVHUYLFHௐZLOOௐDOVRௐOHDGௐWRௐLQFUHDVHGௐVDOHVௐFXVWRPHUௐOR\DOW\ௐDQGௐHQJDJHPHQWௐௐ0DQ\ௐVWXGLHVௐKDYHௐVKRZQௐDௐVWURQJௐFRUUHODWLRQௐEHWZHHQௐOLYHௐFKDWௐDQGௐLQFUHDVHௐLQௐFRQYHUVLRQௐUDWHVௐௐ3RWHQWLDOௐFOLHQWVௐ DSSUHFLDWHௐKDYLQJௐWKHLUௐTXHVWLRQVௐDQVZHUHGௐLQௐUHDOWLPHௐZKHQௐWU\LQJௐWRௐEXLOGௐDௐYHKLFOHௐTXRWHௐRQOLQHௐDQGௐDOORZLQJௐWKHௐXVHUௐWRௐPXOWLWDVNௐGLIIHUHQWௐSURMHFWV ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐ SURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐWKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐ FRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" 6RXUFHZHOO¶VௐPLVVLRQௐVWDWHVௐ³2XUௐFRPPLWPHQWௐWRௐVHUYLFHௐDQGௐH[FHHGLQJௐFOLHQWௐH[SHFWDWLRQV´ௐௐ7KLVௐVWDWHPHQWௐ LQWHJUDWHVௐZLWKௐRXUௐUHODWLRQVKLSௐPDUNHWLQJௐVWUDWHJ\ௐZLWKௐRXUௐFRPPLWPHQWௐWRௐJRௐDERYHௐDQGௐEH\RQGௐIRUௐDOOௐRXUௐPHPEHUVௐௐ6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐDFFHVVௐDௐZLGHௐYDULHW\ௐRIௐ SURGXFWVௐDQGௐVHUYLFHVௐIRUௐWKHLUௐHYHU\GD\ௐQHHGVௐௐ:LWKௐRYHUௐௐ\HDUVௐRIௐSDUWQHUVKLSVௐDQGௐUHODWLRQVKLSௐEXLOGLQJௐ WKH\ௐDUHௐWKHௐJOXHௐWKDWௐFRQQHFWVௐJRYHUQPHQWௐHGXFDWLRQௐDQGௐQRQSURILWௐDJHQFLHVௐWRௐFRPSDQLHVௐRIௐDOOௐVL]HVௐWRௐRIIHUௐWXUQNH\ௐVROXWLRQVௐWRௐWKHLUௐQHHGVௐௐௐௐ 6RXUFHZHOOௐLVௐDOVRௐDௐUHOLDEOHௐUHVRXUFHௐIRUௐYHQGRUVௐE\ௐQRWௐRQO\ௐFRQQHFWLQJௐZLWKௐSRWHQWLDOௐSURVSHFWVௐEXWௐE\ௐSURYLGLQJௐYDOXDEOHௐPDUNHWLQJௐPDWHULDOVௐUHDGLO\ௐDYDLODEOHௐIRUௐGRZQORDGௐRQௐWKHLUௐZHEVLWHௐௐ5HVRXUFHVௐDQGௐWRROVௐ SURYLGHGௐLQFOXGHௐIO\HUVௐYHQGRUௐWUDLQLQJௐYLGHRVௐDORQJௐZLWKௐFRPSOLDQFHௐLQIRUPDWLRQ 7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐGRFXPHQWDWLRQௐUHYLHZௐRIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐ FRRSHUDWLYHௐFRQWUDFWVௐWRௐHQVXUHௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ7KHௐEUDQGௐSURYLGHVௐDௐVHQVHௐRIௐOHJLWLPDF\ௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐPHPEHUVௐUHFRJQL]HௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHOLDEOHௐVRXUFHVௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ 6RXUFHZHOO¶VௐDLPௐLVௐWRௐVLPSOLI\ௐWKHௐSXUFKDVLQJௐDQGௐSURFXUHPHQWௐSURFHVVௐRIௐJRYHUQPHQWௐHQWLWLHVௐE\ௐHOLPLQDWLQJௐWKHௐFRVWO\ௐELGGLQJௐSURFHGXUHௐௐ7KHௐSURFHVVௐRIௐUHVHDUFKLQJௐWKHௐULJKWௐYHQGRUௐLVௐQRWௐRQO\ௐVWUHVVIXOௐDQGௐWLPHFRQVXPLQJௐEXWௐFDQௐEHௐH[SHQVLYHௐDVௐZHOOௐௐ6RXUFHZHOOௐKDVௐFRPSOHWHGௐWKHௐELGGLQJௐIRUௐJRYHUQPHQWௐHQWLWLHVௐ ZKLFKௐVLPSOLILHVௐWKHௐRYHUDOOௐSXUFKDVLQJௐSURFHVVௐE\ௐSURYLGLQJௐDFFHVVௐWRௐFRPSHWLWLYHO\ௐELGௐFRQWUDFWVௐSURFXUHGௐE\ௐDௐJRYHUQPHQWௐDJHQF\ௐௐ 6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐZLWKௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ7KHௐ6RXUFHZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐRIௐLQWHJULW\ௐDQGௐHWKLFVௐZKLFKௐLVௐDௐG\QDPLFௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐSURXGௐWRௐEHௐSDUWௐRIௐௐ6RXUFHZHOOௐPHPEHUVௐKDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐ PRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐௐ6RXUFHZHOOௐLVௐDQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐWRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐIUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KLVௐ FRQWUDFWௐFDQௐEHௐFXVWRPL]HGௐWRௐPHHWௐWKHௐXQLTXHௐQHHGVௐRIௐHDFKௐFOLHQWௐௐ7KHௐVDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐ RQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐHQVXULQJௐFOLHQWV¶ௐSXUFKDVLQJௐQHHGVௐZLOOௐDOZD\VௐEHௐPHWௐௐ7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVVIUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐIDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐ SURFHVVௐௐ,WௐHQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐHIILFLHQWௐPDQQHUௐௐ:HௐYRZௐ WRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐZLWKLQௐWKHௐFRPSDQ\ Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐSURFHVV"ௐ,Iௐ VRௐGHVFULEHௐ\RXUௐHSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW 2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐFDQௐVHDUFKௐWKURXJKௐPDQ\ௐYHKLFOHVௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐWDLORUHGௐWRௐWKHLUௐVSHFLILFௐ QHHGVௐRIௐWKHLUௐDJHQF\ௐௐௐ$ௐSHUVRQDOL]HGௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐDYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐௐ,IௐXSILWWLQJௐLVௐQHHGHGௐWKHௐEX\HUௐFDQௐOLVWௐWKHௐGHWDLOVௐRIௐWKHௐXSILWௐZKLOHௐEXLOGLQJௐWKHLUௐYHKLFOHௐRQௐRXUௐZHEVLWHௐWRௐUHFHLYHௐDௐFRPSOHWHௐTXRWHௐRUௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐ UHDFKHGௐWKURXJKௐSKRQHௐHPDLOௐRUௐRXUௐQHZௐOLYHௐFKDWௐIHDWXUHௐEXLOWௐRQௐRXUௐZHEVLWHௐௐ :HௐKDYHௐUHFHQWO\ௐFUHDWHGௐDQGௐXSORDGHGௐDௐ³+RZ7Rௐ9LGHRV´ௐVHFWLRQௐRQௐWKHௐKRPHSDJHௐRIௐRXUௐZHEVLWHௐZKLFKௐ KLJKOLJKWVௐDௐVWHSE\VWHSௐSURFHVVௐRQௐKRZௐWRௐEXLOGௐDQௐRQOLQHௐTXRWHௐௐ7KLVௐLQIRUPDWLYHௐYLGHRௐGHPRQVWUDWHVௐKRZௐWRௐQDYLJDWHௐWKHௐZHEVLWHௐLQௐKRZௐWRௐJHQHUDWHௐDௐYHKLFOHௐTXRWHௐZLWKௐRUௐZLWKRXWௐXSILWWLQJௐRSWLRQVௐௐ,WௐEHJLQVௐE\ௐ H[SODLQLQJௐKRZௐWRௐUHJLVWHUௐRQௐRXUௐZHEVLWHௐDVௐDௐPHPEHUௐDQGௐWKHQௐGHWDLOVௐRQௐKRZௐWRௐVHOHFWௐYHKLFOHௐPRGHOௐDQGௐ W\SHௐDQGௐWKHௐIDFWRU\ௐRSWLRQVௐQHHGHGௐௐௐௐ 2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐVXEPLWWLQJௐDௐ SXUFKDVHௐRUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐWKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐZLWKRXWௐWKHௐQHHGௐWRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐQHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐ FKDWௐRUௐSKRQHௐௐ,IௐDVVLVWDQFHௐLVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSௐLVௐDOVRௐDYDLODEOHௐWRௐZDONௐDௐFOLHQWௐWKURXJKௐWKHௐHSURFXUHPHQWௐSURFHVVௐVWHSௐE\ௐVWHSௐௐ7KLVௐHQVXUHVௐVRPHRQHௐLVௐDYDLODEOHௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐLIௐQHHGHGௐ DQGௐHPSRZHULQJௐWKHௐFOLHQWௐWRௐPDNHௐDQ\ௐIXWXUHௐSXUFKDVHVௐRQௐWKHLUௐRZQௐௐ&OLHQWVௐPD\ௐDOVRௐFDOOௐRUௐHPDLOௐWKHௐQHHGVௐRIௐWKHௐFRPSDQ\ௐDQGௐUHFHLYHௐDௐFXVWRPL]HGௐYHKLFOHௐTXRWH 7DEOH9DOXH$GGHG$WWULEXWHV /LQH,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐ RSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐFRVWVௐWKDWௐDSSO\ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐH[WHQGVௐDQ\ௐDQGௐDOOௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐDQGௐRSHUDWLQJௐSURJUDPVௐSURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐGLUHFWO\ௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐGXULQJௐWKHௐTXRWLQJௐSURFHVVௐ7KHௐ PDQXIDFWXUHUௐZLOOௐSURYLGHௐTXRWHVௐWRௐWKHௐPHPEHUௐEDVHGௐRQௐWKHௐYHKLFOHVௐFODVVௐDQGௐVL]HௐDQGௐJHRJUDSKLFௐORFDWLRQௐ1$)*ௐZLOOௐDOZD\VௐSDVVௐWKHVHௐTXRWHVௐRQWRௐPHPEHUVௐDQGௐWUHDWௐWKHPௐOLNHௐDQௐXSILWௐWRௐWKHௐYHKLFOH 'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ \RXUௐSURSRVHGௐSURGXFWVௐRUௐVHUYLFHVௐRIIHU 7HFKQRORJLFDOௐDFFRPSOLVKPHQWVௐE\ௐ0DQXIDFWXUHVௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐ*HQHUDOௐ0RWRUVௐVHUYHௐPHPEHUVௐ E\ௐNHHSLQJௐPDQ\ௐPRGHOVௐDYDLODEOHௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐ$GGLWLRQDOO\ௐ1$)*ௐDOORZVௐPHPEHUVௐWKHௐDELOLW\ௐWRௐFKRRVHௐWRௐHOHFWULI\ௐWKHLUௐYHKLFOHௐE\ௐRSWLQJௐLQWRௐWKHௐ0RWLYHௐ3RZHUௐ6\VWHPVௐZHௐFDQௐVWLOOௐKHOSௐVXSSO\ௐWKLVௐNLQGௐ RIௐDQௐXSILWௐ)RUௐPRUHௐLQIRUPDWLRQௐZHௐKDYHௐDWWDFKHGௐWKHௐSURGXFWௐDQGௐSULFLQJௐLQIRUPDWLRQௐZLWKLQௐWKHௐ³8SILWVௐ $YDLODEOH´ௐDQGௐ³$OOௐௐ0DQXIDFWXUHV´ௐ=,3ௐILOHVௐXQGHUௐWKHௐVXSSRUWLQJௐGRFXPHQWVௐSRUWLRQௐRIௐWKHௐDSSOLFDWLRQ 'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐ WRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐ VHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKHOSHGௐFUHDWHௐWKHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐE\ௐSDUWQHULQJௐZLWKௐRYHUௐ ௐ0D\RUVௐQDWLRQZLGHௐ7KLVௐLQLWLDWLYHௐZDVௐFUHDWHGௐIRUௐWKHௐEHQHILWௐRIௐPHPEHUVௐZKRௐZDQWHGௐWRௐFUHDWHௐDQGௐ VXVWDLQௐDQௐDOOHOHFWULFௐIOHHWௐ:HௐRIIHUௐௐSXUHO\ௐHOHFWULFௐYHKLFOHVௐ\RXUௐPHPEHUVௐWRௐFKRRVHௐIURPௐ6RPHௐSRSXODUௐPRGHOVௐLQFOXGHௐWKHௐ&KHYUROHWௐ%ROWௐ)RUGௐ)XVLRQௐ)RUGௐ0XVWDQJௐ0DFK(ௐDVௐZHOOௐDVௐ)RUG¶VௐDOOௐHOHFWULFௐ)ௐ:Hௐ DUHௐFRQILGHQWௐWKDWௐDVௐPRUHௐ2(0¶VௐFRQWLQXHௐWRௐPDQXIDFWXUHௐQHZௐHOHFWULFௐYHKLFOHVௐZHௐZLOOௐSURYLGHௐWKHPௐIRUௐPHPEHUVௐWRௐVHOHFWௐIURPௐ0RUHௐLQIRUPDWLRQௐDERXWௐWKLVௐLQLWLDWLYHௐFDQௐEHௐIRXQGௐDWௐZZZ'ULYHHYIOHHWRUJ ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFRODEHOVௐ UDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐFUDGOHWRFUDGOHௐRUௐRWKHUௐJUHHQVXVWDLQDELOLW\ௐIDFWRUV 1$)*ௐKDVௐWKHௐ&DOLIRUQLDௐ$LUௐ5HVRXUFHௐ%RDUGௐ&$5%ௐ&HUWLILFDWHௐDVௐZHOOௐDVௐWKHௐ)RUGௐ4XDOLILHGௐ9HKLFOHௐ0RGLILHUௐ &HUWLILFDWHௐRQௐILOHௐZLWKௐVRPHௐRIௐRXUௐSDUWQHUௐVXSSOLHUVௐDQGௐXSILWWHUVௐKROGௐWKHVHௐFHUWLILFDWLRQVௐDQGௐWKHVHௐFHUWLILFDWLRQVௐKHOSௐLOOXVWUDWHௐKRZௐHDFKௐYHKLFOHௐFRQVHUYHVௐHQHUJ\ௐDQGௐUHPDLQVௐHQHUJ\ௐHIILFLHQW 'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ:0%(ௐ6PDOOௐ%XVLQHVVௐ (QWLW\ௐ6%(ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐ FHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐKDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐDVௐ DSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1$)*ௐKROGVௐDௐFXUUHQWௐSDUWQHUVKLSௐZLWKௐPDQ\ௐVXSSOLHUVௐVRPHௐRIௐZKLFKௐDUHௐYHWHUDQௐRZHGௐVXFKௐDVௐ3DFLILFௐ7UXFNௐ%RG\ௐORFDWHGௐLQௐ&$ௐ2XUௐ)RUGௐ&KHYUROHWௐDQGௐ5DP-HHS'RGJH&KU\VOHUௐVWRUHVௐDUHௐMRLQWO\ௐRZQHGௐDQGௐRSHUDWHGௐ E\ௐ0LQRULWLHV :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐFRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐVHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ :KDWௐPDNHVௐ\RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐQRWௐRQO\ௐEXLOWௐRQௐGHGLFDWLRQௐDQGௐKDUGௐZRUNௐEXWௐDOVRௐWKURXJKௐTXDQWLILDEOHௐPHWULFVௐWKDWௐGLUHFWO\ௐPHDVXUHௐWKHௐUHVXOWVௐRIௐRXUௐHIIRUWVௐWRௐHQVXUHௐUHDOௐJRDOVௐDUHௐEHLQJௐPHDVXUHGௐDQGௐPHWௐ7KURXJKௐPHDVXULQJௐUHVXOWVௐ1$)*ௐWDNHVௐUHVSRQVLELOLW\ௐLQௐHQVXULQJௐZHௐGHOLYHUௐRQO\ௐWKHௐEHVWௐFXVWRPHUௐFDUHௐWRௐ \RXUௐPHPEHUVௐ1$)*ௐRIIHUVௐPHPEHUVௐௐKRXUௐZHEVLWHௐDFFHVVௐWRௐFXVWRPHUௐVXSSRUWௐWRௐSHUVRQDEO\ௐZDONௐPHPEHUVௐWKURXJKௐDQ\ௐTXHVWLRQVௐWKH\ௐPD\ௐKDYHௐ1RௐPDWWHUௐZKDWௐWKHௐLVVXHௐPD\ௐEHௐZHௐDOZD\VௐWKLQNௐRXWVLGHௐWKHௐER[ௐWRௐKHOSௐPHPEHUVௐILQGௐDௐVROXWLRQ Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 7DEOH$:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH<RX PD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOVLIDSSOLFDEOHLQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWR UHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH 'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" (DFKௐRIௐWKHௐௐPDQXIDFWXUHVௐZHௐUHSUHVHQWௐFRYHUௐWKHLUௐRZQௐSURGXFWVௐSDUWVௐDQGௐODERUௐ$OOௐZDUUDQW\ௐLQIRUPDWLRQௐPD\ௐEHௐIRXQGௐLQௐRXUௐDWWDFKPHQWVௐXQGHUௐWKHௐ=,3ௐ)LOHௐ³$OOௐௐ 0DQXIDFWXUHV´ 'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH"3ULRUௐWRௐSXUFKDVHௐPHPEHUVௐVKRXOGௐEHௐDZDUHௐRIௐHDFKௐPDQXIDFWXUHU¶VௐUHVWULFWLRQVௐ6XFKௐDVௐLPSURSHUௐXVHௐRIௐWKHௐYHKLFOHௐPD\ௐUHVXOWௐLQௐGLVTXDOLILFDWLRQௐRIௐFRYHUDJHௐXQGHUௐWKHௐ2(0¶Vௐ ZDUUDQW\ௐ$QௐH[DPSOHௐRIௐWKLVௐPD\ௐEHௐDQௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUHODWHGௐSXUVXLWௐZKLFKௐ PD\ௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ$OWKRXJKௐZHௐDOZD\VௐZHOFRPHௐDQGௐHQFRXUDJHௐPHPEHUVௐWRௐFRQWDFWௐXVௐIRUௐWKHLUௐSDUWLFXODUௐZDUUDQW\ௐFRYHUDJH 'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐ WLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" ,QௐVRPHௐFDVHVௐPDQXIDFWXUHUVௐZLOOௐWRZௐDௐPHPEHU¶VௐYHKLFOHௐWRௐWKHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐ IDFLOLW\ௐLQௐFDVHௐRIௐDௐEUHDNGRZQௐDQGௐFRYHUௐH[SHQVHVௐEXWௐSULRUௐDSSURYDOௐLVௐUHTXLUHG $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ &DQDGDௐDVௐDSSOLFDEOHௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐ VHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" 7KLVௐPD\ௐYDU\ௐIURPௐPDQXIDFWXUHUௐWRௐPDQXIDFWXUHUௐ7KXVௐZHௐHQFRXUDJHௐPHPEHUVௐWRௐFDOOௐLQௐ SULRUௐWRௐSXUFKDVHௐDQGௐLQTXLUHௐDERXWௐWKHLUௐVSHFLILFௐUHJLRQௐDQGௐKRZௐWKHLUௐZDUUDQW\ௐUHSDLUVௐZLOOௐEHௐFRYHUHGௐZLWKௐWKHLUௐPDQXIDFWXUHU :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐDUHௐWKHVHௐ ZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" $OOௐZDUUDQWLHVௐDUHௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHUௐDQGௐDQ\ௐXSILWௐZDUUDQW\ௐZLOOௐEHௐSDVVHGௐRQௐWRௐWKHௐXSILWWHUௐWRௐSHUIRUP :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐ SROLFLHV" ,IௐDௐPHPEHUௐFKDQJHVௐWKHLUௐPLQGௐ1$)*ௐZLOOௐTXLFNO\ௐPDNHௐHYHU\ௐHIIRUWௐWRௐFKDQJHௐRUௐFDQFHOௐ WKHௐRUGHUௐZLWKௐWKHௐIDFWRU\ௐ+RZHYHUௐRQFHௐWKHௐPDQXIDFWXUHUௐEHJLQVௐSURGXFLQJௐWKHௐYHKLFOHௐWKHUHௐDUHௐQRௐFKDQJHVௐH[FKDQJHVௐRUௐUHIXQGVௐDYDLODEOHௐ7KHௐRUGHUௐLVௐWKHQௐGHHPHGௐQRQFDQFHOODEOHௐ 7KLVௐLQFOXGHVௐDQ\ௐXSILWௐHTXLSPHQWௐDQௐXSILWWHUௐKDVௐRUGHUHGௐIRUௐWKHௐXQLW 'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO1$)*ௐRIIHUVௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐIRUௐDOOௐPHPEHUVௐ7KHUHௐDUHௐVHYHUDOௐSDUDPHWHUVௐLQௐZKLFKௐDௐVHUYLFHௐFRQWUDFWௐPD\ௐEHௐFXVWRPL]DEOHௐ7KHVHௐFXVWRPL]HGௐVHUYLFHௐ FRQWUDFWVௐZLOOௐEHௐWUHDWHGௐDVௐDGGௐIDFWRU\ௐRSWLRQVௐDQGௐIROORZLQJௐWKHௐVDPHௐGLVFRXQWௐVFKHGXOHௐ SURYLGHGௐLQௐWKHௐSULFLQJௐILOH 7DEOH%3HUIRUPDQFH6WDQGDUGVRU*XDUDQWHHV 'HVFULEHLQGHWDLO\RXUSHUIRUPDQFHVWDQGDUGVRUJXDUDQWHHVLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH<RXPD\ XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUSHUIRUPDQFHPDWHULDOVLIDSSOLFDEOHLQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKH TXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐSHUIRUPDQFHௐVWDQGDUGVௐRUௐJXDUDQWHHVௐ WKDWௐDSSO\ௐWRௐ\RXUௐVHUYLFHV 7KHௐRQO\ௐJXDUDQWHHௐZHௐFDQௐHYHUௐSURYLGHௐLVௐWKHௐJXDUDQWHHௐWKDWௐZHௐZLOOௐWUHDWௐDQGௐKHOSௐHYHU\ௐPHPEHUௐ WKDWௐFRQWDFWVௐZLWKௐUHVSHFWௐLQWHJULW\ௐDQGௐSURIHVVLRQDOLVP 'HVFULEHௐDQ\ௐVHUYLFHௐVWDQGDUGVௐRUௐJXDUDQWHHVௐWKDWௐDSSO\ௐWRௐ\RXUௐVHUYLFHVௐSROLFLHVௐPHWULFVௐ.3,VௐHWF1$)*ௐDQGௐVWDIIௐXSKROGௐKLJKௐVWDQGDUGVௐZLWKௐKRZௐZHௐSURYLGHௐVHUYLFHௐWRௐWKHௐPHPEHUVௐQRWௐRQO\ௐKROGLQJௐHDFKௐRWKHUௐDFFRXQWDEOHௐEXWௐE\ௐHPEUDFLQJௐPHPEHUௐIHHGEDFNௐRIௐKRZௐZHௐFDQௐLPSURYHௐ7KHQௐZHௐDFWௐ XSRQௐLWௐDQGௐLPSOHPHQWௐLPSURYHPHQWV 7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐ PHWKRGV" 6WDQGDUGௐSD\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐௐ±ௐGD\ௐJUDFHௐSHULRG 'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐ XVHௐE\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV ௐ,QௐRUGHUௐWRௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐ1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐ RIIHUௐOHDVLQJௐWHUPVௐIRUௐ6RXUFHZHOOௐPHPEHUVௐIRUௐDOOௐ1$)*ௐTXRWHVௐXQGHUௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ)RUௐIXUWKHUௐ UHYLHZௐZHௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ³0HPEHUௐ:DONௐ7KURXJK´ௐ=LSௐILOH 'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐ SURSRVHௐWRௐXVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐRUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐDJUHHPHQWVௐHWFௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐDVௐ DSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐWUDQVDFWLRQௐSURFHVVௐ3XUFKDVHௐ2UGHUௐLVௐFORVHO\ௐWUDFNHGௐZHOOௐGRFXPHQWHGௐDQGௐ QHDWO\ௐRUJDQL]HGௐWRௐPRQLWRUௐHDFKௐWUDQVDFWLRQௐSHUIRUPHGௐWKURXJKௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ7KLVௐZD\ௐ1$)*ௐPD\ௐSURGXFHௐVZLIWௐDQGௐDFFXUDWHௐTXDUWHUO\ௐUHSRUWLQJ 'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐ1$)*ௐDFFHSWVௐXSௐWRௐௐSHUௐYHKLFOHௐ+RZHYHUௐDQ\ௐGROODUௐDPRXQWௐKLJKHUௐWKDQௐௐZLOOௐUHTXLUHௐDௐ3 FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQDOௐIHHௐWKDWௐZRXOGௐEHௐSDVVHGௐRQWRௐWKHௐPHPEHU Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKHWHUPRI DQDZDUGHG&RQWUDFWDVGHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐHJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐ GLVFRXQWVௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐLQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFHௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐ ZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐ SURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐRIIHULQJௐ/LQH,WHPௐ'LVFRXQWVௐ2IIௐ0DQXIDFWXUHௐ 6XJJHVWHGௐ5HWDLOௐ3ULFHௐIRUௐௐPDQXIDFWXUHUVௐWKDWௐLVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ1$)*ௐZLOOௐDOVRௐRIIHUௐDQ\ௐ8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐYHKLFOHV¶ௐWKDWௐPHPEHUVௐ ZLVKௐWRௐDGGௐ'HWDLOVௐDUHௐORFDWHGௐRQௐWKHௐ3ULFHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐ3ULFHௐ)LOH 4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐLQௐWKLVௐ UHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐ SHUFHQWDJHௐUDQJH 1$)*ௐKDVௐDQௐSURYLGHGௐRIIHULQJVௐIURPௐௐ%UDQGV2(06ௐDQGௐWKHUHௐUHVSHFWLYHௐ SHUFHQWDJHௐRIIௐYDU\ௐDQGௐDUHௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ]LSௐ (DFKௐ0DQXIDFWXUHௐ5DQJHௐLVௐGHWDLOHGௐLQௐWKHௐWDEVௐEHORZௐKHUHௐLVௐDQௐRYHUYLHZௐௐௐௐௐௐௐௐௐௐௐௐ&KHYUROHWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐௐ )RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ*0&ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ5DPௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 'RGJHௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ-HHSௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ&KU\VOHUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 7R\RWDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ+RQGDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ1LVVDQௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ %XLFNௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐ.LDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ %0:ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ &DGLOODFௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ9RONVZDJHQௐIURPௐௐWRௐௐ 'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐ RIIHU ,IௐFOLHQWVௐDUHௐFRQVLGHULQJௐDQௐRUGHUௐRIௐௐRUௐPRUHௐXQLWVௐZHௐHQFRXUDJHௐPHPEHUVௐ WRௐFRQWDFWௐXVௐIRUௐDQ\ௐDGGLWLRQDOௐGLVFRXQWHGௐTXRWHV 3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐVHUYLFHVௐ ZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW ³2SHQௐ0DUNHW´ௐSURGXFWVௐRUௐ³6RXUFHGௐ*RRGV´ௐZLOOௐEHௐFRQVLGHUHGௐDQGௐWUHDWHGௐDVௐ UHJXODUௐXSILWVௐ+RZHYHUௐWKH\ௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNௐXSௐLIௐDSSOLFDEOH ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐ IUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐ UHODWLRQVKLSௐWRௐWKHௐ3URSRVHU $OOௐFRQVLGHUDWLRQVௐKDYHௐDOUHDG\ௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐLWVௐHQWLUHO\ௐ7KHௐ3ULFHௐ6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEOHௐFRQWDLQHGௐLQௐWKHௐSULFHௐILOHௐLQFOXGHVௐDOOௐFRQVLGHUHGௐFRVWVௐ$OWKRXJKௐLIௐDௐPHPEHUௐUHTXHVWHGௐDௐVSHFLDOL]HGௐTXRWHௐIRUௐDௐXQLTXHௐVLWXDWLRQௐ WKDWௐUHTXLUHVௐVSHFLDOௐWUDLQLQJௐGLUHFWLRQௐRUௐLQVWDOODWLRQௐWKHௐDGGLWLRQDOௐFRVWVௐZRXOGௐEHௐDGGHGௐDVௐDௐSDUWௐRIௐWKHௐXSILWௐDQGௐWKHQௐLQFOXGHGௐLQVLGHௐWKHௐPHPEHU¶VௐTXRWH ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐ GHOLYHU\ௐSURJUDP $OOௐPDQXIDFWXUHVௐFKDUJHௐDௐVWDQGDUGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐ+RZHYHUௐWKDWௐLVௐ VHSDUDWHௐIURPௐWKHௐIUHLJKWGHVWLQDWLRQௐFRVWௐWKDWௐPHPEHUVௐPD\ௐLQFXUௐWRௐVKLSௐDௐYHKLFOHௐ WRௐDQGௐIURPௐDQௐLQVWDOOHUௐLIௐDSSOLFDEOHௐ7KHVHௐVXEVHTXHQWௐORFDWLRQDOௐPRYHPHQWVௐPD\ௐEDUHௐDGGLWLRQDOௐIUHLJKWௐFRVWVௐWKDWௐZLOOௐEHௐRXWOLQHGௐZLWKLQௐWKHௐPHPEHUVௐTXRWHௐIRUௐ WKHLUௐUHYLHZௐSULRUௐWRௐSXUFKDVH 6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\)UHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐDPRQJௐWKHVHௐUHJLRQVௐVRPHWLPHVௐFDUU\ௐDGGLWLRQDOௐORJLVWLFDOௐFKDUJHVௐIRUௐDGGHGௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWVௐIURPௐERWKௐWRௐDQGௐ IURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐRQௐWKHௐTXRWHௐIRUௐPHPEHUVௐWRௐUHYLHZௐDQGௐDSSURYHௐSULRUௐWRௐSXUFKDVH 'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐRSWLRQVௐ RIIHUHGௐLQௐ\RXUௐSURSRVDO 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDOUHDG\ௐKDVௐDௐZHOOHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ 'LVWULEXWLRQௐ1HWZRUNௐWKDWௐDOORZVௐIRUௐVZLIWௐDQGௐUHODWLYHO\ௐVHDPOHVVௐGHOLYHU\ௐWRௐPHPEHUVௐDQGௐWKHLUௐHQGௐXVHUV 7DEOH3ULFLQJ2IIHUHG /LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV 1$)*ௐ6WULYHVௐWRௐRIIHUௐWKHௐEHVWௐ RYHUDOOௐYDOXHௐWRௐWKHௐPHPEHUௐZLWKௐHDFKௐDQGௐHYHU\ௐTXRWH Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH 6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐ WKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ3URYLGHௐVXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ &RQWUDFWௐWHPSODWH 6RXUFHZHOOௐSDUWLFLSDWLQJௐPHPEHUVௐDUHௐDEOHௐWRௐREWDLQௐSURSHUௐSULFLQJௐGLUHFWO\ௐIURPௐRXUௐZHEVLWHௐZKHUHௐWKH\ௐDUHௐDEOHௐWRௐXVHௐRXUௐXVHUIULHQGO\ௐGHVLJQௐWRௐEXLOGௐDQGௐSULFHௐWKHLUௐYHKLFOHVௐ7KHௐ1$)*ௐLVௐXSGDWHGௐGDLO\ௐWRௐUHIOHFWௐ XSGDWHGௐPDQXIDFWXUHUௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐPHPEHUVௐZLWKௐDQௐDFFXUDWHௐTXRWHௐௐRIௐWKHௐWLPHௐ,QௐDGGLWLRQௐ1$)*ௐKDVௐDௐVWUHDPௐOLQHௐDQGௐRUJDQL]HGௐSURFHVVௐKDWௐFDOFXODWHVௐDGPLQLVWUDWLYHௐIHHVௐDQGௐ DOORZVௐ1$)*ௐWRௐJLYHௐDௐWXUQDURXQGௐWLPHௐRIௐௐ±ௐௐGD\VௐIRUௐTXDUWHUO\ௐUHSRUWV ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐ ZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW 2QHௐRIௐWKHௐLQWHUQDOௐPHWULFVௐ1$)*ௐXVHVௐWRௐWUDFNௐDQGௐPHDVXUHௐVXFFHVVௐ ZLWKௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLVௐPDLQWDLQHGௐWKURXJKௐRXUௐZHEVLWHௐ2XUௐZHEVLWHௐNHHSVௐDௐGHWDLOHGௐORJௐRIௐTXRWHVௐWKDWௐPHPEHUVௐDUHௐJHQHUDWLQJௐ:Hௐ RYHUVHHௐDQGௐNHHSௐWUDFNௐRIௐKRZௐPDQ\ௐTXRWHVௐDUHௐEHLQJௐJHQHUDWHGௐDQGௐ ZKLFKௐTXRWHVௐDUHௐPHWௐZLWKௐDௐSXUFKDVHௐRUGHUௐ(YHU\ௐPRQWKௐZHௐHYDOXDWHௐRXUௐVDOHVௐLQGLFDWRUVௐDQGௐFORVHO\ௐPRQLWRUௐWKHௐYROXPHௐDQGௐIUHTXHQF\ௐRIௐVDOHVௐ 2QHௐH[DPSOHௐLVௐE\ௐHYDOXDWLQJௐZKLFKௐPHPEHUVௐDUHௐSXUFKDVLQJௐIURPௐRXUௐ SODWIRUPௐ±ௐQHZௐPHPEHUVௐRUௐIUHTXHQWௐPHPEHUVௐWRௐHQVXUHௐZHௐDUHௐJURZLQJௐRXUௐPHPEHUௐEDVHௐ:HௐXVHௐWKHVHௐPHWULFVௐWRௐPHDVXUHௐRXUௐSURMHFWHGௐJURZWKௐ UDWHௐDQGௐZRUNௐWRௐH[FHHGௐRXUௐH[SHFWDWLRQV ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ \RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV 1$)*ௐZLOOௐVXEPLWௐௐௐSHUௐYHKLFOHௐSXUFKDVHGௐWKURXJKௐ1$)*ௐDQGௐௐௐSHUௐYHKLFOHௐSXUFKDVHGௐWKRXJKௐRXUௐSDUWQHUௐGHDOHUௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ)RUௐ WKHௐSXUSRVHௐRIௐDQௐDGPLQௐIHHௐWKHUHௐDUHௐQRௐRWKHUௐSDUWQHUௐGHDOHUௐJURXSVௐFRQVLGHUHG 7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO 1$)*ௐKDVௐSURYLGHGௐDௐ³0RGHOௐ5ROOௐ2XW´ௐ&KDUWVௐLQௐWKHௐ³3ULFHௐ)LOH´ௐ]LSௐEXWௐRIௐWKHௐௐPDQXIDFWXUHUVௐZHௐUHSUHVHQWௐWKH\ௐKDYHௐRYHUௐௐPDNHVௐDQGௐPRGHOVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐWKDWௐUDQJHௐIURPௐ&ODVVௐௐDQGௐVXSSRUWLQJௐ&ODVVௐௐ&DEௐDQGௐ&KDVVLVௐWUXFNVௐ1$)*¶VௐSODWIRUPVௐFDQௐDGGௐDQ\ௐXSILWௐRIௐWKHLUௐ FKRRVLQJௐUDQJLQJௐIURPௐWRROER[HVௐWRௐ/LQHௐ0HFKDQLFௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐDQ\ௐRQHௐRIௐRXUௐYHKLFOHVௐWKURXJKௐRQHௐRIௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUVௐRUௐE\ௐDQௐXSILWௐVXSSOLHUௐRIௐWKHௐPHPEHUVௐFKRRVLQJௐ1$)*ௐDQGௐWKHௐVXSSOLHUௐZLOOௐZRUNௐWRJHWKHUௐWRௐVXSSO\ௐPHPEHUVௐZLWKௐWXUQNH\ௐTXRWHV :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐWKDWௐEHVWௐGHVFULEHௐ \RXUௐSURGXFWVௐDQGௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐOLVWVௐWKHௐPDNHVௐDQGௐPRGHOVௐRIௐDOOௐௐPDQXIDFWXUHUVௐZHௐUHSUHVHQWௐXQGHUௐWKHௐ=,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHV´ௐௐ7KHVHௐௐ2(0VௐPDNHௐXSௐRYHUௐௐFRPELQHGௐPDNHVௐPRGHOVௐDQGௐ HQJLQHௐFRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐVHOHFWௐIURPௐDORQJௐZLWKௐVHYHUDOௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐIRUௐ PHPEHUVௐLQௐWKHௐSULFHௐILOH 7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDOFRPPHQWVLQWKHWH[WER[ SURYLGHGDVQHFHVVDU\ /LQH,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV $XWRPRELOHV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV 6SRUWௐ8WLOLW\ௐ9HKLFOHV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV 9DQV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV 7UXFNV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐPDNHVௐDQGௐPRGHOV 9HKLFOHVௐGHVFULEHGௐLQௐ/LQHVௐௐDERYHௐIRUௐ3XEOLFௐ6DIHW\ௐ DSSOLFDWLRQV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV &RQYHQWLRQDOௐLQWHUQDOௐFRPEXVWLRQௐPRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV 1DWXUDOௐJDVௐRUௐSURSDQHௐDXWRJDVௐK\EULGௐRUௐDOWHUQDWLYHௐIXHOௐ PRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV (OHFWULFௐSRZHUHGௐPRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 7DEOH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUP /LQH,WHP127,&(7RLGHQWLI\DQ\H[FHSWLRQRUWRUHTXHVWDQ\PRGLILFDWLRQWRWKH6RXUFHZHOOWHPSODWH&RQWUDFWWHUPVFRQGLWLRQVRUVSHFLILFDWLRQVD 3URSRVHUPXVWVXEPLWWKHH[FHSWLRQRUUHTXHVWHGPRGLILFDWLRQRQWKH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUPLPPHGLDWHO\EHORZ7KHFRQWUDFW VHFWLRQWKHVSHFLILFWH[WDGGUHVVHGE\WKHH[FHSWLRQRUUHTXHVWHGPRGLILFDWLRQDQGWKHSURSRVHGPRGLILFDWLRQPXVWEHLGHQWLILHGLQGHWDLO3URSRVHU VH[FHSWLRQVDQG SURSRVHGPRGLILFDWLRQVDUHVXEMHFWWRUHYLHZDQGDSSURYDORI6RXUFHZHOODQGZLOOQRWDXWRPDWLFDOO\EHLQFOXGHGLQWKHFRQWUDFW &RQWUDFW6HFWLRQ 7HUP&RQGLWLRQRU6SHFLILFDWLRQ ([FHSWLRQRU3URSRVHG0RGLILFDWLRQ 'RFXPHQWV (QVXUH\RXUVXEPLVVLRQGRFXPHQWVFRQIRUPVWRWKHIROORZLQJ 'RFXPHQWVLQ3')IRUPDWDUHSUHIHUUHG'RFXPHQWVLQ:RUG([FHORUFRPSDWLEOHIRUPDWVPD\DOVREHSURYLGHG 'RFXPHQWVVKRXOG127KDYHDVHFXULW\SDVVZRUGDV6RXUFHZHOOPD\QRWEHDEOHWRRSHQWKHILOH,WLV\RXUVROHUHVSRQVLELOLW\WRHQVXUHWKDWWKHXSORDGHG GRFXPHQWVDUHQRWHLWKHUGHIHFWLYHFRUUXSWHGRUEODQNDQGWKDWWKHGRFXPHQWVFDQEHRSHQHGDQGYLHZHGE\6RXUFHZHOO 6RXUFHZHOOPD\UHMHFWDQ\UHVSRQVHZKHUHDQ\GRFXPHQWVFDQQRWEHRSHQHGDQGYLHZHGE\6RXUFHZHOO ,I\RXQHHGWRXSORDGPRUHWKDQRQHGRFXPHQWIRUDVLQJOHLWHP\RXVKRXOGFRPELQHWKHGRFXPHQWVLQWRRQH]LSSHGILOH,IWKH]LSSHGILOHFRQWDLQVPRUHWKDQ RQHGRFXPHQWHQVXUHHDFKGRFXPHQWLVQDPHGLQUHODWLRQWRWKHVXEPLVVLRQIRUPDWLWHPUHVSRQGLQJWR)RUH[DPSOHLIUHVSRQGLQJWRWKH0DUNHWLQJ3ODQ FDWHJRU\VDYHWKHGRFXPHQWDV³0DUNHWLQJ3ODQ´ 3ULFLQJ1$)*3ULFH)LOHIRU%LG]LS0RQGD\6HSWHPEHU )LQDQFLDO6WUHQJWKDQG6WDELOLW\0DUNHW6XFFHVVDQG)LQDQFLDO6WDELOLW\]LS0RQGD\6HSWHPEHU 0DUNHWLQJ3ODQ6DPSOHV0DUNHWLQJ3ODQ&RPSUHVVHG]LS7XHVGD\6HSWHPEHU :0%(0%(6%(RU5HODWHG&HUWLILFDWHV,QVXUDQFHDQG5HODWHG'RFXPHQWV]LS7XHVGD\6HSWHPEHU :DUUDQW\,QIRUPDWLRQ:DUUDQWLHV5)3]LS7XHVGD\6HSWHPEHU 6WDQGDUG7UDQVDFWLRQ'RFXPHQW6DPSOHV6WDQGDUG7UDQVDFWLRQ]LS0RQGD\6HSWHPEHU 8SORDG$GGLWLRQDO'RFXPHQW$//0DNHVDQG8SILWV]LS7XHVGD\6HSWHPEHU Bid Number: RFP 091521 Vendor Name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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURORIWKH8QLWHG6WDWHV 'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDWKWWSVVDPJRY6$0RU 3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHGE\WKH6WDWHRI0LQQHVRWD WKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULW QRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVHUHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 091521 Vendor Name: 72 HOUR LLC &KHFNWKHER[LQWKHFROXPQ,KDYHUHYLHZHGWKLVDGGHQGXPEHORZWRDFNQRZOHGJHHDFKRIWKHDGGHQGD )LOH1DPH ,KDYHUHYLHZHGWKH EHORZDGGHQGXPDQGDWWDFKPHQWVLI DSSOLFDEOH 3DJHV $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B :HG6HSWHPEHU30 $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7XH6HSWHPEHU30 $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7KX$XJXVW30 $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B0RQ$XJXVW$0 $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 6XQ$XJXVW30 $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7KX$XJXVW30 Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC 72HOUR,LLCdba NationalAutoFleet Group CONTEMPORARY MOTORCARS,INC. CreativeBusSales,Inc. DavisChevrolet,GMC, Buick,Ltd. Donlen,LLC GreenPowerMotor Company,Inc. LithiaToyotaofBillings II,LLC LordstownMotorsCorp. MikeAlbertLeasing, Inc. ROTruck&Equipment LLCDBAROBusSales Tesla,Inc. TROPICALFORD,INC. VALLEYFORDTRUCK, INC. PossiblePoints ConformancetoTerms/ ConditionstoInclude Documentation 50 463338343834373635403841 Pricing 400 355244298240268268264259255260301314 Financial,Industryand MarketplaceSuccesses 75 665663474950465558605564 Bidder'sAbilitytoSell/Service ContractNationally 100 846679607270597064826577 Bidder'sMarketingPlan 50 473140263129363634343640 ValueAddedAttributes 75 614345495849644948655653 WarrantyCoveragesand Information 50 433740383941413838444139 DepthandBreadthofOffered Equipment,Products,or Services 200 176134146155154149133156156143160166 TotalPoints 1,000878 644 749 649 709 690 680 699 688 728 752 794 RankOrder 1124116 81079532 ____________________________________________________________________________________________________________________________________________________________________ JamesVoelker,CPCM,CFCM,ProcurementLeadAnalyst StephanieHaataja,CPIM,ProcurementAnalyst CraigWest,ProcurementAnalyst TomSharbonno,ProcurementAnalyst Proposal Evaluation Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories RFP #091521 060920-NAF Rev. 2/2020 1 Solicitation Number: RFP #060920 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and 72 Hour LLC dba: National Auto Fleet Group, 490 Auto Center Drive, Watsonville, CA 95076 (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 government entities. Participation is open to 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. Vendor 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 August 1, 2024, 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 060920-NAF Rev. 2/2020 2 Vendor’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. Vendor 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, Vendor warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Vendor’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 is effective past the expiration of the Vendor’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor’s authorized dealers, distributors, and/or resellers 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. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor 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. 060920-NAF Rev. 2/2020 3 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 Participating Entity 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 Participating Entity. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor 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, 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 Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor 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 Contract Administrator. This form is available from the assigned Sourcewell Contract 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. 060920-NAF Rev. 2/2020 4 A fully executed Sourcewell Price and Product Request Form will be become an amendment to this Contract and 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. Vendor 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. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential members 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. 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 Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. 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 of this Contract; however, Vendor performance, Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract. Vendor’s acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. 060920-NAF Rev. 2/2020 5 B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order may be negotiated between a Participating Entity and Vendor, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. PERFORMANCE BOND. If requested by a Participating Entity, Vendor will provide a performance bond that meets the requirements set forth in the Participating Entity’s order. D. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity 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 Participating Entity 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 ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor 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 goods to be purchased; 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity. F. 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. 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: 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. 060920-NAF Rev. 2/2020 6 B. BUSINESS REVIEWS. Vendor 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, 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). The Report must contain the following fields: x Customer Name (e.g., City of Staples Highway Department); x Customer Physical Street Address; x Customer City; x Customer State/Province; x Customer Zip Code; x Customer Contact Name; x Customer Contact Email Address; x Customer 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 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 Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit a check payable to Sourcewell for the administrative fee amount of $400 multiplied by the total number of trucks purchased by Participating Entities from Vendor under this Contract, and $200 multiplied by the number of trucks purchased by Participating Entities from Vendor’s partner dealer Alan Jay Automotive in Florida, during each calendar quarter. 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 45 calendar days after the end of each calendar quarter. 060920-NAF Rev. 2/2020 7 Vendor 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 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 30 days from the cancellation date. 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, or any other relationship such as master-servant, or principal-agent. 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees, 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 060920-NAF Rev. 2/2020 8 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 Sourcewell reserves the right to review the books, records, documents, and accounting procedures and practices of the Vendor relevant to this Contract for a minimum of 6 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. 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. INDEMNIFICATION As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable patent or copyright laws. 15. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty-free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Vendor. b. Vendor grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Vendor’s Trademarks in advertising and promotional materials for the purpose of marketing Vendor’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 its and their respective distributors, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and 060920-NAF Rev. 2/2020 9 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. Sourcewell must not alter Vendor’s Trademarks from the form provided by Vendor and must comply with Vendor’s removal requests as to specific uses of its trademarks or logos. b. Vendor must not alter Sourcewell’s Trademarks from the form provided by Sourcewell and must comply with Sourcewell’s removal requests as to specific uses of its trademarks or logos. c. 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 vendors which may be used until the next printing). Vendor 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 Vendor 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. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. 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. 060920-NAF Rev. 2/2020 10 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 30 calendar days to cure an outstanding issue. 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 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 Participating Entities 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 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. 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: 060920-NAF Rev. 2/2020 11 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. 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), 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-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), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 060920-NAF Rev. 2/2020 12 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. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Vendor will maintain coverage for all claims the Vendor may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Vendor’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, 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 30 days’ prior written notice to the Vendor. Upon request, Vendor must provide to Sourcewell copies of applicable policies and endorsements, within 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. 060920-NAF Rev. 2/2020 13 C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, 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 and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 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 060920-NAF Rev. 2/2020 14 operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this 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 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 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 Participating Entity 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 060920-NAF Rev. 2/2020 15 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. 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. 060920-NAF Rev. 2/2020 16 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. 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 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 060920-NAF Rev. 2/2020 17 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 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 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. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell 72 Hour LLC dba: National Auto Fleet Group By: __________________________ By: __________________________ Jeremy Schwartz Jesse Cooper Title: Director of Operations & Procurement/CPO Title: Fleet Manager Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________ 5)3&ODVV&KDVVLVZLWK5HODWHG(TXLSPHQW $FFHVVRULHVDQG6HUYLFHV 9HQGRU'HWDLOV &RPSDQ\1DPH+285//& 'RHV\RXUFRPSDQ\FRQGXFW EXVLQHVVXQGHUDQ\RWKHUQDPH",I \HVSOHDVHVWDWH 1DWLRQDO$XWR)OHHW*URXS $GGUHVV $XWR&HQWHU'ULYH :DWVRQYLOOH&$ &RQWDFW-HVVH&RRSHU (PDLO-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 3KRQH )D[ +67 6XEPLVVLRQ'HWDLOV &UHDWHG2Q)ULGD\$SULO 6XEPLWWHG2Q7XHVGD\-XQH 6XEPLWWHG%\-HVVH&RRSHU (PDLO-FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 7UDQVDFWLRQIDHDDDGDGHHE 6XEPLWWHU V,3$GGUHVV Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQVDSSOLHVWRDOO7DEOHV6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ3OHDVHGRQRWPHUHO\ DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNPDUN³1$´LI WKHTXHVWLRQGRHVQRWDSSO\WR\RXSUHIHUDEO\ZLWKDQH[SODQDWLRQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH 3URSRVHUௐ/HJDOௐ1DPHௐDQGௐ DSSOLFDEOHௐGEDௐLIௐDQ\ ௐ+RXUௐ//&ௐ'%$ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS 3URSRVHUௐ$GGUHVV ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ 3URSRVHUௐZHEVLWHௐDGGUHVVZZZ1DWLRQDO$XWR)OHHW*URXSFRP 3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐQDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQHௐ 7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐ DXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ $VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐ EHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐ HYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐௐWRௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFW -HVVHௐ&RRSHU )OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐ SURSRVDOௐQDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH -HVVHௐ&RRSHU )OHHWௐ0DQDJHUௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP 3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐQDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH &ODUNHௐ&RRSHU )OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ &ODUNHFRRSHU#ZRQGULHVFRP 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH,WHP 4XHVWLRQ 5HVSRQVH 3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐ LQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐ EXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐORQJHYLW\ௐ UHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐ RUௐVHUYLFHV 1$)*ௐZDVௐRULJLQDOO\ௐHVWDEOLVKHGௐLQௐௐZKHQௐZHௐZHQWௐE\ௐ:RQGULHVௐ)OHHWௐ*URXSௐ ORFDWHGௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐ6WDUWLQJௐZLWKௐDௐVLQJOHௐDXWRPRELOHௐGHDOHUVKLSௐP\ௐIDWKHUௐ &ODUNHௐ&RRSHUௐKDVௐJURZQௐRXUௐQHWZRUNௐWRௐRYHUௐௐGHDOHUVKLSVௐERWKௐLQௐDQGௐRXWVLGHௐRIௐ &DOLIRUQLDௐௐ:HௐKDYHௐDOZD\VௐKLUHGௐDQGௐSURPRWHGௐIURPௐZLWKLQௐRXUௐRUJDQL]DWLRQௐWRௐKHOSௐ SURPRWHௐRXUௐFXOWXUHௐ0RVWௐRIௐRXUௐ)OHHWௐ'LYLVLRQௐ0DQDJHUVௐZKRௐVWDUWHGௐZLWKௐXVௐEDFNௐ LQௐௐDUHௐVWLOOௐZLWKௐXVௐWRGD\ௐ :HௐKDYHௐHYROYHGௐRYHUௐWKHௐGHFDGHVௐWRௐDGDSWௐWRௐWKHௐLPSURYLQJௐLQGXVWU\ௐWHFKQRORJ\ௐWRௐ WKHௐDGYDQFHPHQWௐRIௐRQFHௐJDVSRZHUHGௐYHKLFOHVௐWRௐQRZௐIXHOௐFHOOௐSRZHUHGௐ(YHQௐLQௐ WRGD\¶VௐIDVWௐFKDQJLQJௐPDUNHWSODFHௐRXUௐFRUHௐYDOXHVௐKDYHௐQHYHUௐFKDQJHGௐ2XUௐFRUHௐ YDOXHVௐDUHௐ$OZD\VௐGRௐZKDW¶VௐULJKWௐIRUௐWKHௐFXVWRPHUௐ\RXௐWDNHௐFDUHௐRIௐWKHPௐDQGௐWKH\ௐ ZLOOௐWDNHௐFDUHௐRIௐ\RX 2XUௐ%XVLQHVVௐSKLORVRSK\ௐKDVௐDOZD\VௐEHHQௐWKHௐௐ5,*+7¶6ௐWRௐHYHU\ௐFOLHQWௐௐ'HOLYHUௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDQGௐWKHௐ5,*+7ௐSULFHௐ 2XUௐORQJHYLW\ௐFDQௐEHVWௐEHௐGLVSOD\HGௐZLWKௐDௐIHZௐVWDWHPHQWVௐ:HௐDUHௐDQGௐKDYHௐDOZD\Vௐ EHHQௐIDPLO\ௐRZQHGௐDQGௐRSHUDWHGௐ:HௐKDYHௐGHHSௐIDPLO\ௐURRWVௐLQௐWKHௐDXWRPRELOHௐ EXVLQHVVௐZLWKௐIXWXUHௐJHQHUDWLRQVௐLQௐWKHௐLQIDQWௐVWDJHVௐWRGD\ௐ:HௐSODQௐRQௐOHDGLQJௐRXUௐ LQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ HYHQWௐRIௐDQௐDZDUG" ,IௐDZDUGHGௐDQRWKHUௐ6RXUFHZHOOௐ&RQWUDFWௐWKLVௐZRXOGௐEHௐRXUௐWKௐDQGௐOLNHௐRXUௐSULRUௐௐ FRQWUDFWVௐZHௐZLOOௐJURZௐ\HWௐDJDLQௐE\ௐFRPSRXQGLQJௐRXUௐNQRZOHGJHௐDQGௐFXVWRPHUௐ VHUYLFHௐH[SHULHQFHௐZHௐKDYHௐJDLQHGௐIURPௐVHUYLQJௐPHPEHUVௐIURPௐDFURVVௐRXUௐJUHDWௐ QDWLRQௐ\HWௐDJDLQௐWRௐQHZௐKHLJKWVௐ:HௐZDQWௐWRௐJURZௐRXUௐGLYLVLRQVௐZLWKௐPRUHௐVWDIIௐDQGௐSDUWLFXODUO\ௐJURZௐRXUௐ3DUWQHUௐ3URJUDPௐZKLFKௐLVௐGHWDLOHGௐLQௐWKHௐ=LSௐILOHௐLQௐWKHௐDGGLWLRQDOௐ'RFXPHQWVௐXSORDGௐ2XUௐ3DUWQHUௐSURJUDPௐDOORZVௐPHPEHUVௐWRௐVXJJHVWௐDQGௐ HYHQௐUHFRPPHQGௐWKHUHௐORFDOௐXSILWWHUVௐWRௐ1$)*ௐWRௐSDUWQHUௐRQௐDQ\ௐWXUQௐNH\ௐTXRWHௐ:Hௐ VHHௐDௐWUHPHQGRXVௐYDOXHௐLQௐJLYLQJௐWKHௐDELOLW\ௐWRௐWKHௐPHPEHUௐWRௐVXSSO\ௐWKHௐXSILWWHUௐRIௐ WKHUHௐFKRLFHௐWRௐ1$)*ௐLQௐRUGHUௐWRௐSURYLGHௐDௐௐWXUQௐNH\ௐVROXWLRQ 'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐ VWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐ LQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ 6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐ RIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐDVௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐKDYHௐXSORDGHGௐWKHௐIROORZLQJௐXQGHUௐWKHௐVHFWLRQௐ)LQDQFLDOௐ6WUHQJWKௐ%DQNௐ FRPPLWPHQWௐOHWWHUVௐௐWKDWௐZHௐKDYHௐEHHQௐXWLOL]LQJௐZLWKௐRXUௐFXUUHQWௐ6RXUFHZHOOௐ&RQWUDFWVௐ ZKLFKௐH[WHQGௐDௐGLUHFWௐOLQHௐRIௐFUHGLWௐXSௐWRௐௐௐDQGௐPRUHௐLIௐQHHGHGௐWRௐVHUYHௐ PHPEHUௐQHHGVௐ 0DUNHWௐ6XFFHVVௐZLWKௐFRSLHVௐRIௐUHFHQWௐFXUUHQWௐFRQWUDFWVௐRIௐRYHUௐௐௐZRUWKௐRIௐSURGXFWVௐDQGௐJRRGVௐIURPௐDௐGLUHFWௐUHVXOWௐRIௐRXUௐFXUUHQWௐ6RXUFHZHOOௐ&RQWUDFWVௐZKLFKௐDUH ௐௐௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ 1$) ௐௐௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ 1$) ௐௐௐௐ*RYHUQPHQWௐ)OHHWௐ$UWLFOHௐ+LJKOLJKWLQJௐRXUௐWUDQVDFWLRQௐZLWKௐWKHௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐSURFXULQJௐRYHUௐௐ3ROLFHௐYHKLFOHVௐWKURXJKௐ1$)*ௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) ௐௐௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ:RUOGௐ$LUSRUWVௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐ 6RXUFHZHOOௐ&RQWUDFWௐ1$)ௐIRUௐWKHௐSURFXUHPHQWௐRIௐௐYHKLFOHV ௐௐௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐ([WHQVLRQௐWRௐௐௐFRQWUDFWௐ XQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) ௐௐௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ &RQWUDFWௐ1$)ௐௐௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ5HQHZDOௐIRUௐDQRWKHUௐௐௐXQGHUௐ 6RXUFHZHOOௐ&RQWUDFWௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐ1$)ௐ ௐௐௐௐ&LW\ௐRIௐ&RVWDௐ0HVDௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ &RQWUDFWௐ1$) ௐௐௐௐ%ODQNHWௐ&RQWUDFWௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐFXUUHQWௐ&ODVVௐௐௐDQGௐ ௐ&KDVVLVௐ&RQWUDFWௐ1$) ௐௐௐௐ%ODQNHWௐ&RQWUDFWௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐ&XUUHQWௐ6RXUFHZHOOௐ &RQWUDFWௐ1$) &RPPLWPHQWௐ/HWWHU¶VௐIRUௐௐ\HDUV¶ௐZRUWKௐRIௐFRQWLQXHGௐXQZDULO\ௐVXSSRUWௐIURPௐODUJHௐ QDWLRQDOௐXSILWௐVXSSOLHUVௐVXFKௐDVௐ7KHௐ.QDSKHLGHௐ0DQXIDFWXULQJௐ&RPSDQ\ௐZLWKௐLW¶Vௐ GLVWULEXWRUௐEDVHௐQDWLRQௐZLGHௐGRZQௐWRௐUHJLRQDOௐVXSSRUWௐIURPௐ3KHQL[ௐ7UXFNௐ%RG\ௐLQௐ 6RXWKHUQௐ&$ௐDVௐDQௐH[DPSOHௐ$OOௐRIௐZKLFKௐFXUUHQWO\ௐKHOSௐVXSSRUWௐRXUௐFXUUHQWௐPHPEHUVௐ FOLHQWVௐZLWKௐFXUUHQWௐDQGௐSDVWௐRUGHUVௐWKH\ௐKDYHௐKDGௐZLWKௐ1$)*ௐ :HௐKDYHௐ0HPEHUௐ5HFRPPHQGDWLRQVௐDWWDFKHGௐVKRZLQJௐQRWௐRQO\ௐGRHVௐ1$)*ௐSUDFWLFHௐ ZLWKௐZHௐSUHDFKௐEXWௐ0HPEHU¶VௐFDQௐVWDQGௐEHKLQGௐ1$)*ௐDVௐZHOOௐ :HௐKDYHௐ8SILWWHUௐ5HFRPPHQGDWLRQVௐDVௐZHOOௐWRௐVKRZௐQRWௐRQO\ௐ1$)*ௐLVௐDௐJRRGௐ SDUWQHUௐIRUௐPHPEHUVௐEXWௐDOVRௐDௐJRRGௐSDUWQHUௐWRௐSDUWQHUௐZLWKௐ1RWௐRQO\ௐGRHVௐWDNLQJௐ FDUHௐRIௐWKHௐPHPEHUௐMXVWௐLQYROYHௐWKHௐGHDOHUௐLWௐDOVRௐPXVWௐDQGௐZLOOௐDOZD\VௐLQFOXGHௐWKHௐ XSILWWHUௐDORQJௐZLWKௐWKHௐHQWLUHௐVXSSO\ௐFKDLQௐ$OOௐRIௐZKLFKௐJRHVௐWRZDUGVௐVHUYLQJௐWKHௐPHPEHUVௐ ௐ:HௐKDYHௐSURYLGHGௐGRFXPHQWDWLRQௐRIௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐDGRSWLQJௐRXUௐFXUUHQWௐ &ODVVௐௐௐDQGௐௐFRQWUDFWௐGHPRQVWUDWLQJௐRXUௐDELOLW\ௐWRௐJRௐDIWHUௐDQGௐVKRZௐ6WDWHVௐ WKHUH¶VௐDௐEHWWHUௐZD\ௐRIௐGRLQJௐEXVLQHVVௐ /DVWO\ௐZHௐKDYHௐVKRZQௐRXUௐ*URZWKௐZHௐKDYHௐKDGௐZLWKௐ6RXUFHZHOOௐIURPௐௐZKHQௐZHௐ ZHUHௐILUVWௐDZDUGHGௐ:HௐKRSHௐWKLVௐRQO\ௐVKRZVௐWKHௐWUDMHFWRU\ௐRIௐZKHUHௐZHௐDUHௐH[SHFWLQJௐWRௐWDNHௐRXUௐIXWXUHௐH[SHFWDWLRQV :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" 2XUௐ86ௐ0DUNHWௐ6KDUHௐIRUௐWKHௐSURGXFWVௐDQGௐ0RGHO¶VௐZHௐDUHௐRIIHULQJௐLVௐURXJKO\ௐ ௐDVௐWKHௐௐPDQXIDFWXUHUVௐUHSUHVHQWௐ1$)*ௐPDUNHWௐVKDUHௐLVௐURXJKO\ௐHVWLPDWHGௐௐRIௐௐ*RYHUQPHQWௐ)OHHWௐ6DOHV :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" 1$)*ௐFXUUHQWௐ&DQDGLDQௐPDUNHWௐVKDUHௐLVௐ]HURௐKRZHYHUௐSODQVௐDUHௐLQௐSODFHௐWRௐ DJJUHVVLYHO\ௐJRௐDIWHUௐ WKHௐ&DQDGLDQௐPDUNHW +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐ EDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1R Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐ DௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐ DௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐ TXHVWLRQௐHLWKHUௐDௐRUௐEௐMXVWௐEHORZௐEHVWௐDSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQDௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐRUௐVLPLODUௐHQWLW\ௐ SURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐ RIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,Iௐ DSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐ LQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG"Eௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ \RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐ IRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐ GHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐ LQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐ HPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" 1$)*ௐLVௐEHVWௐGHVFULEHGௐDVௐ³$´ௐDௐ'LVWULEXWHU'HDOHU5HVHOOHU'HDOHUௐ3DUWQHUௐIRUௐWKHௐௐ 0DQXIDFWXUHUVௐFRQWDLQHGௐLQௐRXUௐUHVSRQVHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ5$0ௐ&KHYUROHWௐ +LQRௐ,VX]Xௐ,QWHUQDWLRQDOௐ9ROYRௐ)UHLJKWOLQHUௐ:HVWHUQௐ6WDUௐ0DFNௐ.HQZRUWKௐDQGௐ 3HWHUELOWௐ$OOௐRUGHUVௐDUHௐSODFHGௐZLWKௐIUDQFKLVHGௐGHDOHUVKLSVௐDQGௐXOWLPDWHO\ௐWLWOHGௐWRௐWKHௐPHPEHUௐ$OOௐRXUௐDSSURSULDWHௐFHUWLILFDWHVௐFDQௐEHௐYLHZHGௐLQௐWKHௐ³5HODWHGௐ&HUWLILFDWLRQ´ௐVHFWLRQௐIRUௐHLWKHUௐRXUௐGHDOHUVKLSVௐGLUHFWௐRUௐRXUௐSDUWQHUௐGHDOHUVௐ\RXௐZLOOௐILQGௐDOOௐ DSSURSULDWHௐFHUWLILFDWHVௐ:HௐGRௐQRWௐVHOOௐXVHGௐHTXLSPHQWௐWRௐWKHௐPHPEHUVௐௐ$VௐZHOOௐ \RXௐZLOOௐILQGௐ1$)*ௐKDVௐQDPHGௐRXUௐGHDOHUௐSDUWQHUVௐDVௐDGGLWLRQDOௐLQVXUHGௐXQGHUௐRXUௐ SROLF\ ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐ DUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐLQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVHௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ 5)3 $ௐ'HDOHUௐ/LFHQVHௐDQGௐ)UDQFKLVHௐDJUHHPHQWௐLVVXHGௐE\ௐWKHௐ0DQXIDFWXUHௐ'HSDUWPHQWௐ RIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐDORQJௐZLWKௐDௐ5HVHOOHU¶VௐSHUPLWௐDUHௐWKHௐPRVWௐSHUWLQHQWௐ OLFHQVHVௐWRௐKROGௐ,QௐWKHௐDWWDFKPHQWௐLQௐVHFWLRQௐ³5HODWHGௐ&HUWLILFDWLRQ´ௐ\RXௐZLOOௐILQGௐWKHௐ IROORZLQJௐHLWKHUௐDVௐDௐVROHO\ௐRZQHGௐHQWLW\ௐRUௐE\ௐRXUௐSDUWQHUௐGHDOHUௐZHௐMRLQWO\ௐKROGௐ,56ௐ$SSURYHGௐ)(7ௐ1XPEHU&$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ %XUHDXௐRIௐ$XWRPRWLYHௐUHSDLUௐ5HJLVWUDWLRQௐௐ$5'ௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ&LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ&LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ )LFWLWLRXVௐ%XVLQHVVௐ1DPHVௐIURPௐ6DQWDௐ&UX]ௐ&RXQW\ௐIRUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ )%1ௐ &DOLIRUQLDௐ*HQHUDOௐ5HVDOHௐ&HUWLILFDWHௐ 'XQௐ ௐ%UDGVWUHHWௐ1XPEHUௐ *RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&HUWLILFDWH *RYHUQPHQWௐRIௐWKHௐ'LVWULFWௐRIௐ&ROXPELDௐ7D[ௐ5HJLVWUDWLRQௐௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ7D[ௐ5HJLVWUDWLRQௐ *RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&/($1ௐ+$1'6ௐ&(57,),&$7,21 6DQௐ'LHJRௐ)UHLJKWOLQHUௐ6HOOHU¶Vௐ3HUPLW &RPPRQZHDOWKௐRIௐ9LUJLQLDௐ6WDWHௐ&RUSRUDWLRQௐ&RPPLVVLRQௐ&HUWLILFDWHௐ 6WDWHௐRIௐ0DU\ODQGௐ*RRGௐ6WDQGLQJௐ&HUWLILFDWHௐ .DQVDVௐ'HSDUWPHQWௐRIௐ5HYHQXHௐIRUௐ.DQVDVௐ&LW\ௐ3HWHUELOW 1HZௐ-HUVH\ௐ'HSDUWPHQWௐRIௐ7UHDVXU\ௐ5HJLVWUDWLRQௐ&HUWLILFDWH1HZௐ-HUVH\ௐ%XVLQHVVௐ5HJLVWUDWLRQௐ1RWLFHௐRIௐ&RPSOLDQFHௐRIௐWKHௐ&DQWRQௐ&LW\ௐ&RGLILHGௐ2UGLQDQFHௐ (PSOR\HHௐ,QIRUPDWLRQௐ5HSRUWௐIRUௐWKHௐ6WDWHௐRIௐ1HZௐ-HUVH\ௐ 6WDWHௐRIௐ0DU\ODQGௐ1HZௐ6DOHVௐDQGௐ8VHௐWD[ௐ/LFHQVHௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐௐ 6RXWKௐ&DUROLQDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐ1XPEHUௐ 6WDWHௐRIௐ6RXWKௐ&DUROLQDௐ5HWDLOௐ/LFHQVHௐ &RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ6WDWHௐRIௐ:HVWௐ9LUJLQLDௐ'HDOHUௐ/LFHQVHௐ&RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ 6WDWHௐRIௐ7HQQHVVHHௐ9HKLFOHௐ'HDOHUௐ/LFHQVH 3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐ RUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 'RHVௐQRWௐDSSO\ Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 7KHௐPRVWௐSURGLJLRXVௐDZDUGௐ1$)*ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐௐ\HDUVௐZRXOGௐEHௐ7RSௐ 3ODFHPHQWௐLQௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDVௐDௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐIROORZHGௐE\ௐRXUௐKLJKௐUDQNLQJௐUHFRJQLWLRQௐIURPௐ*HQHUDOௐ0RWRUVௐIRUௐRXUௐ&KHYUROHWௐEUDQGௐௐ%RWKௐ1$)*ௐKDVௐUHFHLYHGௐௐRIௐWKHௐSDVWௐௐ\HDUV :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV $VௐDQௐRUJDQL]DWLRQௐPRVWௐRIௐRXUௐVDOHVௐDUHௐIRFXVHGௐRQௐUHWDLOௐKRZHYHUௐLQௐRXUௐGLYLVLRQௐ LQௐ)OHHWௐZHௐKDYHௐVROGௐWRௐDERXWௐௐ*RYHUQPHQWௐDFFRXQWV :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV $VௐDௐSHUFHQWDJHௐRIௐRXUௐVDOHVௐLQௐWKHௐ*RYHUQPHQWௐDERXWௐௐZRXOGௐEHௐFRQVLGHUHGௐ WRௐ8QLYHUVLWLHVௐDQGௐ8QLILHGௐ6FKRROௐ'LVWULFWV /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐ SXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐ FRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" :HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐ GXULQJௐWKHௐSDVWௐWKUHHௐ\HDUVௐ6HFRQGௐRXUௐ6RXUFHZHOOௐ&RQWUDFW¶VௐௐௐDQGௐ ௐZKLFKௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDVௐVROGௐDௐYROXPHௐRIௐௐௐRIௐ &RPELQHGௐ4XDUWHUO\ௐ6DOHV /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐ DQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ626$ௐWKDWௐ\RXௐ KROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐ HDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" 1$)*ௐIRFXVௐLVௐRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFWVௐZHௐGRௐQRWௐKROGௐDQ\ௐRWKHUௐEHVLGHVௐWKHௐ 6WDWHௐRIௐ&DOLIRUQLD 7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 3RUWௐRIௐ/RVௐ$QJHOHVௐ&$ 0Uௐ'DYHௐ&RPHU &RXQW\ௐRIௐ9HQWXUHௐ&$0Uௐ-RUJHௐ%RQLOOD &LW\ௐRIௐ$XVWLQௐ7;0Uௐ0DWWௐ6DJHU 7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUVHQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFWVVL]HRIWUDQVDFWLRQVDQGGROODU YROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH 3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV &LW\ௐRIௐ$XVWLQ *RYHUQPHQW 7H[DV7; 3XUFKDVHU ௐ9HKLFOHVௐDWௐDௐWLPH 2YHUௐ0 /RVௐ$QJHOHVௐ 'HSDUWPHQWௐRIௐ :DWHUௐDQGௐ 3RZHU *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNV 2YHUௐ0 3RUWௐRIௐ/RVௐ $QJHOHV *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNV 2YHUௐ0 &LW\ௐRIௐ6DQௐ 'LHJR *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNV 2YHUௐ0 $QQௐ$UXQGHOௐ &RXQW\ *RYHUQPHQW 0DU\ODQG0' 3XUFKDVHU 2YHUௐௐ7UXFNV 2YHUௐ0 7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH<RXU UHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURI ZRUNHUVIXOOWLPHHTXLYDOHQWVLQYROYHGLQHDFKVHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHVRUHPSOR\HHVRIDWKLUGSDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 6DOHVௐIRUFH:HௐKDYHௐDௐ'LUHFWௐDQGௐ,QGLUHFWௐVDOHVௐIRUFHௐ2XUௐGLUHFWௐVDOHVௐIRUFHௐDUHௐRXUௐHPSOR\HHVௐ DQGௐSDUWQHUௐGHDOHUVௐ&RPELQHGௐRXUௐHVWLPDWHGௐHPSOR\HHௐFRXQWௐH[FHHGVௐௐSHUVRQDOVௐ GHGLFDWHGௐWRௐVXSSRUWLQJௐRXUௐGHDOHUVKLSVௐDQGௐ1$)*ௐ)OHHWௐ'LYLVLRQௐ2XUௐLQGLUHFWௐVDOHVௐ IRUFHௐZKLFKௐZRXOGௐEHௐRXUௐSDUWQHUௐVXSSOLHUVௐDQGௐXSILWWHUVௐZRXOGௐEHௐZHOOௐDERYHௐௐ:LWKௐERWKௐGLUHFWௐDQGௐLQGLUHFWௐVDOHVௐIRUFHௐVWDIIௐ1$)*ௐKDVௐEHHQௐSURYHQௐWRௐPDLQWDLQௐDQGௐVHUYLFHௐWKHௐFXUUHQWௐGHPDQGௐRIௐWKHௐPHPEHUVௐ$VௐWKHௐQXPEHUௐRIௐPHPEHUVௐJURZௐWKDWௐZHௐ FDQௐKHOSௐWKHௐPRUHௐVWDIIௐZHௐZRXOGௐHDJHUO\ௐHPSOR\HHௐWRௐKHOSௐPHHWௐGHPDQG 'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 2XUௐIUDQFKLVHௐQHWZRUNௐZKLFKௐFRYHU¶VௐRXUௐSURSRVHGௐௐPDQXIDFWXUHUVௐDUHௐVHFRQGௐWRௐQRQHௐ:LWKௐLQGXVWU\ௐIRUHIURQWௐRIௐWKHௐFRPELQHGௐH[SHULHQFHௐRIௐPDQXIDFWXUHVௐOLNHௐ7KHௐ )RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRUVௐ)UHLJKWOLQHUௐ0$&.ௐ3HWHUELOWௐDQGௐ.HQZRUWKௐWRௐ QDPHௐDௐIHZௐKDYHௐHVWDEOLVKHGௐDௐQDWLRQDOௐSUHVHQFHௐZHUHௐDOOௐPHPEHUVௐFDQௐUHFHLYHௐ VHUYLFHௐDQGௐZDUUDQW\ௐUHSDLUVௐRQௐWKHUHௐUHVSHFWLYHௐSURGXFWVௐ7KHௐGLVWULEXWLRQௐRIௐDQௐ $XWRPRELOHௐRUௐ&DEௐ&KDVVLVௐKDVௐDOZD\VௐEHHQௐDQௐRQJRLQJௐFKDOOHQJHௐIRUௐDOOௐ PDQXIDFWXUHVௐQHZௐDQGௐROGௐ+RZHYHUௐZHௐLQௐ$PHULFDௐKDYHௐWKHௐEHVWௐ$XWRPRELOHௐ6XSSO\ௐ &KDLQௐ1HWZRUNௐLQௐWKHௐZRUOGௐDQGௐDVௐDௐIUDQFKLVHGௐGHDOHUௐRIௐEUDQGVௐZHௐWRRௐJHWௐWDNHௐIXOOௐDGYDQWDJHௐRIௐWKHௐQHWZRUNௐWRௐVKLSௐDQGௐVXSSO\ௐRXUௐPHPEHUௐFOLHQWVௐQDWLRQZLGH 6HUYLFHௐIRUFH:LWKௐRYHUௐWKRXVDQGVௐRIௐVHUYLFHௐORFDWLRQVௐUHSUHVHQWLQJௐRXUௐௐPDQXIDFWXUHUVௐDௐPHPEHUௐ FOLHQWௐFDQௐILQGௐZLWKௐHDVHௐDௐVHUYLFHௐVWDWLRQௐRUௐZDUUDQW\ௐUHSDLUௐIDFLOLW\ௐQHDUௐE\ௐ2IௐFRXUVHௐ $ODVNDௐDQGௐ+DZDLLௐGRௐKDYHௐDௐODUJHUௐGLVWDQFHௐEHWZHHQௐIUDQFKLVHVௐDௐPHPEHUௐZRXOGௐXWLOL]HௐIRUௐZDUUDQW\ௐUHSDLUௐRUௐVHUYLFH Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐ SURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐ SURJUDPௐLIௐDSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐ UHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ VHUYLFHௐJRDOVௐRUௐSURPLVHV 7RௐEHVWௐLOOXVWUDWHௐRXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPVௐ,ௐDVNௐWKDWௐ\RXௐXVHௐDVௐDௐUHIHUHQFHௐ RXUௐ=,3ௐILOHௐXQGHUௐ$GGLWLRQDOௐ'RFXPHQWVௐDQGௐZLWKLQௐLQௐDௐ=,3ௐILOHௐQDPHGௐ³0HPEHUௐ:DONௐ 7KURXJK´ௐ6WDUWௐZLWKௐDQGௐYLHZௐLQௐRUGHUௐZKLFKௐ,ௐZLOOௐH[SODLQௐLQௐRUGHUௐKHUH +RZௐ$ௐ0HPEHUௐ&DQௐ*HWௐ4XRWHVௐ2QOLQHௐ'HPRௐ$ௐPHPEHUௐFDQௐREWDLQௐPRVWௐTXRWHVௐE\ௐYLVLWLQJௐRXUௐZHEVLWHௐZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐZKHUHௐDௐVLPSOHௐRQHௐVWHSௐIRUPௐLVௐ QHHGHGௐIRUௐUHJLVWUDWLRQௐ7KLVௐLVௐWRௐSURWHFWௐWKHௐSULFHௐLQIRUPDWLRQௐIURPௐQRQPHPEHUVௐ 2QFHௐDௐPHPEHUௐUHJLVWHUVௐWKH\ௐZLOOௐUHFHLYHௐDQௐDXWRPDWHGௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐ YLGHRௐRQௐKRZௐWRௐXVHௐRXUௐVLWHௐ0HPEHUVௐZLOOௐJDLQௐDFFHVVௐWRௐWKHUHௐYHU\ௐRZQௐGDVKERDUGௐ ZKLFKௐZLOOௐKRXVHௐDOOௐWKHUHௐTXRWHVௐLQௐRQHௐVDIHௐVHFXUHௐORJLQௐ0HPEHU¶VௐFDQௐVHOHFWௐZKLFKௐ EUDQGௐWKH\ௐDUHௐORRNLQJௐIRUௐDQGௐPRGHOௐ\HDUௐ2XUௐVLWHௐVKRZVௐDOOௐWKHௐFDWHJRULHVௐWKHௐ EUDQGௐRIIHUVௐVXFKௐDVௐ&DUVௐ9DQVௐ689¶Vௐ7UXFNVௐDQGௐ&KDVVLVௐ&DEVௐ0HPEHUVௐZLOOௐWKHQௐEHௐDEOHௐWRௐGULOOௐGRZQௐIRUௐWKHௐULJKWௐVHOHFWLRQௐE\ௐSLFNLQJௐIURPௐWKHௐILOWHUௐPHQXௐRIௐZKDWௐFDEௐWKHUHௐORRNLQJௐIRUௐ5HJXODUௐ([WHQGHGௐRUௐ&UHZௐWRௐௐZKHHOௐRUௐௐZKHHOௐGULYHௐ GRZQௐWRௐWKHௐEHGௐOHQJWKௐWKHUHௐORRNLQJௐIRUௐௐ$OOௐIDFWRU\ௐRSWLRQVௐDUHௐWKHQௐSUHVHQWHGௐIRUௐ WKHௐPHPEHUௐWRௐVHOHFWௐIURPௐWKLVௐZLOOௐVKRZௐDOOௐFXUUHQWௐIDFWRU\ௐRUGHUDEOHௐRSWLRQVௐWDNLQJௐ WKHௐJXHVVௐZRUNௐRXWௐIRUௐWKHௐPHPEHUௐ2QFHௐDௐPHPEHUௐVHOHFWVௐDௐGHVLUHGௐEXLOGௐWKH\ௐZLOOௐ VHHௐWKHUHௐ6RXUFHZHOOௐ3ULFHௐUHSRUWௐVKRZLQJௐWKHௐ0653ௐWKHUHௐFRQWUDFWௐSULFHௐWKHௐVDYLQJௐ LQௐUHDOௐGROODUVௐDQGௐDVௐDௐSHUFHQWDJHௐ,QௐWKHௐ3')ௐH[DPSOHௐ\RXௐFDQௐVHHௐDௐVDYLQJௐRIௐௐ ௐRIௐௐWRௐWKHௐPHPEHUௐVKRZLQJௐDௐVLJQLILFDQWௐVDYLQJVௐ0HPEHUVௐWKHQௐFDQௐFKRVHௐWRௐDGGௐH[WUD¶VௐWRௐWKHUHௐRUGHUௐOLNHௐH[WUDௐNH\V¶ௐVHUYLFHௐPDQXDOVௐVDOHVௐWD[ௐDQGௐ HYHQௐUHTXHVWௐDQௐXSILWௐWRௐEHௐDGGHGௐWRௐWKHUHௐTXRWHௐ/DVWO\ௐWKH\ௐZLOOௐEHௐJLYHQௐDௐFRPSOHWHௐ WXUQௐNH\ௐTXRWHௐSDFNDJHௐWRௐSULQWௐZKLFKௐZLOOௐLQFOXGHௐWKHUHௐFXVWRPL]HGௐ4XRWHௐ,'ௐ 'HVFULSWLRQௐDQGௐ6SHFLILFDWLRQVௐRIௐZKDWௐWKH\ௐEXLOWௐௐௐ +RZௐ0HPEHUVௐDQGௐ8SILWWHUVௐFDQௐ3DUWQHUௐZLWKௐ1$)*ௐ2XUௐGHGLFDWHGௐZHEVLWHௐ ZZZ1$)*3DUWQHUFRPௐZDVௐEXLOWௐWRௐDFFRPPRGDWHௐWKHௐPHPEHUௐZKRௐZRXOGௐOLNHௐDௐ FHUWDLQௐXSILWWHUௐWRௐXSILWௐWKHUHௐYHKLFOHVௐ,WௐZDVௐDOVRௐEXLOWௐIRUௐXSILWWHUVௐWRௐKDYHௐDௐSODFHௐWRௐJRௐZKHUHௐWKH\ௐFDQௐILQGௐLQIRUPDWLRQௐRQௐKRZௐWRௐSDUWQHUௐZLWKௐ1$)*ௐWRௐEHWWHUௐVHUYHௐWKHUHௐORFDOௐPHPEHUVௐ ([DPSOHௐRIௐ$ௐ0HPEHUௐZLWKௐ8SILWௐ4XRWHௐ7KLVௐLVௐDQௐH[DPSOHௐRIௐKRZௐZHௐXVHௐRXUௐ&DEௐ &KDVVLVௐDQGௐFRPELQHௐWKHPௐZLWKௐDQௐXSILWௐWRௐSURYLGHௐDௐWXUQNH\ௐVROXWLRQௐIRUௐWKHௐPHPEHUௐ LQௐDௐVLPSOHௐWRௐIROORZௐIRUPDWௐ (7$ௐ6\VWHPௐIRUௐ0HPEHUVௐ:DONௐ7KURXJKௐ7KLVௐLVௐZKHUHௐPHPEHUVௐFDQௐHDVLO\ௐFRPHௐWRௐ RXUௐZHEVLWHௐWKHௐVDPHௐZHEVLWHௐWKH\ௐEXLOWௐWKHUHௐFKDVVLVௐRQௐDQGௐWUDFNௐWKHUHௐRUGHUௐOLNHௐ WKH\ௐZRXOGௐDௐ836ௐSDFNDJHௐ:HௐKDYHௐDௐYHU\ௐVLPSOHௐGLVSOD\ௐRQௐRXUௐKRPHSDJHௐ³7UDFNௐ\RXUௐRUGHU´ௐZKHUHௐPHPEHUVௐFDQௐHQWHUௐRQHௐRIௐWKHௐIROORZLQJௐ3XUFKDVHௐ2UGHUௐ1XPEHUௐ4XRWHௐ,'ௐ8SILWௐ4XRWHௐ,'ௐRUௐYLQௐWRௐHDVLO\ௐVHHௐWKHUHௐLQௐWKHௐSURFHVVௐWKHUHௐSDUWLFXODUௐ RUGHUௐLVௐLQௐ &RXUWHV\ௐ&RQILUPDWLRQௐ([SODLQHGௐ$IWHUௐ1$)*ௐUHFHLYHVௐDQௐRUGHUௐIURPௐDௐ0HPEHUௐZHௐ DOZD\VௐOLNHௐWRௐVHQGௐWKHௐPHPEHUௐDௐ&RXUWHV\ௐ&RQILUPDWLRQௐ7KLVௐLVௐZHUHௐWKHௐPHPEHUௐ ZLOOௐGRXEOHௐFKHFNௐVRPHௐSDUWLFXODUVௐRQௐWKHUHௐRUGHUௐOLNHௐ&RORUௐ4XDQWLW\ௐ8SILWௐDQGௐWRௐ HQVXUHௐDOOௐ6SHFLILFDWLRQ¶VௐDUHௐDOOௐFRUUHFWௐEHIRUHௐRUGHUௐSODFHPHQWௐௐ:HௐDOVRௐOLNHௐWRௐDVNௐ IRUௐWLWOHௐLQIRUPDWLRQௐDWௐWKLVௐSRLQWௐVRௐZHௐFDQௐKHOSௐSURFHVVௐWKHௐSDSHUZRUNௐDWௐGHOLYHU\ௐSURPSWO\ ௐௐ)DFWRU\ௐ2UGHUௐ&XWௐ2IIௐ1RWLFHVௐ+HUHௐLVௐZHUHௐZHௐOLNHௐWRௐKLJKOLJKWௐZHUHௐPHPEHUVௐFDQௐ DFFHVVௐDQ\ௐXSFRPLQJௐIDFWRU\ௐRUGHUௐFXWௐRIIௐGDWHVௐ:HௐZDONௐWKHௐPHPEHUௐWKURXJKௐWKHௐ SURFHVVௐVWHSௐE\ௐVWHSௐWRௐHQVXUHௐWKHௐPHPEHUௐNQRZVௐWKHௐXSFRPLQJௐIDFWRU\ௐRUGHUௐFXWௐRIIௐ GDWHௐZHௐHYHQௐSULQWௐWKLVௐLQIRUPDWLRQௐLIௐNQRZQௐDWௐWKHௐWLPHௐULJKWௐRQௐWKHௐFRYHUௐSDJHௐRIௐ WKHUHௐTXRWHVௐ 9DOLGDWLRQௐ:DONௐ7KURXJKௐ([DPSOHௐ7RௐGHPRQVWUDWHௐDௐSULFHௐYDOLGDWLRQௐZHௐVKRZௐZKDWௐDௐPHPEHUௐZRXOGௐVHHௐZKHQௐWKH\ௐEXLOGௐDௐWUXFNௐRQௐRXUௐVLWHௐ$WௐFKHFNௐRXWௐWKHௐPHPEHUௐZRXOGௐVHHௐWKHௐ7RWDOௐ&RQILJXUHGௐ0653ௐRIௐௐௐ$ௐ6RXUFHZHOOௐ3ULFHௐRIௐௐ ௐ7RWDOௐ6DYLQJௐRIௐௐௐRUௐௐIRUௐDௐௐ)ௐIROORZHGௐE\ௐWKHௐ SULFLQJௐSDJHௐZKLFKௐVKRZVௐWKHௐ0LQLPXPௐ'LVFRXQWௐRIௐDWௐOHDVWௐௐ$Vௐ\RXௐVHHௐZHௐ SURYLGHGௐDQௐDGGLWLRQDOௐௐGLVFRXQWௐRQௐWRSௐRIௐWKHௐௐFRQWUDFWௐGLVFRXQWௐ7KLVௐ ZRXOGௐEHௐWKHௐFDVHௐLQௐWKLVௐH[DPSOH ,GHQWLI\ௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ 8QLWHGௐ6WDWHV :HௐKDYHௐSURYLGHGௐDௐOLVWௐRIௐRXUௐWRSௐௐPHPEHUFOLHQWVௐGHPRQVWUDWLQJௐRXUௐDELOLW\ௐWRௐ VHUYLFHௐDOOௐPHPEHUVௐQDWLRQZLGHௐ/RFDWHGௐLQௐWKHௐ0DUNHWLQJௐ3ODFHௐ=,3ௐILOHௐDVௐ³1$)*ௐ 7RSௐௐ0HPEHUௐ&OLHQWV´ௐ3') ,GHQWLI\ௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD 2XUௐDELOLW\ௐDQGௐNQRZௐKRZௐWRௐFDUU\ௐRXUௐEXVLQHVVௐPRGHOௐLQWRௐ&DQDGDௐKDVௐQHYHUௐEHHQௐ DVௐVWURQJௐDVௐLWௐLVௐWRGD\ௐZHௐEHOLHYHௐDௐVLPSOHௐ86ௐ'ROODUௐWRௐ&DQDGLDQௐH[FKDQJHௐUDWHௐ FRXSOHGௐZLWKௐRXUௐSULFLQJௐVWUXFWXUHௐZLOOௐDOORZௐ1$)*ௐWRௐILQDOO\ௐEHௐLQௐDௐSRVLWLRQௐWRௐௐVHUYHௐ PHPEHUVௐLQௐ&DQDGDௐE\ௐSDUWQHULQJௐZLWKௐ&DQDGLDQௐEDVHGௐGHDOHUௐJURXSV ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐ VHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW 1$)*ௐZLOOௐVHUYLFHௐௐௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRIௐ$PHULFDௐDQGௐDWWHPSWௐWRௐEXLOGௐWKHௐ VDPHௐPRGHOௐWRௐVHUYLFHௐDOOௐRIௐ&DQDGDௐ:HௐGRௐQRWௐNQRZௐ\HWௐZKDWௐUHJLRQVௐZHௐZLOOௐ HQFRXQWHUௐGLIILFXOW\ௐDQGௐKRZௐORQJௐWKHௐVROXWLRQௐZLOOௐWDNHௐEXWௐZHௐZLOOௐVWULYHௐWRௐVHUYLFHௐDOOௐ RIௐ&DQDGD Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐ VHFWRUVௐLHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRU SURILWௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ WKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐ DELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" :HௐZLOOௐVHUYLFHௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐWKURXJKௐRXUௐௐKRXUVௐDௐGD\ௐ\HDUௐZHEVLWHௐ H[FHSWௐ1RQௐ3URILWVௐ1RQ3URILWVௐZRXOGௐEHௐVXEMHFWௐWRௐDௐGLIIHUHQWௐSULFLQJௐSURJUDPௐDQGௐ ZRXOGௐQHHGௐWRௐEHௐKDQGOHGௐRQௐDௐFDVHௐE\ௐFDVHௐEDVLVௐ1RQ3URILWVௐPRVWO\ௐGRௐQRWௐTXDOLI\ௐ IRUௐWKHௐGLVFRXQWௐJRYHUQPHQWVௐTXDOLI\ௐIRU 'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV 7KHௐRQO\ௐUHTXLUHPHQWௐIRUௐPHPEHUVௐLQௐ$ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐZRXOGௐEHௐ ORJLVWLFDOௐVKLSSLQJௐFRQVWUDLQWVௐWKHௐUHJLRQௐZRXOGௐKROGௐ)RUௐH[DPSOHௐZHௐFXUUHQWO\ௐSURYLGHௐ PHPEHUVௐLQௐ$ODVNDௐFKDVVLVௐFDEVௐZLWKௐXSILWVௐDQGௐWKHௐPHPEHUௐDOORZVௐXVௐWRௐDGGௐWKHௐ H[WUDௐVKLSSLQJௐFRVWௐSRUWௐFRVWௐDQGௐGULYHUௐFRVWௐWRௐORDGௐDQGௐXQORDGௐWKHUHௐYHKLFOHVௐIURPௐ SRUWௐWRௐSRUWௐ7KLVௐZRXOGௐEHௐUHTXLUHGௐLIௐQHHGHGௐWRௐEHௐDGGHGௐWRௐDQ\ௐTXRWHௐLQௐWKHVHௐ UHJLRQV 7DEOH0DUNHWLQJ3ODQ /LQH,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ 8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐ PDUNHWLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH ,QௐDGGLWLRQௐWRௐWKHௐ6DPSOHௐ0DUNHWLQJௐ)O\HUVௐDQGௐ0DUNHWLQJௐ'HSDUWPHQWௐ&KDUWVௐXSORDGHGௐLQௐ WKHௐOLQNௐ³0DUNHWLQJௐ3ODQ6DPSOHV´ௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐIDFLOLWLHVௐDௐYDULHW\ௐRIௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐ SURGXFWVௐDQGௐVHUYLFHVௐWRௐUHDFKௐRXWௐWRௐJRYHUQPHQWௐHQWLWLHVௐௐ2XUௐFRPSDQ\ௐHQFRPSDVVHVௐPDLQO\ௐRXWERXQGௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐWKHௐ6RXUHZHOOௐ*RYHUQPHQWௐ9HKLFOHௐ&RQWUDFWௐௐ (PDLOௐ0DUNHWLQJௐ3DUWௐRIௐRXUௐRXWERXQGௐVWUDWHJ\ௐLQFOXGHVௐSDLGௐRQOLQHௐPDUNHWLQJௐWHFKQLTXHVௐ VXFKௐDVௐWKHௐXVHௐRIௐHPDLOௐFDPSDLJQௐEODVWVௐௐ7KLVௐSURFHVVௐLQFOXGHVௐFUHDWLRQௐRIௐPXOWLSOHௐ FDPSDLJQௐIO\HUVௐXVHGௐWRௐFRQYH\ௐNH\ௐPHVVDJHVௐWRௐRXUௐWDUJHWHGௐDXGLHQFHௐௐ)O\HUௐPHVVDJHVௐ FRQVLVWௐRIௐWKHௐW\SHVௐRIௐYHKLFOHௐFRQWUDFWVௐEUDQGVௐVROGௐVSHFLDOௐGLVFRXQWVௐRIIHUHGௐWRௐILUVWௐWLPHௐ EX\HUVௐKROLGD\ௐWKHPHGௐIO\HUVௐYHKLFOHVௐRIIHUHGௐQHZௐZHEVLWHௐIHDWXUHVௐDQGௐPDQ\ௐPRUHௐ 7KLVௐPHWKRGௐHQFRXUDJHVௐSRWHQWLDOௐFXVWRPHUVௐWRௐRXUௐZHEVLWHௐWRௐH[SORUHௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐௐ&DPSDLJQHUௐHPDLOௐPDUNHWLQJௐVHUYLFHௐDFWVௐQRWௐRQO\ௐWRௐVHQGௐRXWௐHPDLOVௐEXWௐDVௐDௐ&50ௐGDWDEDVHௐV\VWHPௐWRௐPRQLWRUௐVHQGௐDQGௐWUDFNௐHIIHFWLYHQHVVௐRIௐHPDLOVௐ2XUௐPDUNHWLQJௐ WHDPௐZRUNVௐFRQWLQXRXVO\ௐWRௐJDWKHUௐHPDLOVௐIURPௐJRYHUQPHQWௐHQWLWLHVௐWKRXJKௐRXWௐWKHௐ8QLWHGௐ 6WDWHVௐWRௐFRPSLOHௐDௐGDWDEDVHௐRIௐFOLHQWHOH (YHQWௐ0DUNHWLQJௐௐ7KLVௐVWUDWHJ\ௐKDVௐSURYHQௐWRௐEHௐDௐVXFFHVVIXOௐDYHQXHௐWRௐJHQHUDWHௐOHDGVௐ DQGௐFUHDWHௐODVWLQJௐUHODWLRQVKLSVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWHQGVௐVHYHUDOௐWUDGHVௐVKRZVௐ SHUௐ\HDUௐWRௐHQJDJHௐFXVWRPHUVௐLQௐSHUVRQௐDORQJௐZLWKௐXSVHOOௐRSSRUWXQLWLHVௐௐ0HHWLQJௐSURVSHFWVௐ IDFHWRIDFHௐIRUPVௐDௐODVWLQJௐLPSUHVVLRQௐQRWௐDYDLODEOHௐWKURXJKௐRWKHUௐPHWKRGVௐRIௐVHOOLQJௐௐௐ7UDGHௐVKRZVௐDWWHQGHGௐLQFOXGHௐ*);ௐ,$332ௐ1,*3ௐ$&7ௐ&$332ௐ&$6%2ௐWKURXJKRXWௐWKHௐ 8QLWHGௐ6WDWHVௐௐ 5HODWLRQVKLSௐ0DUNHWLQJௐௐ7KLVௐLVௐXWLOL]HGௐRQFHௐDௐFOLHQWௐLVௐGLUHFWHGௐWKRXJKௐRXUௐZHEVLWHௐWKRXJKௐ RQOLQHௐPHWKRGVௐௐ2QFHௐDௐSRWHQWLDOௐFOLHQWௐUHJLVWHUVௐDQGௐEHFRPHVௐDௐPHPEHUௐRQௐRXUௐZHEVLWHௐ RXUௐVDOHVௐWHDPௐZLOOௐSHUVRQDOO\ௐUHDFKௐRXWௐYLDௐSKRQHௐRUௐHPDLOௐWRௐSURYLGHௐIXUWKHUௐDVVLVWDQFHௐௐ 7KHௐUROHௐRIௐWKHௐVDOHVௐWHDPௐLVௐWRௐFRQWLQXHௐWRௐVXSSRUWௐDQGௐHPSRZHUௐFOLHQWVௐDQGௐHGXFDWHௐ WKHPௐRQௐSURGXFWVௐDQGௐVHUYLFHVௐRIIHUHGௐௐ7KHௐWHDPௐZLOOௐJRௐWKHௐH[WUDௐPLOHௐIRUௐVXEVFULEHUVௐSURVSHFWVௐDQGௐFXVWRPHUVௐHYHQௐDIWHUௐDௐVDOHVௐWUDQVDFWLRQௐLVௐFRPSOHWHGௐ2XUௐVDOHVௐWHDPௐKDVௐZRUNHGௐWLUHOHVVO\ௐWRௐIRFXVௐRQௐSURYLGLQJௐRXWVWDQGLQJௐFXVWRPHUௐVXSSRUWௐ WRௐFUHDWHௐSRZHUIXOௐUDSSRUWௐZLWKௐRXUௐFOLHQWVௐௐ%\ௐJRLQJௐDERYHௐDQGௐEH\RQGௐZHௐKDYHௐ HQKDQFHGௐH[LVWLQJௐUHODWLRQVKLSVௐDQGௐH[HFXWHGௐFXVWRPHUௐOR\DOW\ௐZLWKௐUHSHDWௐEXVLQHVVHVௐௐ7KH\ௐ VWULYHௐWRௐGHYLDWHௐIURPௐWKHௐ³&DUௐ6DOHVSHUVRQ´ௐPHQWDOLW\ௐZKLFKௐLVௐௐVDOHVௐGULYHQௐWRௐDௐ PRUHௐSURGXFWௐDQGௐFXVWRPHUௐVHUYLFHௐDSSURDFKௐE\ௐLQVWLOOLQJௐDௐVHQVHௐRIௐFRQILGHQFHௐWRௐRXUௐ FOLHQWVௐௐ7KHLUௐFRQVWDQWௐJRDOௐLVௐWRௐUHJXODUO\ௐDVVLVWௐFOLHQWVௐDQGௐDGGUHVVௐDQ\ௐQHHGVௐGXULQJௐWKHௐ HQWLUHௐVDOHVௐSURFHVVௐௐ6WULYLQJௐWRௐIRFXVௐRQௐVROXWLRQௐVHOOLQJௐYVௐSURGXFWௐVHOOLQJௐGHYHORSVௐLQWRௐDௐPXWXDOO\ௐEHQHILFLDOௐDJUHHPHQWௐIRUௐFXVWRPHUVௐDQGௐWKHௐEXVLQHVVௐௐ 5HIHUUDO:RUGௐRIௐPRXWKௐௐ7KLVௐVWUDWHJ\ௐWLHVௐLQWRௐRXUௐRXWVWDQGLQJௐUHODWLRQVKLSௐPDUNHWLQJௐWRௐ FOLHQWVௐௐ7KHௐSRVLWLYHௐTXDOLW\ௐRIௐVHUYLFHௐH[SHULHQFHGௐE\ௐFXVWRPHUVௐKDVௐOHGௐWRௐDQௐLQFUHDVHGௐ QXPEHUௐRIௐVDOHVௐWKURXJKௐUHIHUUDOVௐௐ2XUௐJRDOௐLVௐWRௐSURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐ WKURXJKRXWௐHQWLUHௐVHOOLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐUHIHUUDOVௐௐ &RPLQJௐODWHௐVXPPHUௐRIௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐEHௐODXQFKLQJௐDௐ1$)*ௐ3DUWQHUௐ :HEVLWHௐWRௐLQFUHDVHௐWKHௐJURZWKௐRIௐRXUௐEXVLQHVVௐௐ7KHௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐLVௐH[SHFWHGௐWRௐODXQFKௐODWHௐVXPPHUHDUO\ௐIDOOௐRIௐௐௐ7KHௐVLWHௐHQFRXUDJHVௐERG\ௐXSILWWLQJௐ FRPSDQLHVௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐWRௐSDUWQHUௐXSௐZLWKௐXVௐWRௐEHFRPHௐDௐSUHIHUUHGௐ PHPEHUௐௐ7KHௐEHQHILWVௐRIௐEHFRPLQJௐDௐSUHIHUUHGௐPHPEHUௐLVௐWRௐKDYHௐWKHLUௐEXVLQHVVௐ DGYHUWLVHGௐRQௐRXUௐVLWHௐDVௐZHOOௐDVௐUHIHUULQJௐDQ\ௐFOLHQWVௐZLWKௐXSILWWLQJௐQHHGVௐWRௐDௐORFDOௐERG\ௐ FRPSDQ\ௐZLWKLQௐWKHLUௐJHQHUDOௐYLFLQLW\ௐௐௐௐ2XUௐEX\HUVௐIURPௐJRYHUQPHQWௐDJHQFLHVௐDUHௐ HQFRXUDJHGௐWRௐJRௐRQௐWKHௐVLWHௐDVௐZHOOௐDQGௐORRNௐIRUௐORFDOௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKH\ௐDUHௐ LQWHUHVWHGௐLQௐZRUNLQJௐZLWKௐௐௐ7RௐMRLQௐRXUௐQHWZRUNௐWKH\ௐDUHௐUHTXLUHGௐWRௐDGYHUWLVHௐ1$)*ௐDQGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐRQௐWKHLUௐEXVLQHVVௐZHEVLWHௐDQGௐUHIHUௐWKHLUௐFOLHQWVௐWRௐSXUFKDVHௐWKHLUௐFDEFKDVVLVௐQHHGVௐWKURXJKௐ1$)*ௐௐ7KLVௐFUHDWHVௐDௐUHODWLRQVKLSௐWKDWௐZLOOௐJHQHUDWHௐLQFUHDVHGௐ VDOHVௐIURPௐERWKௐWKHௐVLGHVௐௐ:HௐDUHௐVWLOOௐFXUUHQWO\ௐEXLOGLQJௐWKHௐZHEVLWHௐDQGௐVHDUFKLQJௐIRUௐ ERG\ௐFRPSDQLHVௐDFURVVௐWKHௐVWDWHVௐWKDWௐZRXOGௐEHௐLQWHUHVWHGௐLQௐSDUWQHULQJௐXSௐZLWKௐ1$)*ௐௐ 'LUHFWௐ0DUNHWLQJௐ3ULRUௐWRௐWKHௐ&RYLGௐRXWEUHDNௐRXUௐFRPSDQ\ௐZDVௐSURPRWLQJௐGLUHFWௐ PDUNHWLQJௐVWUDWHJLHVௐE\ௐFRQWDFWLQJௐORFDOௐEXVLQHVVHVௐDQGௐVHWWLQJௐXSௐLQௐSHUVRQௐPHHWLQJVௐZLWKௐ RXUௐGHGLFDWHGௐSXEOLFௐUHODWLRQVௐUHSUHVHQWDWLYHௐௐ7KHௐUROHௐRIௐRXUௐGHGLFDWHGௐUHSUHVHQWDWLYHௐLQFOXGHGௐLQௐSHUVRQௐPHHWLQJVௐWRௐGLVFXVVௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐSUHVHQWௐZHEVLWHௐIHDWXUHVௐDQGௐWRௐGURSௐRIIௐVDOHVௐFRQWDFWௐLQIRUPDWLRQௐIRUௐIXUWKHUௐTXHVWLRQV Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐHJௐVRFLDOௐPHGLDௐ PHWDGDWDௐXVDJHௐWRௐHQKDQFHௐ PDUNHWLQJௐHIIHFWLYHQHVV 6RFLDOௐPHGLDௐLVௐDௐFULWLFDOௐSDUWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐ RWKHUௐௐௐௐ/LQNHG,QௐRIIHUVௐDௐYDULHW\ௐRIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐILQGLQJௐDQGௐFRQQHFWLQJௐ ZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐXWLOL]HGௐ/LQNHG,QௐWRௐ UHDFKௐRXWௐWRௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐWKRXJKௐSHUVRQDOL]HGௐPHVVDJHVௐௐ3HUVRQDOL]HGௐPHVVDJHVௐLQFOXGHௐWKDQNLQJௐWKHPௐIRUௐUHJLVWHULQJௐRQௐVLWHௐDVௐZHOOௐDVௐGLUHFWLQJௐWKHPௐWRௐRQௐRXUௐOLQNௐWRௐWKHௐZHEVLWHௐ/LQNHG,QௐDQGௐ)DFHERRNௐFRPSDQ\ௐSDJHVௐௐ7KHௐJRDOௐLVௐWRௐILQGௐDQGௐ FRQQHFWௐZLWKௐSHRSOHௐDOUHDG\ௐRQௐRXUௐGDWDEDVHௐDVௐZHOOௐDVௐSHRSOHௐWKDWௐZRXOGௐEHQHILWௐIURPௐRXUௐ SURGXFWVௐDQGௐVHUYLFHVௐௐ&XUUHQWௐIO\HUVௐRUௐPHVVDJHVௐDERXWௐRXUௐFRPSDQ\ௐDUHௐDOVRௐSRVWHGௐRQௐ WKHௐ/LQNHG,QௐVLWHௐWRௐJHQHUDWHௐPRUHௐEXVLQHVVௐௐ7LPHௐLVௐDOVRௐVSHQWௐRQௐUHDGLQJௐSRVWVௐIURPௐ FRQQHFWLRQVௐWRௐREVHUYHௐDQ\ௐQHHGVௐWKDWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐPD\ௐDVVLVWௐZLWKௐௐ 7KHௐPDUNHWLQJௐWHDPௐDOVRௐVSHQGVௐWLPHௐUHVHDUFKLQJௐJRYHUQPHQWௐHQWLWLHVௐDQGௐSURVSHFWVௐ WKURXJKௐWKHLUௐZHEVLWHVௐ,QௐDGGLWLRQௐWRௐORRNLQJௐIRUௐQHZௐFOLHQWVௐWKHௐPDUNHWLQJௐWHDPௐZLOOௐWDNHௐWLPHௐWRௐVLJQௐXSௐIRUௐHQHZVOHWWHUVௐIURPௐFLWLHVௐFRXQWLHVௐVFKRROௐGLVWULFWVௐDQGௐFROOHJHVௐௐ7KLVௐZLOOௐHQVXUHௐWKDWௐ1$)*ௐZLOOௐXQGHUVWDQGௐQHHGVௐRIௐJRYHUQPHQWௐHQWLWLHVௐDQGௐZLOOௐXWLOL]HௐWKLVௐ LQIRUPDWLRQௐIRUௐIXWXUHௐFDPSDLJQVௐௐ ([DPSOHௐௐ&LW\ௐRIௐ1HZௐ<RUNௐSRVWHGௐWKDWௐWKH\ௐSODQௐWRௐUHSODFHௐFXUUHQWௐIOHHWௐZLWKௐDQௐDOOHOHFWULFௐ IOHHWௐZLWKLQௐWKHௐQH[Wௐௐ\HDUVௐௐ(PDLOௐFDPSDLJQVௐIRFXVLQJௐRQௐW\SHVௐRIௐHOHFWULFDOௐYHKLFOHVௐ SURYLGHGௐE\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐVHQWௐௐ 1$)*ௐKDVௐUHFHQWO\ௐLQWURGXFHGௐQHZO\ௐEXLOWௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐZHEVLWHௐௐ9LVLWRUVௐDUHௐ SURPSWௐWRௐFKDWௐZLWKௐDௐOLYHௐVDOHVௐUHSUHVHQWDWLYHௐௐKRXUVௐDௐGD\ௐௐGD\VௐDௐZHHNௐௐ7KLVௐZLOOௐHQVXUHௐWKDWௐFOLHQWVௐWKDWௐDUHௐLQWHUHVWHGௐKDYHௐDQRWKHUௐDYHQXHௐRIௐUHDFKLQJௐRXWௐLQௐDGGLWLRQௐWRௐ HPDLOLQJௐRUௐWHOHSKRQHௐௐ%HQHILWVௐRIௐ/LYHௐFKDWௐRSWLRQௐLQFOXGHௐTXLFNHUௐUHVSRQVHௐWLPHௐWRௐDVVLVWௐ EX\HUVௐIRUௐSXUFKDVLQJௐQHHGVௐௐ2XUௐOLYHௐFKDWௐIHDWXUHௐQRWௐRQO\ௐHQFRXUDJHVௐVDOHVௐEXWௐWKHௐYDOXHௐ RIௐWKHௐVDOHௐDVௐZHOOௐௐ/LYHௐFKDWௐEHQHILWVௐIURPௐXQGHUVWDQGLQJௐWKHௐLPPHGLDWHௐQHHGVௐRIௐWKHௐ EX\HUௐDQGௐEX\HUVௐFDQௐUHFHLYHௐDQௐLPPHGLDWHௐUHVSRQVHௐQRWௐRQO\ௐIURPௐTXHVWLRQVௐEXWௐ UHFRPPHQGDWLRQVௐIRUௐWKHLUௐQHHGVௐௐௐௐௐ 7KHௐXVHௐRIௐPDUNHWLQJௐFDPSDLJQVௐSOD\VௐDௐPDMRUௐUROHௐLQௐHQKDQFLQJௐWKHௐJURZWKௐRIௐRXUௐFOLHQWௐGDWDEDVHௐௐ(PDLOௐLVௐDௐELJௐSDUWௐRIௐRXUௐOLYHVௐDQGௐHYHU\ௐJRYHUQPHQWௐDJHQF\ௐHPSOR\HHௐKDVௐDQௐHPDLOௐDGGUHVVௐௐௐ&DPSDLJQHUFRPௐLVௐWKHௐSODWIRUPௐXVHGௐIRUௐRXUௐHPDLOௐPDUNHWLQJௐௐௐ7KHௐJRDOௐ RIௐHPDLOௐPDUNHWLQJௐLVௐWRௐUHDFKௐRXUௐWDUJHWௐDXGLHQFHௐDQGௐSHUVRQDOL]LQJௐHPDLOௐIO\HUVௐZLWKௐDௐ UHVSRQVLYHௐGHVLJQௐ9LGHRVௐDQGௐLPDJHVௐDUHௐXVHGௐDQGௐFDQௐEHௐYLHZHGௐIURPௐRQௐDௐFRPSXWHUௐ RUௐPRELOHௐGHYLFHௐௐ0HVVDJHVௐDUHௐVKRUWௐDQGௐWRௐWKHௐSRLQWௐZLWKௐOLQNVௐOHDGLQJௐWRௐWKHௐ 6RXUFHZHOOௐDQGௐ1$)*ௐKRPHSDJHௐௐௐௐ7KHௐ&DPSDLJQHUௐHPDLOௐV\VWHPௐDOORZVௐXVௐWRௐWUDFNௐ HPDLOௐDFWLYLW\ௐEDVHGௐRQௐRSHQௐUDWHௐXQVXEVFULEHVௐDQGௐOLQNௐFOLFNVௐZKLFKௐLVௐEHQHILFLDOௐWRௐ XQGHUVWDQGLQJௐHPDLOௐHIIHFWLYHQHVV ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐ LQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐ WKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ 6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" 6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐSURYLGHௐDௐZLGHௐYDULHW\ௐ RIௐSURGXFWVௐDQGௐVHUYLFHVௐௐௐ7KH\ௐDLPௐWRௐVLPSOLI\ௐWKHௐSXUFKDVLQJௐDQGௐSURFXUHPHQWௐSURFHVVௐ RIௐJRYHUQPHQWௐHQWLWLHVௐௐ7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐGRFXPHQWDWLRQௐUHYLHZௐ RIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐFRRSHUDWLYHௐFRQWUDFWVௐௐௐ3URGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐௐ7KHௐEUDQGௐSURYLGHVௐDௐVHQVHௐRIௐVKRZLQJௐOHJLWLPDF\ௐDQGௐ YHULILFDWLRQௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐPHPEHUVௐXQGHUVWDQGௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐ SURYLGHGௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ&OLHQWVௐUHFRJQL]HௐWKHௐ6RXFHZHOOௐEUDQGௐDQGௐWKHLUௐ YHQGRUVௐDVௐDௐWUXVWHGௐVRXUFHௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ7KHௐPDLQௐVHOOLQJௐSRLQWௐRIௐWKHௐ EUDQGௐLVௐWKHௐHOLPLQDWLRQௐRIௐWKHௐQHHGௐWRௐELGௐௐ6RXFHZHOOௐKDVௐGRQHௐIRUௐELGGLQJௐIRUௐWKHௐ JRYHUQPHQWௐHQWLWLHVௐZKLFKௐVLPSOLILHVௐWKHௐSXUFKDVLQJௐSURFHVVௐௐ7KLVௐSURFHVVௐQRWௐRQO\ௐVDYHVௐ PRQH\ௐEXWௐYDOXDEOHௐWLPHௐDVௐZHOOௐௐ2QFHௐDௐFOLHQWௐUHFHLYHVௐDௐYHKLFOHௐTXRWHௐIURPௐRXUௐVDOHVௐGHSDUWPHQWௐWKHௐUROHௐRIௐWKHௐFOLHQWௐLVௐWRௐVXEPLWௐDௐSXUFKDVHௐRUGHUௐZKHQௐUHDG\ௐௐ6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐ DJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ7KHௐ6RXUFHZHOOௐZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐ RIௐLQWHJULW\ௐDQGௐHWKLFVௐDQGௐZHௐDUHௐSURXGௐWRௐEHௐSDUWௐRIௐWKLVௐG\QDPLFௐௐ6RXUFHZHOOௐPHPEHUVௐ KDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐPRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐ 6RXUFHZHOOௐLVௐDQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐWRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐ IUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KHௐ6RXUFHZHOOௐ FRQWUDFWௐFDQௐEHௐDOVRௐEHௐFXVWRPL]HGௐWRௐPHHWௐWKHௐQHHGVௐRIௐWKHௐFOLHQWௐௐ7KHௐVDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐRQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐE\ௐHQVXULQJௐFOLHQWVௐZHௐZLOOௐDOZD\VௐDVVLVWௐWKHPௐZLWKௐDOOௐWKHLUௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐௐ7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVV IUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐIDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ,Wௐ HQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐHIILFLHQWௐPDQQHUௐௐௐ :HௐYRZௐWRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐ WKURXJKRXWௐWKHௐFRPSDQ\ $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐ DYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ RUGHULQJௐSURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐ HSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW 2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐ FDQௐVHDUFKௐWKURXJKௐPDQ\ௐYHKLFOHVௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐ WDLORUHGௐWRௐWKHLUௐVSHFLILFௐQHHGVௐRIௐWKHLUௐDJHQF\ௐௐௐ$ௐSHUVRQDOL]HௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐ DYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐௐ,IௐXSILWWLQJௐ LVௐQHHGHGௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐUHDFKHGௐWKRXJKௐSKRQHௐHPDLOௐRUௐRQௐWKHௐQHZௐOLYHௐFKDWௐIHDWXUHௐRQௐWKHௐZHEVLWHௐௐ2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐ VXEPLWWLQJௐDௐSXUFKDVHௐRUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐ WKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐZLWKRXWௐWKHௐQHHGௐWRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐ QHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐFKDWௐRUௐSKRQHௐௐ ,IௐVXSSRUWௐLVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSௐLVௐDOVRௐDYDLODEOHௐWRௐZDONௐDௐFOLHQWௐ WKURXJKௐWKHௐHSURFXUHPHQWௐSURFHVVௐVWHSௐE\ௐVWHSௐௐ7KLVௐHQVXUHVௐKDYLQJௐDQௐDYDLODEOHௐ UHSUHVHQWDWLYHௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐLIௐQHHGHGௐDQGௐWRௐHPSRZHUௐWKHௐFOLHQWௐWRௐPDNHௐDQ\ௐIXWXUHௐSXUFKDVHVௐRQௐWKHLUௐRZQௐௐ&OLHQWVௐPD\ௐDOVRௐFDOOௐRUௐHPDLOௐWKHௐQHHGVௐRIௐWKHௐFRPSDQ\ௐ DQGௐUHFHLYHௐDௐFXVWRPL]HGௐYHKLFOHௐTXRWH Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 7DEOH9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐSURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐ WUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐ FRVWVௐWKDWௐDSSO\ 1$)*ௐH[WHQGVௐDQ\ௐDQGௐDOOௐ6HUYLFHௐ7UDLQLQJௐ3URJUDPVௐSURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐ0DQ\ௐRIௐ WKHௐSURJUDPVௐRIIHUHGௐDUHௐTXRWHGௐLQGLYLGXDOO\ௐE\ௐWKHௐPDQXIDFWXUHௐEDVHGௐRQௐFODVVௐVL]HௐDQGௐUHJLRQௐRIௐWKHௐFRXQWU\ௐ1$)*ௐZLOOௐSDVVௐWKHVHௐTXRWHVௐRQWRௐWKHௐPHPEHUௐDWௐGHDOHUௐFRVW 'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐ DGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐ SURGXFWVௐRUௐVHUYLFHVௐRIIHU $FFRPSOLVKPHQWVௐE\ௐWKHௐ0DQXIDFWXUHUVௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRU¶VௐDQGௐ 0$&.ௐ7UXFNௐVHUYHௐWKHௐPHPEHUௐDXWRPDWLFDOO\ௐE\ௐKDYLQJௐWKHVHௐPRGHOVௐDYDLODEOHௐWKURXJKௐRXUௐ SURSRVDOௐ$VௐZHOOௐDVௐRXUௐLQFOXVLRQௐRIௐ0RWLYHௐ3RZHUௐ6\VWHPVௐLQௐRXUௐSURSRVDOௐ0RWLYHௐ3RZHUௐ 6\VWHPVௐSURYLGHVௐWKHௐPHPEHUௐWKHௐDELOLW\ௐWRௐHOHFWULI\ௐWKHLUௐYHKLFOHௐ:HௐDWWDFKHGௐSURGXFWௐ LQIRUPDWLRQௐDQGௐSULFLQJௐLQௐWKHௐ³8SILWVௐ$YDLODEOH´ௐ=,3ௐILOHௐLQௐWKHPௐ³$OOௐௐ0DQXIDFWXUHU´ௐ=,3ௐILOHௐXQGHUௐDGGLWLRQDOௐGRFXPHQWV 'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐ WKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ \RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK 1$)*ௐKDVௐ3DUWQHUHGௐZLWKௐௐ0D\RUVௐ1DWLRQZLGHௐWRௐFUHDWHௐDௐ86ௐ0D\RUௐ(9ௐ'ULYHௐ&OLPDWHௐ ,QLWLDWLYHௐFDOOHGௐWKHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐZZZ'ULYHHYIOHHWRUJௐWRௐKHOSௐ VSUHDGௐWKHௐEHQHILWௐRIௐPHPEHUVௐJRLQJௐௐJUHHQௐ:HௐKDYHௐௐ3XUHௐ(OHFWULFௐYHKLFOHVௐWRௐRIIHUௐVXFKௐDVௐWKHௐ&KHYUROHWௐ%ROWௐDQGௐ)RUGௐ)XVLRQௐZKLFKௐDUHௐDOOௐWHFKQRORJ\ௐSUHGHFHVVRUVௐWRௐWKHௐ$OOௐ1HZௐ)RUGௐ(OHFWULFௐ)ௐ:HௐDUHௐFHUWDLQௐRYHUௐWKHௐQH[WௐIHZௐ\HDUVௐ)RUGௐDQGௐPDQ\ௐ RWKHUௐPDQXIDFWXUHUVௐZLOOௐEHௐPDNLQJௐDYDLODEOHௐௐSXUHௐHOHFWULFௐFDEௐFKDVVLVௐIRUௐPHPEHUVௐWRௐ VHOHFWௐIURP ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐ HTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ \RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐ HIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐ GHVLJQௐFUDGOHWRFUDGOHௐRUௐRWKHUௐJUHHQVXVWDLQDELOLW\ௐIDFWRUV :LWKLQௐWKHௐVDPHௐ0RWLYHௐ3RZHUௐ3')¶VௐORFDWHGௐLQௐWKHௐ³8SILWVௐ$YDLODEOH´ௐ=LSௐ)LOHௐ\RXௐZLOOௐILQGௐ 0RWLYH¶Vௐ6\VWHP¶Vௐ&$5%ௐ&HUWLILFDWLRQ¶Vௐ&DOLIRUQLDௐ$LUௐ5HVRXUFHௐ%RDUGௐIRUௐWZRௐHQJLQHVௐ RIIHULQJௐDORQJௐZLWKௐWKHUHௐ)RUGௐ4XDOLILHGௐ9HKLFOHௐ0RGLILHUௐ&HUWLILFDWHௐ$OOௐZKLFKௐKHOSௐHQHUJ\ௐ FRQYHUVDWLRQௐDQGௐHIILFLHQFLHV 'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ %XVLQHVVௐ(QWLW\ௐ:0%(ௐ6PDOOௐ%XVLQHVVௐ(QWLW\ௐ6%(ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐ KDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐDVௐ DSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐXSORDGௐ VHFWLRQௐRIௐ\RXUௐUHVSRQVH 1$)*ௐKDVௐSURYLGHGௐDVௐDQௐDWWDFKPHQWௐ³8SILWVௐ$YDLODEOH´ௐRXUௐSDUWQHUVKLSௐOHWWHUௐZLWKௐ'LYHUVLILHGௐ /HDVLQJௐ'LYHUVLILHGௐ/HDVLQJௐLVௐDௐ'9%(6%(ௐ&RPSDQ\ௐWKDWௐKDVௐEHHQௐLQௐEXVLQHVVௐVLQFHௐௐ$VௐDௐ'LVDEOHGௐ9HWHUDQௐ%XVLQHVVௐ(QWHUSULVHௐ/LFHQVHGௐLQௐWKHௐ6WDWௐRIௐ&DOLIRUQLDௐௐ'LYHUVLILHGௐKDVௐRIIHUHGௐWKHUHௐFHUWLILFDWLRQௐWRௐEHௐSODFHGௐRQௐDQ\ௐ1$)*ௐTXRWHௐIRUௐDௐ VPDOOௐDGPLQௐIHHௐZKLFKௐLVௐIXOO\ௐGLVSOD\HGௐRQௐWKHUHௐSDUWQHUVKLSௐOHWWHUௐDWWDFKHG :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ \RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" 'HGLFDWLRQௐ+DUGௐ:RUNௐQRWௐWRௐEHௐFRQIXVHGௐZLWKௐHIIRUWVௐEXWௐZLWKௐUHVXOWVௐ1$)*ௐKDVௐEXLOWௐLWVௐ GLYLVLRQௐVROHO\ௐIRUௐWKHௐSXUSRVHௐRIௐVHUYLQJௐWKHௐPHPEHUVௐH[SHULHQFHௐIURPௐRXUௐKRXUௐPHPEHUௐ ZHEVLWHௐRUௐZHEVLWHௐLPSURYHPHQWVௐDQGௐFDSDELOLWLHVௐWRௐWKLQNLQJௐRXWVLGHௐWKHௐER[ௐWRௐKHOSௐDௐ PHPEHUௐILQGௐDௐVROXWLRQ Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 7DEOH:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUH DQGRYHUDOOVWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOVLIDSSOLFDEOHLQWKHGRFXPHQW XSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU":HௐKDYHௐDWWDFKHGௐDOOௐ:DUUDQW\ௐLQIRUPDWLRQௐSURYLGHGௐE\ௐDOOௐௐPDQXIDFWXUHUVௐRIIHUHGௐLQௐRXUௐSURSRVDOௐDVௐDQௐDGGHGௐDWWDFKPHQW 'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐ RWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" (DFKௐPDQXIDFWXUHUௐKDYHௐWKHUHௐRZQௐXVDJHௐUHVWULFWLRQVௐWKDWௐDௐPHPEHUௐVKRXOGௐ EHௐDZDUHௐRIௐ6XFKௐDVௐLPSURSHUௐXVHௐRIௐDௐFKDVVLVௐPD\ௐQRWௐDOORZௐLWௐWRௐEHௐ FRYHUHGௐXQGHUௐZDUUDQW\ௐ)RUௐH[DPSOHௐDௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUDWHGௐSXUVXLWௐYHKLFOHௐZRXOGௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ:HௐHQFRXUDJHௐIRUௐHDFKௐPHPEHUௐWRௐFRQWDFWௐXVௐIRUௐWKHUHௐSDUWLFXODUௐZDUUDQW\ௐFRYHUDJH 'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" <HVௐLQௐVRPHௐFDVHVௐRIௐDௐEUHDNGRZQௐPDQXIDFWXUHUVௐZRXOGௐWRZௐDௐPHPEHUௐYHKLFOHௐWRௐWKHUHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐIDFLOLW\ $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐDQGௐ&DQDGDௐLIௐDSSOLFDEOHௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐVHUYLFHௐIRUௐ ZDUUDQW\ௐUHSDLU" (DFKௐPDQXIDFWXUHௐLVௐGLIIHUHQWௐDQGௐZHௐHQFRXUDJHௐSULRUௐWRௐSXUFKDVLQJௐDௐ SURGXFWௐWRௐFDOOௐLQௐDQGௐDVNௐDERXWௐ\RXUௐVSHFLILFௐUHJLRQௐDQGௐKRZௐLW¶VௐFRYHUHG :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐ RWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐ RUௐDUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐ WRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" $OOௐZDUUDQWLHVௐDUHௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐ SURJUDPVௐDQGௐSROLFLHV" :HௐRIIHUௐQRௐH[FKDQJHௐUHWXUQௐSURJUDPVௐRUௐSROLFLHVௐ2QFHௐDQௐRUGHUௐKDVௐ SDVVHGௐDௐFHUWDLQௐSRLQWௐZLWKௐWKHௐIDFWRU\ௐDQGௐ1$)*ௐFDQௐQRWௐFDQFHOௐWKHௐRUGHUௐ DIWHUௐWU\LQJௐWRௐFDQFHOௐZLWKௐWKHௐPDQXIDFWXUHUௐWKHQௐWKHௐRUGHUௐLVௐQRQFDQFHOODEOH 'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐ LQFOXGHGௐLQௐ\RXUௐSURSRVDO :HௐRIIHUௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐWRௐDOOௐPHPEHUVௐ7KHUHௐ DUHௐVHYHUDOௐSDUDPHWHUVௐZKLFKௐDௐFXVWRPL]HGௐVHUYLFHௐFRQWUDFWௐFDQௐEHௐFUHDWHGௐ 1$)*ௐZLOOௐWUHDWௐHDFKௐRIௐWKHVHௐDVௐDQௐDGGHGௐIDFWRU\ௐRSWLRQௐDQGௐIROORZௐWKHௐ VDPHௐGLVFRXQWௐVFKHGXOHௐLQௐWKHௐSULFHௐILOH 7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH :KDWௐDUHௐ\RXUௐSD\PHQWௐWHUPVௐHJௐQHWௐௐQHWௐ" 3D\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐGD\ௐJUDFHௐSHULRG 'Rௐ\RXௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐHVSHFLDOO\ௐ WKRVHௐRSWLRQVௐWKDWௐVFKRROVௐDQGௐJRYHUQPHQWDOௐHQWLWLHVௐPD\ௐQHHGௐWRௐXVHௐLQௐRUGHUௐWRௐPDNHௐFHUWDLQௐDFTXLVLWLRQV" 1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐRIIHUௐ 6RXUFHZHOOௐ&RQWUDFWௐ/HDVHௐ7HUPVௐWRௐDOOௐ1$)*ௐ4XRWHVௐIRUௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐ:HௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ=LSௐ)LOHௐ&DOOHGௐ³PHPEHUௐ:DONௐ7KURXJK´ %ULHIO\ௐGHVFULEHௐ\RXUௐSURSRVHGௐRUGHUௐSURFHVVௐ,QFOXGHௐ HQRXJKௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWHௐ )RUௐH[DPSOHௐLQGLFDWHௐZKHWKHUௐ\RXUௐGHDOHUௐQHWZRUNௐLVௐ LQFOXGHGௐLQௐ\RXUௐUHVSRQVHௐDQGௐZKHWKHUௐHDFKௐGHDOHUௐRUௐ VRPHௐRWKHUௐHQWLW\ௐZLOOௐSURFHVVௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHV¶ௐSXUFKDVHௐRUGHUV 1$)*ௐLVௐVWUXFWXUHGௐLQௐDௐPDQQHUௐZKHUHௐLWௐFDQௐPRQLWRUௐPRVWௐ WUDQVDFWLRQVௐSUHIRUPHGௐWKURXJKௐRXUௐ6RXUFHZHOOௐ&RQWUDFWVௐ1$)*ௐKDVௐPDGHௐWKHௐWUDFNLQJௐRIௐDOOௐRUGHUVௐDௐUHDVRQDEO\ௐRUJDQL]HGௐPHWKRGௐWRௐ DOORZௐIDVWௐDFFXUDWHௐTXDUWHUO\ௐUHSRUWLQJ 'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐXSௐWRௐௐௐSHUௐYHKLFOHௐDQ\ௐDPRXQWௐKLJKHUௐWKDQௐௐௐ ZRXOGௐFDUU\ௐDௐ3FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQௐIHHௐZKLFKௐZLOOௐEHௐ SDVVHGௐRQWRௐWKHௐPHPEHU Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQ EHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDVGHVULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW &KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH 'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐHJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐGLVFRXQWVௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐLQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐ GLVFRXQWHGௐSULFHௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ 6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,Iௐ DSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐLIௐDSSOLFDEOHௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1$)*ௐLVௐRIIHULQJௐ/LQHௐ,WHPௐ'LVFRXQWVௐ2IIௐ0653ௐIRUௐௐPDQXIDFWXUHUVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ1$)*ௐLVௐRIIHULQJௐDOOௐ8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐFKDVVLVௐFDEVௐDQGௐWUXFNVௐGHWDLOVௐDUHௐRQௐ WKHௐ3ULFHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐSULFHௐILOH 4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐ SURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ \RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐ RUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH 1$)*ௐ'LVFRXQWௐ5DQJHௐSHUௐ0DQXIDFWXUHUௐLVௐDVௐIROORZVௐ )RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐ 5$0ௐ)&$ௐ&RPSDQ\ௐIURPௐௐWRௐ &KHYUROHWௐIURPௐௐWRௐ +,12ௐIURPௐௐWRௐ,68=8ௐIURPௐௐWRௐ ,QWHUQDWLRQDOௐIURPௐௐWRௐ 9ROYRௐIURPௐௐWRௐ )UHLJKWOLQHUௐ:HVWHUQௐ6WDUௐIURPௐௐWRௐ 0$&.ௐIURPௐௐWRௐ .HQZRUWKௐIURPௐௐWRௐ 3HWHUELOWௐIURPௐௐWRௐ 8SILWVௐFDQௐEHௐDGGHGௐDWௐGHDOHUௐLQYRLFHௐXSௐWRௐௐGHWDLOHGௐLQௐWKHௐ SULFHௐILOH 'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐRIIHU:HௐHQFRXUDJHௐDQ\ௐDQGௐDOOௐPHPEHUVௐWRௐFRQWDFWௐXVௐLIௐFRQVLGHULQJௐRUGHULQJௐௐRUௐPRUHௐXQLWVௐIRUௐDQௐDGGLWLRQDOௐGLVFRXQWௐTXRWH 3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐ UHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐ RUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW 2SHQௐ0DUNHWௐSURGXFWVௐRUௐ6RXUFHGௐ*RRGVௐZLOOௐEHௐWUHDWHGௐDVௐDQ\ௐXSILWௐ DQGௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNXSௐLIௐDSSOLFDEOH ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐ SXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐ VKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐ LQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐ DQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU $OOௐFRQVLGHUDWLRQVௐKDYHௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐWKHௐSULFHௐILOHௐLQௐLWVௐHQWLUHW\ௐ3ULFHௐ6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEVௐFRQWDLQௐDOOௐFRVWVௐ DVVRFLDWHGௐZLWKௐDOOௐTXRWHVௐ,IௐDௐPHPEHUௐZRXOGௐOLNHௐDௐTXRWHௐIRUௐDௐ SDUWLFXODUௐVLWXDWLRQௐDQGௐWKHௐLWHPௐUHTXLUHVௐVSHFLDOௐWUDLQLQJௐRUௐ LQVWDOODWLRQௐWKHVHௐFKDUJHVௐZRXOGௐEHௐDGGHGௐDVௐSDUWௐRIௐWKHௐXSILWௐDQGௐ LQFOXGHGௐLQௐWKHௐPHPEHUVௐTXRWH ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐ FRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP $OOௐPDQXIDFWXUHUVௐFKDUJHௐDௐVWDQGDUGL]HGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐ ZKLFKௐLVௐGLVSOD\HGௐRQௐDOOௐZLQGRZௐVWLFNHUVௐDQGௐRQௐDOOௐWUXFNVௐRQௐDௐ GHDOHU¶VௐORWௐ7KLVௐLVௐQRWௐWKHௐGHVWLQDWLRQௐFKDUJHௐWKDWௐPD\EHௐFKDUJHGௐ WRௐVKLSௐDௐFKDVVLVௐWRௐDQGௐIURPௐDQௐLQVWDOOHUௐWKHVHௐDGGLWLRQDOௐVXEVHTXHQWௐPRYHPHQWVௐDUHௐDOOௐDGGHGௐIUHLJKWௐFKDUJHVௐDQGௐZLOOௐGLVSOD\HGௐRQௐWKHௐPHPEHUVௐTXRWH 6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\ )UHLJKWௐWRௐWKHVHௐUHJLRQVௐFDUU\ௐDௐVSHFLILFௐORJLVWLFDOௐEDUULHUௐZKLFKௐFDUU\ௐDGGHGௐFRVWௐVXFKௐDVௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWௐERWKௐWRௐDQGௐIURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐDQGௐDGGHGௐWRௐDQ\ௐ TXRWHௐIRUௐWKHௐPHPEHUௐWRௐUHYLHZ 'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐRSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO1$)*ௐZLOOௐXWLOL]HௐWKHௐSRZHUௐDQGௐH[SHUWLVHௐRIௐWKHௐDOUHDG\ௐHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ'LVWULEXWLRQௐ1HWZRUNௐWRௐKDYHௐPHPEHUVௐYHKLFOHVௐGHOLYHUHGௐSURPSWO\ௐWKHUHௐGHVWLQDWLRQ 7DEOH3ULFLQJ2IIHUHG /LQH ,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ GHSDUWPHQWV :HௐZRXOGௐQHYHUௐRIIHUௐDQ\ௐ RWKHUௐRUJDQL]DWLRQௐZKDWௐZHௐRIIHUௐ6RXUFHZHOOௐLQௐYROXPHௐSULFLQJௐDQGௐRIIHULQJV Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH 6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐ UHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ 9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOO :HௐKDYHௐFUHDWHGௐDௐPHPEHUௐIULHQGO\ௐHDV\ௐWRௐEXLOGௐRQOLQHௐ TXRWLQJௐV\VWHPௐIRUௐPHPEHUVௐWRௐXVHௐ3ULFLQJௐLVௐEXLOWௐGLUHFWO\ௐLQWRௐWKHௐZHEVLWHௐDQGௐLVௐORDGHGௐGDLO\ௐE\ௐWKHௐPDQXIDFWXUHௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐDQௐDFFXUDWHௐTXRWHௐ ௐRIௐWKHௐWLPHௐ:HௐKDYHௐVWUHDPௐOLQHGௐKRZௐRXUௐDGPLQௐ IHHௐLVௐSURFHVVHGௐWRௐDOORZௐDௐTXLFNௐௐGD\ௐWXUQௐDURXQGௐRQௐ TXDUWHUO\ௐUHSRUWV ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ 6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ &RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐ W\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ &RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ 0HPEHU¶VௐFRVWௐRIௐJRRGVௐ6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV 2XUௐ$GPLQௐ)HHௐKDVௐEHHQௐVWUHDPOLQHGௐWRௐDOORZௐIRUௐJURZWKௐWRௐ RFFXUௐZLWKௐPDLQWDLQLQJௐDௐKLJKௐOHYHOௐRIௐDFFXUDF\ௐDQGௐUHSRUWLQJௐ 2XUௐSURSRVHGௐDGPLQௐIHHௐZRXOGௐIROORZௐWKHVHௐJXLGHOLQHV )ௐ)ௐ)ௐDQGௐOLNHௐPRGHOVௐௐ ௐௐௐIODW )ௐDQGௐDERYHௐ ௐௐௐIODWௐ 3DUWQHUௐ'HDOVௐ1$)*ௐ3DUWQHUVௐZLWKௐDQRWKHUௐGHDOHUௐ ௐௐௐ IODW$OOௐRWKHUௐPRGHOVௐ)ௐDQGௐEHORZௐ ௐௐௐIODW 7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH 3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐ HTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐ DUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO 1$)*ௐLVௐSURYLGLQJ ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐPDNHVௐPRGHOVௐDQGௐWULPVௐUDQJLQJௐIURPௐ&ODVVௐ ௐWRௐ&ODVVௐௐ&DEௐDQௐ&KDVVLVௐDQGௐWUXFNVௐ:LWKௐDYDLODEOHௐ8SILWVௐWRௐEHௐDGGHGௐUDQJLQJௐIURPௐWRROௐER[HVௐWRௐ/LQHௐ0HFKDQLFVௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐRXUௐFKDVVLVௐFDEVௐHLWKHUௐE\ௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUௐRUௐE\ௐDௐPHPEHUVௐXSILWௐVXSSOLHUௐ ZRUNLQJௐZLWKௐ1$)*ௐWRௐSURYLGHௐDௐ7XUQௐ.H\ௐ4XRWH :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐ WLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐ VHUYLFHV 1$)*ௐ/LVWVௐDOOௐPDNHVௐPRGHOVௐDQGௐWULPVௐLQௐHDFKௐ=,3ௐILOHௐXQGHUௐ=,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHUV´ௐUHSUHVHQWLQJௐDௐFRPELQHGௐRYHUௐௐPDNHVௐPRGHOVௐDQGௐWULPௐ FRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐDORQJௐZLWKௐDௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐLQௐ WKHௐSULFHௐILOH 7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZZKDW&ODVVHVRIHTXLSPHQWDUHRIIHUHGLQWKLVSURSRVDO /LQH,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV &ODVVௐௐFKDVVLV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐ PDNHVௐDQGௐPRGHOV &ODVVௐௐFKDVVLV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐPDNHVௐDQGௐPRGHOV &ODVVௐௐFKDVVLV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐ PDNHVௐDQGௐPRGHOV &ODVVௐௐFKDVVLV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐ PDNHVௐDQGௐPRGHOV &ODVVௐௐFKDVVLV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐDERYHௐௐ PDNHVௐDQGௐPRGHOV Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 7DEOH,QGXVWU\6SHFLILF4XHVWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐ IHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW ,IௐDZDUGHGௐ1$)*ௐZLOOௐNHHSௐWUDFNௐRIௐWKHௐQXPEHUௐRIௐFOLHQWௐTXRWHVௐLWௐSURFHVVHVௐZKLFKௐ ZLOOௐEHௐGRQHௐYLDௐRXUௐZHEVLWHௐDQGௐHDV\ௐWRௐRYHUVHHௐDQGௐEDVHௐWKLVௐGDWDௐPRQWKௐDIWHUௐPRQWKௐWRௐVHHௐLIௐRXUௐLQWHUHVWௐLVௐJURZLQJௐDWௐWKHௐH[SHFWHGௐUDWHௐZHௐZRXOGௐH[SHFW 'HVFULEHௐ\RXUௐFRPSDQ\ VௐRIIHULQJௐLQௐ UHODWLRQௐWRௐDOWHUQDWLYHௐIXHOௐVRXUFHVௐLQFOXGLQJௐHOHFWULFௐRUௐRWKHUV 2XUௐPDQXIDFWXUHUVௐSURGXFWVௐDUHௐDOZD\VௐVWULYLQJௐWRௐEULQJௐWRௐPDUNHWௐWKHௐODWHVWௐJUHHQௐ YHKLFOHVௐWRௐDFFRPPRGDWHௐWKHௐHYHULQFUHDVLQJௐGHPDQGௐIRUௐHFKRௐIULHQGO\ௐWUDQVSRUWDWLRQ 'HVFULEHௐDQ\ௐPDQXIDFWXULQJௐSURFHVVHVௐRUௐ PDWHULDOVௐXWLOL]HGௐWKDWௐFRQWULEXWHௐWRௐFKDVVLVௐVWUHQJWKௐFDEௐVWUHQJWKௐRYHUDOOௐGXUDELOLW\ௐGULYHUௐVDIHW\ௐWKDWௐGLIIHUHQWLDWHௐ\RXUௐRIIHULQJV 5HSUHVHQWLQJௐௐPDQXIDFWXUHUVௐLQௐRXUௐUHVSRQVHௐZHௐDUHௐSRVLWLYHௐZHௐUHSUHVHQWௐWKHௐ EHVWௐRIௐWKHௐEHVWௐLQௐFKDVVLVௐSURGXFWLRQௐDQGௐUHSUHVHQWௐDOOௐVWUHQJWKVௐHDFKௐPDQXIDFWXUHௐKDVௐWRௐRIIHU 'HVFULEHௐDQ\ௐGLIIHUHQWLDWLQJௐVHUYLFHDELOLW\ௐ DWWULEXWHVௐUHPRWHௐGLDJQRVWLFVௐHWFௐ\RXUௐSURSRVDOௐRIIHUV 7HOHPDWLFVௐFDQௐEHௐDGGHGௐWRௐDQ\ௐTXRWHௐIRUௐDQ\ௐPHPEHUௐVLQFHௐHDFKௐPDQXIDFWXUHUௐ RIIHUVௐVRPHௐIRUPௐRIௐWHOHPDWLFVௐLIௐQRWௐZHௐFDQௐTXRWHௐLWௐDVௐDௐVHSDUDWHௐXSILWௐ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³0DUNHWLQJ3ODQ´ )LQDQFLDO6WUHQJWKDQG6WDELOLW\0DUNHW3ODFH6XFFHVVDQG)LQDQFLDO6WDELOLW\]LS6XQGD\-XQH 0DUNHWLQJ3ODQ6DPSOHV1$)*0DUNHWLQJ3ODQ]LS0RQGD\-XQH :0%(0%(6%(RU5HODWHG&HUWLILFDWHV,QVXUDQFHDQG5HODWHG&HUWLILFDWHV]LS0RQGD\-XQH :DUUDQW\,QIRUPDWLRQ:DUUDQW\,QIRIRU0DQXIDFWXUHUV]LS6XQGD\-XQH 3ULFLQJ1$)*3ULFH)LOHIRU5)3]LS0RQGD\-XQH $GGLWLRQDO'RFXPHQW$//0$18)$&785(5602'(/ 6$1'0(0%(5:$/.7+528*+ 6]LS0RQGD\-XQH Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC 3URSRVHU V$IILGDYLW 352326(5$)),'$9,7$1'$6685$1&(2)&203/,$1&( ,FHUWLI\WKDW,DPWKHDXWKRUL]HGUHSUHVHQWDWLYHRIWKH3URSRVHUVXEPLWWLQJWKHIRUHJRLQJ3URSRVDOZLWKWKHOHJDODXWKRULW\WRELQGWKH 3URSRVHUWRWKLV$IILGDYLWDQG$VVXUDQFHRI&RPSOLDQFH 7KH3URSRVHULVVXEPLWWLQJWKLV3URSRVDOXQGHULWVIXOODQGFRPSOHWHOHJDOQDPHDQGWKH3URSRVHUOHJDOO\H[LVWVLQJRRGVWDQGLQJLQ WKHMXULVGLFWLRQRILWVUHVLGHQFH 7KH3URSRVHUZDUUDQWVWKDWWKHLQIRUPDWLRQSURYLGHGLQWKLV3URSRVDOLVWUXHFRUUHFWDQGUHOLDEOHIRUSXUSRVHVRIHYDOXDWLRQIRU FRQWUDFWDZDUG 7KH3URSRVHULQFOXGLQJDQ\SHUVRQDVVLVWLQJZLWKWKHFUHDWLRQRIWKLV3URSRVDOKDVDUULYHGDWWKLV3URSRVDOLQGHSHQGHQWO\DQGWKH 3URSRVDOKDVEHHQFUHDWHGZLWKRXWFROOXGLQJZLWKDQ\RWKHUSHUVRQFRPSDQ\RUSDUWLHVWKDWKDYHRUZLOOVXEPLWDSURSRVDOXQGHU WKLVVROLFLWDWLRQDQGWKH3URSRVDOKDVLQDOOUHVSHFWVEHHQFUHDWHGIDLUO\ZLWKRXWDQ\IUDXGRUGLVKRQHVW\7KH3URSRVHUKDVQRW GLUHFWO\RULQGLUHFWO\HQWHUHGLQWRDQ\DJUHHPHQWRUDUUDQJHPHQWZLWKDQ\SHUVRQRUEXVLQHVVLQDQHIIRUWWRLQIOXHQFHDQ\SDUWRIWKLV VROLFLWDWLRQRURSHUDWLRQVRIDUHVXOWLQJFRQWUDFWDQGWKH3URSRVHUKDVQRWWDNHQDQ\DFWLRQLQUHVWUDLQWRIIUHHWUDGHRU FRPSHWLWLYHQHVVLQFRQQHFWLRQZLWKWKLVVROLFLWDWLRQ$GGLWLRQDOO\LI3URSRVHUKDVZRUNHGZLWKDFRQVXOWDQWRQWKH3URSRVDOWKH FRQVXOWDQWDQLQGLYLGXDORUDFRPSDQ\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 E ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDW KWWSVZZZVDPJRYSRUWDORU F 3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHG Bid Number: RFP 060920 Vendor Name: 72 HOUR LLC E\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\ 3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVH UHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 060920 Vendor Name: 72 HOUR LLC RFP#06092072Hour,LLC Adomani,Inc. AmthorInternational AutocarTruck,LLC BoyerFordTrucks,Inc. BYDMotors,LLC CertifiedStainlessService,Inc. ChasSWinner,Inc. CraneCarrierCompany DaimlerTrucksNorthAmerica DonBrownBusSales EcoVehicleSystems FederalContractsCorp.PossiblePointsConformancetoTerms/ConditionstoIncludeDocumentation5044363342414243334140353740Pricing400358335158355321309345175334295284339206Financial,IndustryandMarketplaceSuccesses7568545562576263516162575460Bidder'sAbilitytoSell/ServiceContractNationally10088605188716971528087676174Bidder'sMarketingPlan5046364142414045244139403840ValueAddedAttributes7564495264526963286361606166WarrantyCoveragesandInformation5042413444404141254043394140SelectionandVarietyofProductsandServicesOffered20018714093150165140169115161156126155109TotalPoints1,000897751517847788772840503821783708786635RankOrder1.5192351417724916201521HinoMotorsSalesUSA IndustrialPower,LLC KenworthTruckCompany LionBuses,Inc. LosAngelesTruckCentersMackTrucksNavistarPeterbiltMotorsCompany PhoenixCars,LLCRedheadEquipment StructuralMetalFabricators VolvoTrucksNorthAmericaPossible PointsConformance to Terms/ Conditions to Include Documentation50394144424244454540313031Pricing400334342358341321335338360313135224320Financial, Industry and Marketplace Successes75565467596267696957475065Bidder's Ability to Sell/ Service Contract Nationally100796592835988949371366486Bidder's Marketing Plan50333843394140434540192843Value Added Attributes75555466666067687161404665Warranty Coverages and Information50433942454244444341273443Selection and Variety of Products and Services Offered20016516717015116916117417112991110139Total Points1,000 804800882826796846875897752426586792Rank Order10113812641.518252213_____________________________________________________________________________GregGrunig,ProcurementLeadAnalystCarolJackson,ProcurementAnalyst___________________________________________________________________________________BrandonTown,CPSM,CPSD,ProcurementAnalyst CraigWest,ProcurementAnalystProposalEvaluationClass4Ͳ8ChassiswithRelatedEquipment,Accessories,andServices QUICK QUOTE SHEET Call Us first, for all of your Fleet Automotive, & Light Truck needs. 50303-1863-385-9610 904-838-4999 CLEARWATER, CITY OF 11/15/2023 DEBBIE MOORE 727-562-4890 Ext. 2808 DEBORAH.MOORE@MYCLEARWATER.COM 2024 091521-NAF & 06 WWW.ALANJAY.COM Quote Mailing Address DIRECT FAX MOBILE 863-402-4221 P.O. BOX 9200 Sebring, FL 33871-9200 Corporate Office 2003 U.S. 27 South Sebring, FL 33870 PHONE (800) ALANJAY (252-6529) REQUESTING AGENCY ORIGINAL QUOTE DATE CONTACT PERSON PHONE FAX EMAIL 11/15/2023 REVISED QUOTE DATE SOURCEWELL (FORMERLY NJPA) CONTRACT # www.NationalAutoFleetGroup.com MOBILE K8A 99B 44U 2025 FORD POLICE INTERCEPTOR UTILITY - AWD - 3.3L V6 (7) for FTE and (1) SRO SUV MODEL $48,910.00MSRP $46,121.00NJPA PRICECUSTOMER ID BED LENGTH ** All vehicles will be ordered white w/ darkest interior unless clearly stated otherwise on purchase order. FACTORY OPTIONS DESCRIPTION YZ 96 $0.00EXTERIOR COLOR OXFORD WHITE WITH EBONY CLOTH FRONT BUCKET SEATS & EBONY VINYL REAR BENCH. 99B 44U $0.003.3L V6 ENGINE WITH 10-SPEED AUTOMATIC TRANSMISSION. 17A $605.00AUXILLARY A/C 17T $50.00RED/WHITE DOME LAMP IN CARGO AREA 18D $0.00Global Lock/Unlock Feature -inc: Door-panel switches will lock/unlock all doors and rear liftgate, Eliminates overhead console liftgate unlock switch and 45-second timer, Also eliminates the blue liftgate release button if ordered w/remote keyless entry 21L $545.00Front Warning Auxiliary LED Lights 43D $24.00DARK CAR FEATURE-inc: Courtesy lamps disabled when any door is opened. 47A $255.00Police Engine Idle Feature -inc: This feature allows you to leave the engine running and prevents your vehicle from unauthorized use when outside of your vehicle, Allows the key to be removed from ignition while vehicle remains idling. 51R $390.00DRIVER ONLY LED SPOT LAMP (UNITY) 55F $335.00REMOTE KEYLESS ENTRY (Does Not include PATS, 4-key fobs, key fobs are not fobbed alike when ordered w/Keyed-Alike) 59E $49.00KEYED ALIKE - 1435X **INTERCEPTOR UTILITY** 63B $285.00Side Marker LED Sideview Mirrors 67H $3,590.00Ready for the Road Package -inc: Whelen Cencom light controller head w/dimmable back light, Whelen Cencom relay center/siren/amp w/traffic advisor control (mounted behind 2nd row seat), light controller/relay Cencom wiring (wiring harness) w/additional input/output pigtails, high current pigtail, Whelen specific WECAN cable (console to cargo area) connects Cencom to control head and grille linear LED lights (red/blue) harness, Front Headlamp Lighting Solution, LED low beam/high beam headlamp, wig-wag function and (2) red/blue/white LED side warning lights in each headlamp (factory configured: driver's side white/red/passenger side white/blue), Wiring and LED lights included (in headlamps only; grille lights not included), Controller not included, Grille LED Lights, Siren & Speaker Pre-Wiring, 100 Watt Siren/Speaker w/Bracket & Pigtail, Tail Lamp Lighting Solution, LED lights plus (2) rear integrated hemispheric lighthead white LED side warning lights in taillamps, LED lights only,Wiring and controller not included, Rear Lighting Solution, (2) backlit flashing linear high-intensity LED lights (driver's side red/passenger side blue) mounted to inside liftgate glass and (2) backlit flashing linear high-intensity LED lights (driver's side red/passenger side blue) installed on inside lip of liftgate (lights activate when liftgate is open), LED lights only, Wiring and controller not included, Hidden Door-Lock Plunger, rear-door controls inoperable (locks, handles and windows), Note: Can manually remove window or door disable plate w/special tool, Note: Locks/windows operable from driver's door switches, Rear Console Plate, Contours through 2nd row; channel for wiring 68B $670.00Police Perimeter Alert -inc: Detects motion in an approximately 270-degree radius on sides and back of vehicle; if movement is determined to be a threat, chime will sound at level I, Doors will lock and windows will automatically go up at level II, visual display in instrument cluster w/tracking 76D $330.00Underbody Deflector Plate 76R $270.00REVERSE SENSING SYSTEM BUC $0.00Back Up Camera $7,398.00FACTORY OPTIONS NJPA_CLEARWATER, CITY OF_50303_Quote_1.PDF Page 1 of 2 2024 091521-NAF & 06SOURCEWELL (FORMERLY NJPA) CONTRACT # www.NationalAutoFleetGroup.com CONTRACT OPTIONS DESCRIPTION NO-TEMP $0.00TEMP TAG NOT REQUESTED, CUSTOMER WILL HANDLE THEIR OWN TAG WORK. $0.00CONTRACT OPTIONS QUOTE SUBJECT TO FACTORY ORDER ACCEPTANCE or 30 DAYS $428,152.00TOTAL COST LESS TRADE IN(S)QTY 8 Comments VEHICLE QUOTED BY christy.self@alanjay.comCHRISTY SELF GOVERNMENT ACCOUNT MANAGER "I Want to be Your Fleet Provider" I appreciate the opportunity to submit this quotation. Please review it carefully. If there are any errors or changes, please feel free to contact me at any time. I am always happy to be of assistance. TOTAL COST $53,519.00TRADE IN Estimated Annual payments for 60 months paid in advance: $11,986.05 Municipal finance for any essential use vehicle, requires lender approval, WAC. Extended: $95,888.44 YES WE TAKE TRADE INS ~~~ ASK ABOUT MUNICIPAL FINANCING ~~~$0.00 NJPA_CLEARWATER, CITY OF_50303_Quote_1.PDF Page 2 of 2 ALAN JAY FLEET CHRISTY SELF | 863-385-9610 | CHRISTY.SELF@ALANJAY.COM Vehicle: [Fleet] 2024 Ford Police Interceptor Utility (K8A) AWD ( Complete ) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer’s input is subject to the accuracy of the input provided. Data Version: 20893. Data Updated: Nov 6, 2023 6:40:00 PM PST. Nov 7, 2023 Page 2 Note:Photo may not represent exact vehicle or selected equipment. Window Sticker SUMMARY [Fleet] 2024 Ford Police Interceptor Utility (K8A) AWD MSRP:$47,165.00 Interior:Charcoal Black, Unique HD Cloth Front Bucket Seats w/Vinyl Rear Exterior 1:Oxford White Exterior 2:No color has been selected. Engine: 3.3L V6 Direct-Injection (FFV) Transmission: 10-Speed Automatic (44U) OPTIONS CODE MODEL MSRP K8A [Fleet] 2024 Ford Police Interceptor Utility (K8A) AWD $47,165.00 OPTIONS 17A Rear Auxiliary Air Conditioning $610.00 17T Switchable Red/White Lighting in Cargo Area $50.00 18D Global Lock/Unlock Feature $0.00 18X 100 Watt Siren/Speaker w/Bracket & Pigtail Inc. 21L Front Warning Auxiliary LED Lights $550.00 43D Dark Car Feature $25.00 ALAN JAY FLEET CHRISTY SELF | 863-385-9610 | CHRISTY.SELF@ALANJAY.COM Vehicle: [Fleet] 2024 Ford Police Interceptor Utility (K8A) AWD ( Complete ) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer’s input is subject to the accuracy of the input provided. Data Version: 20893. Data Updated: Nov 6, 2023 6:40:00 PM PST. Nov 7, 2023 Page 3 44U Transmission: 10-Speed Automatic (44U)$0.00 47A Police Engine Idle Feature $260.00 500A Order Code 500A $0.00 51R Driver Only LED Spot Lamp (Unity)$395.00 52P Hidden Door-Lock Plunger Inc. 55F Remote Keyless Entry Key Fob w/o Key Pad $340.00 59E Keyed Alike - 1435x $50.00 60A Grille LED Lights, Siren & Speaker Pre-Wiring Inc. 63B Side Marker LED Sideview Mirrors $290.00 66A Front Headlamp Lighting Solution Inc. 66B Tail Lamp Lighting Solution Inc. 66C Rear Lighting Solution Inc. 67H Ready For The Road Package $3,595.00 68B Police Perimeter Alert $675.00 76D Underbody Deflector Plate $335.00 76R Reverse Sensing System $275.00 85R Rear Console Plate Inc. 96 Charcoal Black, Unique HD Cloth Front Bucket Seats w/Vinyl Rear $0.00 99B Engine: 3.3L V6 Direct-Injection (FFV)($2,830.00) YZ Oxford White $0.00 ___3.73 Axle Ratio $0.00 SUBTOTAL $51,785.00 Adjustments Total $0.00 Destination Charge $1,595.00 TOTAL PRICE $53,380.00 FUEL ECONOMY Est City:N/A Est Highway:N/A Est Highway Cruising Range:N/A ALAN JAY FLEET CHRISTY SELF | 863-385-9610 | CHRISTY.SELF@ALANJAY.COM Vehicle: [Fleet] 2024 Ford Police Interceptor Utility (K8A) AWD ( Complete ) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer’s input is subject to the accuracy of the input provided. Data Version: 20893. Data Updated: Nov 6, 2023 6:40:00 PM PST. Nov 7, 2023 Page 4 Standard Equipment Mechanical Engine: 3.3L V6 Direct-Injection Hybrid System -inc: (136-MPH top speed) (STD) Transmission: 10-Speed Automatic (STD) 3.73 Axle Ratio (STD) 50 State Emission System Flexible Fuel Vehicle (FFV) system is standard equipment for vehicles equipped with the 3.3L V6 Direct-Injection engine. Transmission w/Oil Cooler Automatic Full-Time All-Wheel Engine Oil Cooler 80-Amp/Hr 800CCA Maintenance-Free Battery Hybrid Electric Motor 220 Amp Alternator Class III Towing Equipment -inc: Hitch Trailer Wiring Harness Police/Fire 1670# Maximum Payload GVWR: 6,840 lbs (3,103 kgs) Gas-Pressurized Shock Absorbers Front And Rear Anti-Roll Bars Electric Power-Assist Steering 19 Gal. Fuel Tank Dual Stainless Steel Exhaust Permanent Locking Hubs Strut Front Suspension w/Coil Springs Multi-Link Rear Suspension w/Coil Springs Regenerative 4-Wheel Disc Brakes w/4-Wheel ABS, Front And Rear Vented Discs, Brake Assist and Hill Hold Control Lithium Ion Traction Battery Exterior Wheels: 18" x 8" 5-Spoke Painted Black Steel -inc: polished stainless steel hub cover and center caps Tires: 255/60R18 AS BSW Steel Spare Wheel ALAN JAY FLEET CHRISTY SELF | 863-385-9610 | CHRISTY.SELF@ALANJAY.COM Vehicle: [Fleet] 2024 Ford Police Interceptor Utility (K8A) AWD ( Complete ) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer’s input is subject to the accuracy of the input provided. Data Version: 20893. Data Updated: Nov 6, 2023 6:40:00 PM PST. Nov 7, 2023 Page 5 Exterior Spare Tire Mounted Inside Under Cargo Clearcoat Paint Body-Colored Front Bumper w/Black Rub Strip/Fascia Accent and 1 Tow Hook Body-Colored Rear Bumper w/Black Rub Strip/Fascia Accent Body-Colored Bodyside Cladding and Black Wheel Well Trim Black Side Windows Trim and Black Front Windshield Trim Black Door Handles Black Power Side Mirrors w/Convex Spotter and Manual Folding Fixed Rear Window w/Fixed Interval Wiper, Heated Wiper Park and Defroster Deep Tinted Glass Speed Sensitive Variable Intermittent Wipers Galvanized Steel/Aluminum Panels Lip Spoiler Black Grille Liftgate Rear Cargo Access Tailgate/Rear Door Lock Included w/Power Door Locks Auto On/Off Projector Beam Led Low/High Beam Headlamps LED Brakelights Entertainment Radio w/Seek-Scan, Speed Compensated Volume Control and Steering Wheel Controls Radio: AM/FM/MP3 Capable -inc: clock, 4-speakers, Bluetooth interface w/hands-free voice command support (compatible w/most Bluetooth connected mobile devices), 1 USB port and 4.2" color LCD screen center stack smart display Integrated Roof Antenna 1 LCD Monitor In The Front Interior 8-Way Driver Seat Passenger Seat 35-30-35 Folding Split-Bench Front Facing Fold Forward Seatback Rear Seat Manual Tilt/Telescoping Steering Column Gauges -inc: Speedometer, Odometer, Engine Coolant Temp, Tachometer, Engine Hour Meter, Traction Battery Level, Trip Odometer and Trip Computer ALAN JAY FLEET CHRISTY SELF | 863-385-9610 | CHRISTY.SELF@ALANJAY.COM Vehicle: [Fleet] 2024 Ford Police Interceptor Utility (K8A) AWD ( Complete ) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer’s input is subject to the accuracy of the input provided. Data Version: 20893. Data Updated: Nov 6, 2023 6:40:00 PM PST. Nov 7, 2023 Page 6 Interior Power Rear Windows and Fixed 3rd Row Windows Fleet Telematics Modem Selective Service Internet Access Remote Releases -Inc: Power Cargo Access Cruise Control w/Steering Wheel Controls Dual Zone Front Automatic Air Conditioning HVAC -inc: Underseat Ducts Locking Glove Box Driver Foot Rest Unique HD Cloth Front Bucket Seats w/Vinyl Rear -inc: reduced bolsters, driver 6-way power track (fore/aft, up/down, tilt w/manual recline, 2-way manual lumbar), passenger 2-way manual track (fore/aft, w/manual recline) and built-in steel intrusion plates in both driver/passenger seatbacks Interior Trim -inc: Metal-Look Instrument Panel Insert, Metal-Look Door Panel Insert and Metal-Look Interior Accents Full Cloth Headliner Urethane Gear Shifter Material Day-Night Rearview Mirror Driver And Passenger Visor Vanity Mirrors Mini Overhead Console w/Storage and 2 12V DC Power Outlets Front And Rear Map Lights Fade-To-Off Interior Lighting Full Vinyl/Rubber Floor Covering Carpet Floor Trim Cargo Features -inc: Cargo Tray/Organizer Cargo Space Lights Dashboard Storage, Driver And Passenger Door Bins Power 1st Row Windows w/Driver And Passenger 1-Touch Up/Down Delayed Accessory Power Power Door Locks Driver Information Center Redundant Digital Speedometer Trip Computer Analog Appearance ALAN JAY FLEET CHRISTY SELF | 863-385-9610 | CHRISTY.SELF@ALANJAY.COM Vehicle: [Fleet] 2024 Ford Police Interceptor Utility (K8A) AWD ( Complete ) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer’s input is subject to the accuracy of the input provided. Data Version: 20893. Data Updated: Nov 6, 2023 6:40:00 PM PST. Nov 7, 2023 Page 7 Interior Seats w/Vinyl Back Material Manual Adjustable Front Head Restraints and Manual Adjustable Rear Head Restraints 2 12V DC Power Outlets Air Filtration Safety-Mechanical Electronic Stability Control (ESC) And Roll Stability Control (RSC) ABS And Driveline Traction Control Safety-Exterior Side Impact Beams Safety-Interior Dual Stage Driver And Passenger Seat-Mounted Side Airbags Tire Specific Low Tire Pressure Warning Dual Stage Driver And Passenger Front Airbags Curtain 1st And 2nd Row Airbags Airbag Occupancy Sensor Passenger Knee Airbag Rear Child Safety Locks Outboard Front Lap And Shoulder Safety Belts -inc: Rear Center 3 Point, Height Adjusters and Pretensioners Back-Up Camera w/Washer WARRANTY Basic Years: 3 Basic Miles/km: 36,000 Drivetrain Years: 5 Drivetrain Miles/km: 100,000 Corrosion Years: 5 Corrosion Miles/km: Unlimited Hybrid/Electric Components Years: 8 Hybrid/Electric Components Miles/km: 100,000 Roadside Assistance Years: 5 Roadside Assistance Miles/km: 60,000 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9729-23 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Public Works Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Approve multiple Easement Vacation requests from property owners The City of Clearwater as affecting real property at 112 S Osceola Ave, Clearwater as further defined by Exhibit A, Utility easement per Resolution 86-17 recorded in O.R. Book 6179 Page 299, and Exhibit B, 15-foot Alley recorded in Deed Book 1536 Page 21, as recorded in the Public Records of Pinellas County, Florida, and pass Ordinance 9729-23 on first reading. SUMMARY: The City or Clearwater as owners of 112 S Osceola Ave have requested to vacate two abandoned easements within the same parcel. Easement “A” is a relocated utility pumping station. Easement “B” is a former public alleyway. These vacations are intended to remove certain exceptions to title insurance and assist the buyers of the Property. City staff have reviewed and approved this request. STRATEGIC PRIORITY: Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth. Page 1 City of Clearwater Printed on 11/28/2023 3313015 200300350237 155218212206112 CLEVELAND ST PIERCE ST NOSCEOLAAVESOSCEOLAAVEMEMORI ALCSWYDocument Path: V:\GIS\Nick\112 S Osceola Ave Easements\112 S Osceola Ave Easements.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2023 VAC2023-06 "A" & "B" Proposed Utility & Alley Easement Vacations 112 S. Osceola Ave N.T.S.Scale:NBMap Gen By:RKReviewed By:10/4/2023Date: AERIAL MAP UTILITY EASEMENT TO VACATE "A" PUBLIC ALLEY TO VACATE "B" EXHIBIT "A" EXHIBIT "A" EXHIBIT "A" -WHEREAS, the City of C:Le_arwater ·-Florida - ·is the owne�of the land hereinafter described�-which--iand�s:.s:Utable and necessar.y--for-stree.t_purposes,.:._an�d .. -·_ -_ - ·_.- ·: . - ., _. · _ ::--· . WHEREAS, after. due. deliberation,· thei'City .Commissi�n or•' the C7ty of Clearwater-, _-·Florid!)., -has,--:det·ermined :·tp.at:;itccis:-ilicthe:.,--: . best interest of said City and the inhabit.ants thereof-that· such·''· land should be dedicated for street )>ilrposes.· __ : · ___ , _:·:_. 0:-�':.:·.:_·--:::: ••···; ; . NOW, THEREFORE, BE'IT_RESO�VED by the City.Coinmission� .·-�________ of the _c;_ity ___ of Clearwater,. Florida;�in-sessioUa�dhly.;and=I'egulaI'lY.-- _· c -.--assemblea as follows·:. · · · --,·-• ... ·.· ·· -·---- . . . 1-. �hat the following .d:!scr:i._bed land_ si:!;�a,te, ___ io•cated_.and ._ ___ be�!_l-JL in __ �h: City o_f c;earwater, Pim;llas County;·_ !lorida�· l)e· and tne same is lrereby-iieqrcat-ect�t-as:i:dec-:-and-es'tan-b.-shed�-as----pub, ....... '-"'-.. ----'-----'-' thoroughfare to be used_for street and··aliey·purpose"i:i for.the useand benefit of. the public: · ·-· · _ · -------.. . . � ... �-... . . EXHIBIT "B" ORDINANCE 9729-23 VAC2023-06 “A” & “B” PARCEL ID# 16-29-15-20358-001-0040 FIRST READING: DECEMBER 4, 2023 SECOND READING: DECEMBER 7, 2023 DESCRIPTION: VACATION OF UTILITY & 15-FOOT ALLEY EASEMENTS. APPROVE THE VACATION REQUEST FROM THE PROPERTY OWNER, CITY OF CLEARWATER, REMOVING TWO RECORDED EASEMENTS AFFECTING 112 S OSCEOLA AVE, CLEARWATER, FLORIDA., AS FURTHER DEFINED BY EXHIBIT “A” UTILITY EASEMENT PER RESOLUTION 86-17 RECORDED IN O.R. BOOK 6179 PAGE 299 AND EXHIBIT “B” 15-FOOT ALLEY RECORDED IN DEED BOOK 1536 PAGE 21 AS RECORDED IN THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, AND PASS ORDINANCE 9729- 23 ON FIRST READING. APPLICANT NAME: CITY OF CLEARWATER CLEARWATER, FL. 33756 ATTN: ROBERT J. KASMER PW/E. AFFECTED PROPERTY ADDRESS: 112 S OSCEOLA AVE CLEARWATER, FL. 33756 APPLICANT MAILING ADDRESS: 110 S MYRTLE AVE CLEARWATER, FL 33756 ATTN: ROBERT J. KASMER PW/E. ADJACENT PROPERTY OWNERS WATERS EDGE CONDO (ET-AL) 331 CLEVELAND STREET CLEARWATER, FL 33755 PINELLAS COUNTY (ET AL) 14 S FT HARRISON AVENUE CLEARWATER, FL 337546 CITY OF CLEARWATER THEATER (ET AL) 405 CLEVELAND STREET CLEARWATER, FL 33755 1 Ordinance No. 9673-23 ORDINANCE NO. 9729-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING TWO EASEMENTS AS FURTHER DEFINED BY EXHIBIT "A" UTILITY EASEMENT PER RESOLUTION 86-17 RECORDED IN O.R. BOOK 6179 PAGE 299 AND EXHIBIT “B” 15-FOOT ALLEY RECORDED IN DEED BOOK 1536 PAGE 21 AS RECORDED IN THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater are the owners in fee simple title of real property located at 112 S Osceola Ave, Clearwater, FL 33767, to which have requested the City to vacate said easements “A” & “B” located therein; and WHEREAS, the City Council of the City of Clearwater, Florida finds these easements not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: These easements are further described as follows: See Exhibits “A” & “B” Is hereby vacated, closed, and released, and the City of Clearwater releases all rights, title, and interest thereto, however, this vacation is in no way intended to impact the City’s ownership, which is reserved and remains unaffected by this vacation. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL ________________________________ 2 Ordinance No. 9673-23 READING AND ADOPTED ________________________________ ________________________________ Brian J. Aungst, Sr. Mayor Attest: ________________________________ Rosemarie Call City Clerk Approved as to form: ________________________________ Jerrod Simpson Senior Assistant City Attorney EXHIBIT "A" EXHIBIT "A" EXHIBIT "A" -WHEREAS, the City of C:Le_arwater ·-Florida - ·is the owne�of the land hereinafter described�-which--iand�s:.s:Utable and necessar.y--for-stree.t_purposes,.:._an�d .. -·_ -_ - ·_.- ·: . - ., _. · _ ::--· . WHEREAS, after. due. deliberation,· thei'City .Commissi�n or•' the C7ty of Clearwater-, _-·Florid!)., -has,--:det·ermined :·tp.at:;itccis:-ilicthe:.,--: . best interest of said City and the inhabit.ants thereof-that· such·''· land should be dedicated for street )>ilrposes.· __ : · ___ , _:·:_. 0:-�':.:·.:_·--:::: ••···; ; . NOW, THEREFORE, BE'IT_RESO�VED by the City.Coinmission� .·-�________ of the _c;_ity ___ of Clearwater,. Florida;�in-sessioUa�dhly.;and=I'egulaI'lY.-- _· c -.--assemblea as follows·:. · · · --,·-• ... ·.· ·· -·---- . . . 1-. �hat the following .d:!scr:i._bed land_ si:!;�a,te, ___ io•cated_.and ._ ___ be�!_l-JL in __ �h: City o_f c;earwater, Pim;llas County;·_ !lorida�· l)e· and tne same is lrereby-iieqrcat-ect�t-as:i:dec-:-and-es'tan-b.-shed�-as----pub, ....... '-"'-.. ----'-----'-' thoroughfare to be used_for street and··aliey·purpose"i:i for.the useand benefit of. the public: · ·-· · _ · -------.. . . � ... �-... . . EXHIBIT "B" Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: TA2023-10003 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve amendments to Community Development Code Section 6-109 and Appendix C, Downtown District and Development Standards, and pass Ordinance 9726-23 on first reading. (TA2023-10003) SUMMARY: Proposed Ordinance No. 9726-23 amends Section 6-109 to add criteria for nonconforming structures due to setbacks and Appendix C. Downtown District and Development Standards to clarify the Tier 1 Public Amenities Incentive Pool Criteria and add governmental uses to the General Flexibility Provisions. These amendments were initiated by staff to provide clarification of provisions as well as add flexibility. Below is a summary of the substantive amendments included in the ordinance. ·Creates criteria to terminate a status of nonconformity for structures that are nonconforming due to setbacks. ·Provides clarification of the following provisions in the Tier 1 Public Amenities Incentive Pool Criteria available in Downtown: ·Residential bonus densities cannot be stacked. ·Bonus densities available for streetscaping only apply to identified streets. ·Adds governmental uses to list of uses that are eligible to request flexibility from the Downtown District & Development Standards. 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 November 21, 2023. Staff will report its recommendation at the city council meeting. STRATEGIC PRIORITY: Proposed Ordinance 9726-23 supports the city’s Strategic Plan goal to Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive by providing responsible development standards to preserve community livability. Page 1 City of Clearwater Printed on 11/28/2023 ORDINANCE NO. 9726-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA MAKING AMENDMENTS TO THE COMMUNITY DEVELOPMENT CODE, BY AMENDING SECTION 6-109 TERMINATION OF STATUS AS A NONCONFORMITY; BY AMENDING APPENDIX C, DOWNTOWN DISTRICT AND DEVELOPMENT STANDARDS, DIVISION 3. CHARACTER DISTRICT STANDARDS AND DIVISION 8. FLEXIBILITY; CERTIFYING CONSISTENCY WITH THE CITY’S COMPREHENSIVE PLAN AND PROPER ADVERTISEMENT; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater adopted the Community Development Code on January 21, 1999, which took effect on March 8, 1999; and WHEREAS, on August 2, 2018, the City adopted a new Downtown District and Development Standards as Appendix C of the Community Development Code to ensure Downtown redevelops with quality urban design, a high-quality public realm, and a dense and livable pattern of development; and WHEREAS, the Public Amenities Incentive Pool was established by the Clearwater Downtown Redevelopment Plan (“Downtown Plan”) to achieve the City’s vision for Downtown Clearwater as the urban core and heart of the City which will be an attractive place to live, work, shop, and play and to overcome the numerous constraints affecting redevelopment; and WHEREAS, the City has determined where the Community Development Code needs clarification and revision; and WHEREAS, the City desires for the Community Development Code to function effectively and equitably throughout the City; 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 this amendment, conducted a public hearing, considered all public testimony and has determined that this amendment is consistent with the City of Clearwater’s Comprehensive Plan and recommended that the City Council adopt this amendment; 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 6, Nonconformity Provisions, Section 6-109, Termination of Status as a Nonconformity, be amended to read as follows: 2 Ordinance No. 9726-23 Section 6-109 – Termination of Status as a Nonconformity A. A nonconforming use or structure may be deemed to be in conformity with this Development Code and may thereafter be allowed to continue and to expand as a lawfully existing use or structure if such use or structure is granted level two approval in accordance with the provisions this section. B. A structure which is nonconforming with respect to density/intensity may be deemed to be in conformity with this Development Code and may thereafter be allowed to continue, to expand or be reconstructed provided such termination of nonconforming density/intensity is granted through a Level Two approval. Additionally, a site plan shall be submitted concurrently for review and approval by the Community Development Board that demonstrates compliance with the following: 1. If the existing structure is to remain or be expanded, such required site plan shall demonstrate compliance with the provisions set forth in Section 6-109.C below. All required improvements shall be completed within one year of the issuance of the Level Two development order approval or the termination will be null and void. 2. If reconstruction of the nonconforming density/intensity is proposed, the required Level One or Level Two application shall be submitted in conjunction with the Level Two termination request and shall demonstrate compliance with the provisions of this Community Development Code. In the event such reconstruction does not occur within the timeframe specified in the development order granting the termination, such property shall comply with the provisions set forth in Section 6-109.C below within one year of the expiration of the development order or the termination of nonconformity will be null and void. 3. If the required improvements or reconstruction authorized in any development order granted pursuant to 6-109.B.1. or 2. above are constructed, the nonconforming density/intensity shall be deemed legal and shall run with the land. Any future redevelopment utilizing this density/intensity shall comply with the provisions of the Community Development Code in effect at that time. 4. Should the improvements on a property be demolished during the valid timeframe of a development order terminating nonconforming density/intensity pursuant to this section and the property is vacant, the property shall be deemed to be in compliance with these provisions and such termination of nonconforming density/intensity shall be vested and run with the land. 5. Any terminated nonconforming units/floor area granted through Section 6-109.B.1. or 2. above shall not be transferred to another site or converted for another use. B. A structure which is nonconforming with respect to setbacks may, in addition to being deemed to be in conformity with this Community Development Code pursuant to Section 6-109.A, also be reconstructed if the reconstruction is approved by the Community Development Board as a Level Two approval that meets the following additional criteria: 1. The reconstruction complies with all other requirements of this Community Development Code; and 2. The reconstruction is consistent with the size, location, and intensity of the previously existing terminated nonconforming structure; and 3 Ordinance No. 9726-23 3. The reconstruction with the approved setbacks will not negatively impact the surrounding area; and 4. The design of the proposed project creates a form and function which enhances the community character of the immediate vicinity of the parcel proposed for development; and 5. The intended vision for any applicable character district in which the property is located will be met. C. A level two approval shall not be granted to terminate status as a nonconforming use or structure unless the nonconformity is improved according to the following requirements: 1. Perimeter buffers conforming to the requirements of Section 3-1202(D) shall be installed. 2. Off-street parking lots shall be improved to meet the landscaping standards established in Section 3-1202(E). 3. Any nonconforming signs, outdoor lighting or other accessory structure or accessory use located on the lot shall be terminated, removed or brought into conformity with this development code. 4. The comprehensive landscaping and comprehensive sign program may be used to satisfy the requirement of this section. 5. The use and structure complies with the general standards for Level One and Level Two approvals set forth in Section 3-914. C. Any property located in the Downtown District that has been subject to a termination of nonconformity with regard to building height may reconstruct such height if approved by the Community Development Board as Level Two approval in accordance with the following criteria: 1. The reconstruction complies with all other requirements of this Community Development Code; and 2. The reconstruction of such increased height would not negatively impact the surrounding area; and 3. The design of the proposed project creates a form and function which enhances the community character of the immediate vicinity of the parcel proposed for development; and 4. The intended vision for the character district in which the property is located would be met. D. Any property located in the Downtown District that has been subject to a termination of nonconformity with regard to building height may reconstruct such height if approved by the Community Development Board as Level Two approval in accordance with the following criteria: 1. The reconstruction complies with all other requirements of this Community Development Code; and 2. The reconstruction of such increased height would not negatively impact the surrounding area; and 4 Ordinance No. 9726-23 3. The design of the proposed project creates a form and function which enhances the community character of the immediate vicinity of the parcel proposed for development; and 4. The intended vision for the character district in which the property is located would be met. D. A structure which is nonconforming with respect to density/intensity may be deemed to be in conformity with this Development Code and may thereafter be allowed to continue, to expand or be reconstructed provided such termination of nonconforming density/intensity is granted through a Level Two approval. Additionally, a site plan shall be submitted concurrently for review and approval by the Community Development Board that demonstrates compliance with the following: 1. If the existing structure is to remain or be expanded, such required site plan shall demonstrate compliance with the provisions set forth in Section 6-109.E below. All required improvements shall be completed within one year of the issuance of the Level Two development order approval or the termination will be null and void. 2. If reconstruction of the nonconforming density/intensity is proposed, the required Level One or Level Two application shall be submitted in conjunction with the Level Two termination request and shall demonstrate compliance with the provisions of this Community Development Code. In the event such reconstruction does not occur within the timeframe specified in the development order granting the termination, such property shall comply with the provisions set forth in Section 6-109.E below within one year of the expiration of the development order or the termination of nonconformity will be null and void. 3. If the required improvements or reconstruction authorized in any development order granted pursuant to 6-109.D.1. or 2. above are constructed, the nonconforming density/intensity shall be deemed legal and shall run with the land. Any future redevelopment utilizing this density/intensity shall comply with the provisions of the Community Development Code in effect at that time. 4. Should the improvements on a property be demolished during the valid timeframe of a development order terminating nonconforming density/intensity pursuant to this section and the property is vacant, the property shall be deemed to be in compliance with these provisions and such termination of nonconforming density/intensity shall be vested and run with the land. 5. Any terminated nonconforming units/floor area granted through Section 6-109.D.1. or 2. above shall not be transferred to another site or converted for another use. E. A level two approval shall not be granted to terminate status as a nonconforming use or structure unless the nonconformity is improved according to the following requirements: 1. Perimeter buffers conforming to the requirements of Section 3-1202.D shall be installed. 2. Off-street parking lots shall be improved to meet the landscaping standards established in Section 3-1202.E. 3. Any nonconforming signs, outdoor lighting or other accessory structure or accessory use located on the lot shall be terminated, removed, or brought into conformity with this development code. 5 Ordinance No. 9726-23 4. The comprehensive landscaping and comprehensive sign program may be used to satisfy the requirements of this section. 5. The use and structure complies with the general standards for Level One and Level Two approvals set forth in Section 3-914. * * * * * * * * * * Section 2. That Appendix C. Downtown District and Development Standards, Division 3. Character District Standards, Section C-301. Development Potential, be amended to read as follows: Section C-301. – Development Potential. * * * * * * * * * * Table 1. Tier 1 Public Amenities Incentive Pool Criteria Requirement (Public Benefit) Type of Bonus (Residential Density, Hotel Density, Floor Area) Downtown Core Old Bay South Gateway Prospect Lake Downtown Gateway Rental residential units1 provided in project consistent with one of the following: • Minimum 25% gross floor area is rental residential for a mixed-use project; or • Minimum 50% is dedicated rental if project is residential-only. Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) 40% -- -- 40% -- -- 40% -- -- 40% -- -- 40% -- -- Residential units1 provided in project consistent with one of the following: • Minimum 25% gross floor area is residential for a mixed-use project; or • Project is residential-only (100% residential). Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) 20% -- -- 20% -- -- 20% -- -- 20% -- -- 20% -- -- Residential units1 provided in project (bonuses may not be stacked): • Rental Residential Project: Minimum 25% gross floor area is rental residential for a mixed-use project or minimum 50% is dedicated rental if project is residential-only; OR • Owner-occupied Residential Project: Minimum 25% gross floor area is residential for a mixed-use project or project is 100% residential. Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) 40% -- -- 20% -- -- 40% -- -- 20% -- -- 40% -- -- 20% -- -- 40% -- -- 20% -- -- 40% -- -- 20% -- -- 6 Ordinance No. 9726-23 Class A Office space provided in project consistent with all of the following: • Minimum 25% of building’s aggregate rentable floor area as defined by the Building Owners and Managers Association International (BOMA) is solely reserved for occupancy by office uses; and • Such rentable floor area is Class A as determined by the Economic Development and Housing Director.2 Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) -- -- 25% -- -- -- -- -- -- -- -- 20% -- -- -- Hotel use includes a minimum of 20% of gross floor area comprised of public function space (e.g., meeting rooms, ballrooms, banquet halls). Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) -- 25% -- -- -- -- -- -- -- -- -- -- -- -- -- LEED Gold certification or equivalent as determined by the Community Development Coordinator achieved when project constructed.3 Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) 35% 20% 20% 35% 20% 20% 35% 20% 20% 35% 20% 20% 35% 20% 20% Public parking provided through one of the following: • Structured parking that includes a minimum of 10% of all required vehicle parking spaces or 20 spaces total, whichever is greater, reserved for public parking; or • Financial support to the city’s parking fund or its successor fund equal to one and one quarter of a percent (1.25%) of the aggregate job value. Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) 35% 20% 20% 35% 20% 20% 35% 20% 20% 35% 20% 20% 35% 20% 20% Property frontage(s) meet the city's streetscape standards consistent with the Master Streetscape Plan within the Clearwater Downtown Redevelopment Plan or as determined by the Community Development Coordinator and City Engineer (e.g., wider sidewalks, decorative street lighting, street furniture). Residential (du/ac)Hotel (ov/ac) Floor Area (FAR) 35% 20% 20% 35% 20% 20% 35% 20% 20% 35% 20% 20% 35% 20% 20% Property frontage(s) along certain streets4 providing streetscaping determined by the Community Development Coordinator and City Engineer to meet the following: • The city’s streetscape standards consistent with the Master Streetscape Plan within the Clearwater Downtown Redevelopment Plan, or • An enhanced pedestrian realm that meets the corresponding guidelines in the Complete Streets for Clearwater Implementation Plan. Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) 35% 20% 20% 35% 20% 20% 35% 20% 20% 35% 20% 20% 35% 20% 20% 7 Ordinance No. 9726-23 Electric Vehicle (EV) Parking Spaces provided in project consistent with all of the following: • Minimum 20% of all required parking spaces and a minimum 10% for all additional parking spaces (not required), or 10 spaces total, whichever is greater, are EV-Ready;4 5 and • Minimum 5% of all required parking spaces and a minimum of 2% for all additional parking spaces (not required), or two spaces, whichever is greater, have electrical vehicle supply equipment (EVSE) with Level 2 charging capacity or greater installed. Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) 15% 10% 10% 15% 10% 10% 15% 10% 10% 15% 10% 10% 15% 10% 10% Public art provided through one of the following: • Minimum one percent (1%) of the aggregate job value up to the sum of $350,000 per project for the provision of public art located in publicly accessible locations;5 6 or • Financial support to the city’s public art fund or its successor fund equal to three quarters of one percent (0.75%) of the aggregate job value (applies to any portion of bonus requested). Residential (du/ac) Hotel (ov/ac) Floor Area (FAR) 10% 5% 5% 10% 5% 5% 10% 5% 5% 10% 5% 5% 10% 5% 5% Footnotes: 1. Projects providing affordable or workforce housing shall provide to the Community Development Coordinator a restrictive covenant, duly executed by the owner of the parcel(s), in a form approved by the city attorney, that has been recorded in the Public Records of Pinellas County, Florida. This covenant shall: address income restrictions: homebuyer or tenant qualifications; long-term affordability, any other applicable restrictions and qualifications pertaining to the development and the reserved affordable or workforce housing units: and shall run with the land and shall be binding on the assigns, heirs and successors of the applicant. Reserved affordable or workforce housing units that are provided under this section, whether rental or owner-occupied, shall remain as affordable housing for a minimum of 15 years from the date of initial occupancy. Prior to June 1st of each year, the property owner(s) or authorized property manager of any reserved rental affordable or workforce housing dwelling unit shall submit to the city' s Economic Development and Housing Department Director an annual report for the preceding calendar year, in a format as approved by the city, in order for the city to verify that the tenants meet the income requirements for the reserved rental affordable housing dwelling units and that other stipulations in the covenant are being met. 2. Class A office space is defined as office space that features the finishes, amenities, building systems, and services within the building based upon the best quality 1% of office space present in the Tampa- St. Petersburg- Clearwater Metropolitan Statistical Area, and shall be verified by the city' s Economic Development and Housing Director. 3. Applicant shall submit the LEED Project Checklist or equivalent documentation prior to building permit issuance. Additionally, applicant shall post a bond at time of building permit application equal to the cost to construct the equivalent number of units received from the density bonus utilizing the rental or other residential housing bonus detailed in this table. If the project does not achieve LEED Gold certification, this bond shall be forfeited, and monies deposited into the city' s housing trust fund or its successor fund. 4. The following streets are eligible for the streetscape bonus: Osceola Avenue, Fort Harrison Avenue, Garden Avenue, Missouri Avenue, Martin Luther King Jr. Avenue, and Prospect Avenue. 5. To be EV Ready the project must include a dedicated electrical circuit with sufficient capacity for future dedicated Level 2 charging or greater provided for each required space. Each circuit shall have conduit and wire sufficient to provide Level 2 charging or greater and shall end at an electrical box or enclosure located near each required space. 6. Aggregate job value shall be the combined job value of all building permits required for the construction of the project (e. a., site work, permits for individual structures, etc.). du/ac= dwelling units per acre FAR= floor area ratio ov/ac= overnight accommodation units per acre 8 Ordinance No. 9726-23 * * * * * * * * * * Section 3. That Appendix C. Downtown District and Development Standards, Division 8. Flexibility, Section C-803. Flexibility Provisions, be amended to read as follows: Section C-803. – Flexibility Provisions. * * * * * * * * * * N. General Flexibility Provisions. 1. Flexibility in the application of development standards for governmental uses, places of worship, certain indoor recreation uses such as auditoria, museums, and stadiums, public transportation facilities, public utilities uses, and for projects on parcels not fronting on a street may be approved if the proposed development is consistent with the vision, guiding principles, goals, objectives, and policies of the Clearwater Downtown Redevelopment Plan. Buildings and improvements shall include architectural details, landscape screening, and other treatments that contribute to the creation of safe and comfortable pedestrian environments along pedestrian walkways and/or public sidewalks and shall meet the development standards to the greatest extent practicable as determined by the Community Development Coordinator. Section 4. 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 5. 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 6. 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 7. Notice of the proposed enactment of this Ordinance has been properly advertised in a newspaper of general circulation in accordance with applicable law. Section 8. This ordinance shall take effect immediately upon adoption. 9 Ordinance No. 9726-23 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: November 21, 2023 AGENDA ITEM: F.1 CASE: TA2023-10003 ORDINANCE NO.: 9726-23 REQUEST: To amend the Community Development Code to revise Section 6- 109 Termination as a Status of Nonconformity to add criteria for nonconforming structures due to setbacks and Appendix C. Downtown District and Development Standards to revise the Tier 1 Public Amenities Incentive Pool Criteria and add governmental uses to Flexibility Provisions. INITIATED BY: City of Clearwater, Planning and Development Department BACKGROUND: The proposed amendments were identified by staff as opportunities to provide additional flexibility in and clarification of existing provisions. ANALYSIS: Proposed Ordinance No. 9726-23 adds criteria for nonconforming structures requesting terminations of status as a nonconformity due to setbacks and modifies Appendix C. Downtown District and Development Standards to revise the Tier 1 Public Amenities Incentive Pool Criteria and add governmental uses to the General Flexibility Provisions. These amendments were initiated by staff to provide clarification of provisions as well as add flexibility. The following is a discussion of the proposed amendments. Section 6-109. - Termination of Status as a Nonconformity This section is being amended to expand the termination provisions to apply to nonconforming setbacks. Specifically, the amendment allows the reconstruction of terminated nonconforming setbacks provided certain criteria are met. As part of this amendment the existing subsections are Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – November 21, 2023 TA2023-10003 – Page 2 being rearranged creating new Subsections C, D, and E; however, there are no changes to the language within these subsections other than updated section references. Table 1. Tier 1 Public Amenities Incentive Pool Criteria This section is being amended to clarify bonus density incentives that were established earlier this year. There are currently two density bonus provisions available for residential development. It was not the intent for these bonuses to be stacked and used on the same project; therefore, this has been modified to make this clear. There is also a density bonus available for providing streetscaping that is being updated to identify specific streets that would be eligible for this bonus. There are several streets in Downtown that are owned by the Florida Department of Transportation (FDOT) where substantive changes for streetscaping may not be approved; therefore, these streets have been omitted from eligibility for this bonus. In addition, there are several smaller streets where there is not sufficient room within the right- of-way to add streetscaping and these roads have also been omitted from eligibility. A reference to Complete Street is being to offer suggestions for what improvements or enhancements can be made to qualify for this bonus. Section C-803. - Flexibility Provisions This section is being amended to add governmental use to the list of uses eligible to utilize the flexibility provisions available within Downtown. Government buildings may have unique characteristics or needs that do not lend themselves to typical office buildings thereby creating a need for flexibility to accomplish the desired outcome. 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. A review of the Clearwater Comprehensive Plan identified the following goals, objectives, and policies which will be furthered by the proposed Code amendments: Goal A.6 The City of Clearwater shall utilize innovative and flexible planning and engineering practices, and urban design standards in order to protect historic resources, ensure neighborhood preservation, redevelop blighted areas, and encourage infill development. Policy A.6.1.8 The City shall continue to support and implement approved community redevelopment area plans, such as the Clearwater Downtown Redevelopment Plan adopted in 2004. Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – November 21, 2023 TA2023-10003 – Page 3 Policy A.6.8.8. Design and construct pedestrian-oriented streets to include continuous tree- lined sidewalks buffered from traffic by on-street parking and/or landscaping and that include pedestrian amenities such as benches, trash receptacles, bus shelters and lighting. Objective C.1.1 Assure an adequate supply of housing in Clearwater by providing for additional new dwelling units in a variety of types, costs, and locations to meet the needs of the residents of the City of Clearwater. Proposed Ordinance No. 9726-23 is consistent with the Clearwater Comprehensive Plan as evidenced by the goal, objective, and policies identified above. Amending the Termination of Status as a Nonconformity to provide an innovative opportunity to property owners to terminate a nonconformity due to setbacks gives them more flexibility when the structure is rebuilt. Flexibility is also created for governmental uses to develop within Downtown. Amending the Public Amenities Incentive Pool Criteria to provide clarification regarding opportunities for bonus densities for residential development and streetscaping on identified streets establishes clear direction for use of these bonus densities and identifies streets that could benefit from streetscaping improvements. Additionally, these amendments work toward implementation of the Clearwater Downtown Redevelopment Plan which established the Public Amenities Incentive Pool and contains guiding principles of pedestrian and urban design. 2. The proposed amendments further the purposes of the Community Development Code and other City ordinances and actions designed to implement the Plan. The proposed text amendments will further the purposes of the CDC in that it will be consistent with the following purposes set forth in CDC Section 1-103: ▪ It is the purpose of this Development Code to implement the Comprehensive Plan of the city; to promote the health, safety, general welfare and quality of life in the city; to guide the orderly growth and development of the city; to establish rules of procedure for land development approvals; to enhance the character of the city and the preservation of neighborhoods; and to enhance the quality of life of all residents and property owners of the city (Section 1-103.A., CDC). ▪ It is the purpose of the Community Development Code to create value for the citizens of the City of Clearwater by allowing property owners to enhance the value of their property through innovative and creative redevelopment (Section 1-103.B.1., CDC). ▪ It is the further purpose of this Development Code to enumerate density, area, width, height, setback, coverage and like requirements for each district, and make appropriate distinctions between categories of use within districts, based on the general purposes of this article, the Comprehensive Plan, and existing and desired community characteristics. (Section 1-103.E.11, CDC) Planning & Development Department Community Development Code Text Amendment Long Range Planning Division Community Development Board – November 21, 2023 TA2023-10003 – Page 4 The amendments proposed by this Ordinance will further the above referenced purposes of the Community Development Code. Providing additional flexibility to support the inclusion of governmental uses in Downtown and allowing property owners to rebuild their structure as it currently exists by terminating the nonconformity due to setbacks leads to opportunities for enhanced property value and quality of life. Providing additional clarification on the bonus densities offered through the Public Amenities Incentive Pool will ensure there is clear direction and consistent use of the density bonuses offered for residential development and streetscaping in Downtown. As such, proposed Ordinance No. 9726-23 furthers the purposes in the CDC. 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. Based upon the above, the Planning and Development Department recommends APPROVAL of Ordinance No. 726-23 that amends the Community Development Code. Prepared by Planning and Development Department Staff: Jayme Lopko AICP Long Range Planning Manager ATTACHMENTS: Ordinance No. 9726-23 Resume Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1473 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Overview of the City’s implementation of the Live Local Act’s zoning preemptions. (WSO) SUMMARY: On March 29, 2023, Governor Ron DeSantis signed Senate Bill (SB) 102, the Live Local Act, to provide developers with incentives to construct affordable and workforce housing throughout the State of Florida, with the aim of helping people live within the communities they work. The 95-page bill creates a multitude of new programs and incentives in the form of funding and tax credits, affordable housing tax exemptions, and various local government preemptions. This agenda item focuses on the zoning incentives which preempt local government regulations to allow for streamlined development of affordable multi-family rental housing in commercial, industrial, and mixed-use zoned areas under certain circumstances. Because the Live Local Act is written in broad terms and requires interpretations of the Act's provisions and how local regulations and procedures apply, Planning and Development, in conjunction with the City Attorney's office, is opting to provide written interpretations in lieu of amending the land development regulations at this time. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Implementation of the Live Local Act supports two of the city’s strategic priority areas - Economic & Housing Opportunity and Community Well Being - by implementing one of the state of Florida’s housing programs aimed at increasing the supply of affordable housing through the clarification of local processes and development standards. Page 1 City of Clearwater Printed on 11/28/2023 To: Gina Clayton, Planning & Development Director From: Lauren Matzke, Planning & Development Assistant Director Date: November 15, 2023 Re: Senate Bill 102: Live Local Act & Other Affordable Housing Legislation In recent years, the Florida Legislature has taken several steps to address the state’s housing affordability crisis. The most recent legislation is Senate Bill 102, the Live Local Act, which was approved by Governor DeSantis on March 29, 2023, and became law on July 1, 2023. The Live Local Act refines prior statutory changes made through House Bill 1339 (2020) and Senate Bill 962 (2022) that sought to streamline the approval process for income-restricted affordable housing projects (see Section 166.04151(6), Florida Statutes (F.S.)). In addition, the Live Local Act preempts a local government’s ability to regulate zoning, density and height for certain multi- family and mixed-use affordable housing developments. These new provisions are found in Section 166.04151(7), F.S. The primary focus of this memo is to provide guidance on the city of Clearwater’s process for implementation of the Live Local Act to prospective applicants and other interested parties, for which a summary of development standards and approval processes is provided at the end. The memo also provides a brief overview of the other affordable housing provisions that preceded, but were also modified by, the Live Local Act. The information within is aggregated from materials made available by the Florida Housing Coalition, Florida Attorney General’s Office, Florida Chapter of the American Planning Association, and Florida League of Cities. City of Clearwater Community Development Code Overview The city’s Community Development Code (the “CDC” or “Code”) differs from most communities in that it is a performance-based code which prescribes “flexibility” for certain uses or development standards (e.g., lot size, setbacks, parking). That flexibility varies by zoning district and, when available, additional criteria must be met. Some flexibility may be requested through an administrative process, while other flexibility requires a public hearing. Article 4, Division 3 of the city’s Code establishes the approval process for the city’s “Level One” applications which are administrative reviews where authority to approve or deny an application is granted to the Community Development Coordinator (i.e., Planning & Development Director). 2 A Level One Minimum Standard Development application, sometimes referred to as a BCP, can proceed to the submittal of a building construction permit application without a separate site plan review process. Level One Flexible Standard Development applications, or FLS applications, are reviewed by the city’s Development Review Committee (DRC) first, and that committee makes a recommendation to the Community Development Coordinator. DRC meetings are open to the public, but no public comment is taken. Additional information is provided later in this memo regarding how the city will apply its “flexible” code to eligible projects pursuant to the Live Local Act. Live Local Act Overview The Live Local Act entitles eligible affordable housing rental projects to certain use, density and height standards and such projects must be approved administratively. To be eligible, a project must meet the following criteria: 1. Be in an area zoned for commercial, industrial, or mixed-use. 2. Be a multi-family or mixed-use rental development. 3. At least 40% of the residential units must be affordable1 to households up to 120% area median income (AMI) for a period of at least 30 years. 4. If mixed-use, at least 65% of the total square footage must be residential. Affordable housing projects meeting these criteria are entitled to the following: 1. Use: Permitted to build multi-family or mixed-use rental projects on any land zoned for commercial, industrial, or mixed-use without a zoning change. 2. Density: Permitted the same density as the highest residential density allowed in the city where residential development is permitted. 3. Height: Permitted the same building height as what is currently allowed for a residential or commercial project within one mile of the proposed development, or three stories, whichever is higher. 4. Parking: Required off-street parking may be reduced if a project is located within one-half mile of a major transit stop.2 While these entitlements are granted by statute, the city’s other Community Development Code standards continue to apply, including setbacks, minimum parking requirements, concurrency, 1 Affordable as defined in Section 420.0004, F.S. 2 Live Local Act requires municipalities to “consider reducing parking requirements” within ½-mile of a “major transit stop” which is not defined by the Live Local Act or currently defined in the city’s Community Development Code (emphasis added). 3 etc. Provided these other regulations are met, the Live Local Act requires an eligible project to be approved administratively. Live Local in Clearwater The Live Local Act preempts certain regulations for all municipalities and therefore is written in broad terms, relying on local governments to provide additional guidance to the development community and residents. This also necessitates interpretations of the Act’s provisions and how local regulations and procedures apply. Tables 1 and 2 summarize the Live Local entitlements, as well as applicable approval processes and key development standards by city eligible zoning district for each Live Local use (multi- family, in Clearwater called attached dwellings, and mixed-use). A more detailed description of the processes and standards follows the tables. The city’s Community Development Code Article 8. Definitions and Rules of Construction define the following terms which are pertinent to Live Local projects: • Dwelling, attached means a dwelling unit that shares common walls with at least one other dwelling unit. [Within this memo, this is referred to more commonly as attached dwellings.] • Mixed use means a combination of residential and non-residential uses on a single property. [Illustrated in Figure 1] • Density means the measure of permitted residential development expressed as a maximum number of dwelling units per gross acre of land. • Floor area ratio (FAR) means a measurement of the intensity of building development on a site. A floor area ratio is the relationship between the gross floor area on a site and the gross land area. The FAR is calculated by adding together the gross floor area of all buildings on the site and dividing by the gross land area. [illustrated in Figure 2] Figure 2 Mixed-Use Development Figure 1 Floor Area Ratio (FAR) 4 Eligible Live Local projects may be located within the following zoning districts (i.e., those zoned for commercial, industrial, or mixed-use3). • Commercial (C) • Tourist (T) • Downtown (D) • US 19 • Industrial, Research & Technology (IRT) Table 1 Live Local Eligible Project - Multi-Family (Attached Dwellings) Use (Min. 40% Affordable Rental Units for 30 Years) 3 Determination of mixed-use districts in Clearwater informed by State of Florida Attorney General’s opinion letter dated July 20, 2023. Eligible Zoning Districts Commercial Tourist Downtown US 19 Industrial, Research & Technology Live Local Entitlements Density Height Approval Process BCP and/or FLS FLS2 FLS3 BCP/FLS4 BCP/FLS4 FLS2 Currently Permitted Use (Y/N)No Yes Yes Yes No Flexible Standard Devt. (FLS) Standards Min. Lot Area (SF)15,000 10,000 None None 15,000 Min. Lot Width (ft.)150 100 None None 150 Front Setback (ft.)25 min.10-15 min. Based on Frontage Type Based on street Frontage Type 25 min. Side Setback (ft.)10 min.10 min.Based on Frontage Type Based on street Frontage Type 10 min. Rear Setback (ft.)5 10-15 min.10-20 min.Based on Frontage Type Based on street Frontage Type 10-15 min. Off-Street Parking 2 per unit6 2 per unit6 1 per unit 1.5 per unit6 2 per unit6 Notes: 4. Currently permitted in zoning district as Level One Minimum Standard Development (BCP) use and Level One Flexible Standard Development (FLS) use. May continue to request flexibility, if available in the district, through FLS application. 75 units per acre1 Highest currently allowed via Minimum Standard (BCP) or Flexible Standard (FLS) Development for commercial or residential development within 1 mile of proposed eligible project, or three stories, whichever is higher. If requesting height only available through FLS application, must meet the applicable criteria for increased height. Height transitions established in Downtown and US 19 Districts apply. 2. Not currently permitted in zoning district. Level One Flexible Standard Development (FLS) application required. May request flexibility (must meet criteria for attached dwellings in the High Density Residential (HDR) District in Section 2-503.B). 3. Currently permitted in zoning district as Level One Flexible Standard Development (FLS) use. May continue to request existing flexibility (must meet criteria for attached dwellings in Section 2-802.C). 5. The Building Code may require the rear setback on a waterfront lot to be at least 18 feet from a seawall. 6. May request reduction to 1.25 spaces per unit for certified affordable housing units where project is within 1/2-mile (2,640 feet) of a transit stop providing service at a frequency of 30-minute or more frequent service during peak hours and 60-minute or more frequent service during off-peak hours. When reduced, must provide 0.5 long-term bike parking spaces per unit for which the parking ratio is reduced, unless private garages are provided. Market rate units must meet minimum parking standard for attached dwellings. 1. Restrictions to density on parcels in the Downtown (D) District designated with the Neighborhood Infill Frontage (Appendix C, Figure 2. Regulating Plan - Street Types & Key Corners) 5 Table 2 Live Local Eligible Project - Mixed-Use Project (Min. 65% Total SF Used for Residential & Min. 40% Affordable Rental Units for 30 Years) Future Land Use & Density Multi-Family Residential Density (Residential Only Projects) The Central Business District (CBD) future land use category, which is applied to parcels comprising the city’s Downtown, establishes residential density at a maximum of 75 units per acre by right within the Eligible Zoning Districts Commercial Tourist Downtown US 19 Industrial, Research & Technology City & Live Local Entitlements Density Intensity (FAR) for Non- Residential Uses Mixed-Use Calculation (CDC Section 3-902.F) Proportionate Share Proportionate Share Proportionate Share; Vertical Mixed-Use Exempt Proportionate Share; Vertical Mixed-Use Exempt Proportionate Share Height City Approval Process BCP and/or FLS BCP/FLS2 FLS3 BCP/FLS4 BCP/FLS4 FLS5 Currently Permitted Use (Y/N)Yes Yes Yes Yes No Minimum Standard Devt. (BCP) Min. Lot Area (SF)10,000 –None None – Min. Lot Width (ft.)100 –None None – Front Setback (ft.)25 min.–Based on Frontage Type Based on Frontage Type – Side Setback (ft.)10 min.–Based on Frontage Type Based on Frontage Type – Rear Setback (ft.)20 min.–Based on Frontage Type Based on Frontage Type – Off-Street Parking 2 per unit6 + parking required for specific use(s)7 – 1 per unit + parking required for specific use(s) 1.5 per unit + parking required for specific use(s)– Flexible Standard Devt. (FLS) Min. Lot Area (SF)5,000-10,000 5,000-10,000 None None 5,000-10,000 Min. Lot Width (ft.)50-100 50-100 None None 50-100 Front Setback (ft.)25 min.0-15 min.Based on Frontage Type Based on Frontage Type 25 min. Side Setback (ft.)0-10 min.0-10 min.Based on Frontage Type Based on Frontage Type 0-10 min. Rear Setback (ft.)10-20 min.10-20 min.Based on Frontage Type Based on Frontage Type 10-20 min. Off-Street Parking 2 per unit6 + parking required for specific use(s)7 2 per unit6 + parking required for specific use(s)7 1 per unit + parking required for specific use(s) 1.5 per unit6 + parking required for specific use(s) 2 per unit6 + parking required for specific use(s)7 Notes: 4. Certain nonresidential uses are permitted in zoning district as Level One Minimum Standard Development (BCP) use or Level One Flexible Standard Development (FLS) use. Process will depend on selected use(s). May continue to request flexibility, if available in the district, through FLS application. 5. Not currently permitted in zoning district. Level One Flexible Standard Development (FLS) application required, may request flexibility (must meet criteria for mixed- use project in the Commercial (C) District in Section 2-703.L). 6. May request reduction to 1.25 spaces per unit for certified affordable housing units where project is within 1/2-mile (2,640 feet) of a transit stop providing service at a frequency of 30-minute or more frequent service during peak hours and 60-minute or more frequent service during off-peak hours. When reduced, must provide 0.5 long-term bike parking spaces per unit for which the parking ratio is reduced, unless private garages are provided. Market rate units must meet minimum parking standard for attached dwellings. 7. Minimum off-street parking requirement for any nonresidential use provided based on the parking standards established in the Commercial (C) District Table 2-703. Flexible Standard Development Standards. Applicable flexibility criteria for any reduction in parking, if requested, shall apply. 2. Currently permitted in zoning district as Level One Minimum Standard Development (BCP) use and a Level One Flexible Standard Development (FLS) use. May continue to request existing flexibility (must meet criteria for mixed-use projects in Section 2-703.L). 3. Currently permitted in zoning district as Level One Flexible Standard Development (FLS) use. May continue to request existing flexibility (must meet criteria for mixed- use projects in Section 2-803.P). 1. Restrictions to density on parcels in the Downtown (D) District designated with the Neighborhood Infill Frontage (Appendix C, Figure 2. Regulating Plan - Street Types & Key Corners) 75 units per acre1 Based on the underlying future land use category Highest currently allowed via Minimum Standard (BCP) or Flexible Standard (FLS) Development for commercial or residential development within 1 mile of proposed eligible project, or three stories, whichever is higher. If requesting height only available through FLS application, must meet the applicable criteria for increased height. Height transitions established in Downtown and US 19 Districts apply. 6 Downtown Core Character District, pursuant to the Clearwater Downtown Redevelopment Plan. This is the maximum residential density established in the city and therefore will be the density permitted for eligible projects. The density restrictions established in the Downtown (D) District for projects located on streets designated with the Neighborhood Infill Frontage (Appendix C, Figure 2. Regulating Plan - Street Types & Key Corners) shall not apply. Mixed-Use Residential Density & Intensity A proportionate share of residential density (units per acre) and non-residential intensity (floor area ratio or FAR) established by the consistent underlying future land use category shall be used for eligible mixed- use projects, pursuant to CDC Section 3-902.F. Vertical mixed-use projects in the Downtown (D) District may utilize their full residential density and non-residential intensity. Affordable Housing Density Bonus (Existing City Bonus) Eligible projects availing themselves of the density “bonus” provided though the Live Local Act will not be permitted to also utilize the city’s affordable housing density bonus set forth in CDC Section 3-920. Allowable Height The Live Local Act states that the city may not restrict height below the highest currently allowed for either commercial or residential development within city limits and within one mile of an eligible project, or three stories, whichever is higher. Community Development Code Article 2. Zoning Districts sets forth maximum permitted heights for the majority of the city’s zoning districts. Heights for projects in the Downtown (D) or US 19 Districts are found in Appendix B or Appendix C, respectively. The city’s Beach by Design plan governs certain properties on Clearwater Beach. Maximum permitted heights range from 30 feet in many residential districts to unlimited height for properties in the Downtown Core Character District. The city will utilize the eligible project’s property boundary to establish a one-mile buffer. This buffer will be used to determine which zoning district(s) are located within one mile of the project and the maximum allowable height permitted in those districts as either a Minimum Standard Development (BCP) or Flexible Standard Development (FLS); however, projects seeking to utilize greater heights that may be available through an FLS request must meet the flexibility criteria for additional height (e.g., additional height results in an improved site plan, landscaping areas in excess of the minimum required or improved design and appearance). Process for Approval & Applicable Development Standards The Live Local Act states that projects that meet the eligibility criteria as established in the act and that satisfy the municipality’s land development regulations for multi-family developments in areas zoned for such use and are otherwise consistent with the comprehensive plan must be approved administratively. This allows residential and mixed-use projects in zoning districts where development standards are not already established. In such circumstances, the standards for attached dwellings in the High Density Residential (HDR) District will apply to residential only projects, and the standards for mixed-use projects in the Commercial (C) District will apply to those projects. 7 Additionally, in keeping with the spirit of the Live Local Act, the city does not want to “penalize” projects utilizing the Live Local Act entitlements if the project would otherwise be eligible to apply as a Level One Minimum Standard Development (BCP) or Level One Flexible Standard Development (FLS) project, both of which are administrative approvals. The city will permit requests for flexibility to those standards for which it is available through an FLS application, but the project must meet the applicable flexibility criteria. Commercial (C) District Projects Multi-family (attached dwellings) projects are not currently permitted in the Commercial (C) District; therefore, projects shall comply with the standards in the High Density Residential (HDR) District and requests will be processed as Flexible Standard Development (FLS) applications and will be reviewed by the DRC prior to a final decision by the Community Development Coordinator. Mixed-use projects are currently both minimum standard and flexible standard uses and will follow the appropriate approval process based on whether or not flexibility is being requested. Tourist (T) District Projects The city’s Tourist (T) District does not have any Minimum Standard Development (BCP) uses; however, both attached dwellings and mixed-use projects may be permitted through a Flexible Standard Development (FLS) application and will be reviewed by the DRC prior to a final decision by the Community Development Coordinator. Downtown (D) District & US 19 Projects Multi-family (attached dwellings) projects are currently permitted in the Downtown (D) and US 19 Districts as a Minimum Standard Development (BCP) use when all applicable development standards are met and as a Flexible Standard Development (FLS) use if flexibility is requested. The city will utilize the same processes for eligible projects, requiring DRC review prior to a final decision by the Community Development Coordinator only when flexibility in meeting design standards is being requested. While neither the Downtown (D) nor US 19 Districts specifically include “mixed-use” use in their use tables (see Appendix B, Table 2. Use & Off-Street Parking and Appendix C, Table 1. Use & Off-Street Parking, respectively), the Districts’ are intended to be mixed-use areas. The applicable approval process for non- residential uses varies by use. The city will utilize the same processes for eligible Live Local projects. For those requesting flexibility for the design standards or those for which a Flexible Standard Development (FLS) application is required for the non-residential component, DRC review prior to a final decision by the Community Development Coordinator will be required. Industrial, Research & Technology (IRT) District Projects Neither multi-family (attached dwellings) or mixed-use projects are permitted in the Industrial, Research & Technology District through a Level One application; therefore, requests to construct Live Local projects this district will be processed as a Flexible Standard Development (FLS) application and will be reviewed by the DRC prior to a final decision by the Community Development Coordinator. Multi-family projects shall meet the standards of the High Density Residential (HDR) District, and mixed-use projects will meet the Commercial (C) District standards. 8 Parking Reductions The Live Local Act requires local governments to “consider” reduced parking for eligible projects within one-half mile (2,640 feet) of a “major transit stop”, which, as previously noted, is not a defined term in the city’s Community Development Code or by the act. The city has already established parking reductions for projects utilizing the city’s existing affordable housing bonus for two situations, pursuant to CDC Section 3-920.B: 1. Within 1,000 feet of a transit stop, parking may be reduced to between 1.5 and 1 space(s) per unit if affordable housing units are designated for senior citizens or disabled persons; or 2. Within 1,500 feet of a transit stop with 30-minute or more frequent service during peak hours and 60-minute or more frequent service during off-peak hours, parking may be reduced to 1.25 spaces per unit for all other affordable housing projects. Those attached dwellings that receive the existing affordable housing bonus and receive reductions in required off-street parking must provide 0.5 long-term bike parking spaces per unit for which the number of parking spaces is reduced unless private garages are provided for the attached dwelling units. In keeping with the spirit of the Live Local Act, the city will permit eligible projects to reduce off-street parking to 1.25 parking spaces per certified affordable unit provided within one-half mile (2,640 feet) of a transit stop that provides the transit level of service (frequency) defined in scenario two above. Market rate units within an eligible project must continue to meet the minimum parking standard for attached dwellings pursuant to the applicable zoning district or as stated in Tables 1 and 2. When a reduced parking ratio is provided, long-term bike parking shall be provided at a ratio of 0.5 long- term bike parking spaces per unit for which the parking ratio is reduced, unless private code-compliant garages are provided for the unit. Fences The city’s maximum fence height and other fence design standards found in CDC Article 3, Division 8 shall continue to apply. Landscaping & Trees The city’s landscaping and tree protection standards found in CDC Article 3, Division 12 shall continue to apply. Opportunities in Clearwater Ultimately, the Live Local Act applies in five zoning districts, permitting residential density in areas where it is not currently allowed. Because of the nature of these zoning districts, they are primarily located along or near arterial or collector streets, on which PSTA has located several of its bus routes. Overall, the Live Local “eligible” zoning districts comprise approximately 3,286 acres of land (22.5% of the city) and 10,150 parcels. Of those parcels, only 743 are vacant (as of November 2023). Figures 3 and 4 show all parcels (vacant and otherwise) where Live Local projects could be constructed in the city. 9 Figure 3 Live Local Eligible Zoning Districts, Western Half of Clearwater 10 Figure 4 Live Local Eligible Zoning Districts, Eastern Half of Clearwater 11 Additional Legislative Incentives for Affordable Housing (HB 1339 & SB 962) Section 166.04151(6), F.S., allows a local government to approve any residential or mixed-use residential development on any parcel zoned for commercial or industrial use as long as 10% of the housing units are set aside for affordable housing, regardless of any zoning or other regulations that are in place. This section was amended through the Live Local Act to remove parcels zoned for residential use (among other changes made in 2023). While this streamlined approach is authorized, it is not required by the Statute, nor does the Statute dictate an administrative approval process like it does for Live Local Act projects. Although the city of Clearwater does not permit residential uses within the Commercial (C) or Industrial, Research & Technology (IRT) Districts by right, the city has established the Comprehensive Infill Redevelopment Project use (often called “Comp Infill”) in the Code which may be used by applicants wishing to construct affordable housing projects in either of these districts, including those that meet the 10% set-aside requirements. Projects must meet the applicable Comp Infill criteria which address a myriad of items including, but not limited to, consistency with the city’s Comprehensive Plan and Code; not impeding the normal and orderly development and improvement of surrounding properties; and compliance with one or more stated objectives including the provision of affordable housing. In both zoning districts, Comp Infill projects require a Level Two Flexible Development application (referred to as an FLD application). Level Two applications require review by the DRC, which makes a recommendation regarding project approval. The authority for approval or denial is granted by the Code to the city’s Community Development Board. Although this means that a public hearing is required, a future land use change and rezoning are not also required. This streamlines the process time that typically takes around six months for the map amendments to as little as three months for site plan review only, provided the FLD applications are complete, sufficient, and timely submitted according to city processes. Comparison of Two “Tools” The Florida Legislature has created two different tools through which the process for permitting affordable housing projects in commercial or industrial districts is “streamlined” in that no additional future land use or zoning changes are required (consistency addressed through legislation). It is likely that these provisions may evolve in future legislative sessions. The requirement and process vary, and thus different parties may choose to utilize one provision over another. However, both provide options to incentivize the inclusion of affordable units within projects, consistent with the city’s previous policy direction incentivizing mixed-income projects. 12 The Florida Housing Coalition prepared the following summaries (design modified for this memo) that compare the Live Local Act (SB 102) and the existing tools for affordable housing as originally established through HB 1339 (2020) and amended by SB 102. These are provided for reference only. Table 3 Comparison of Live Local & HB 1339, as Amended 166.04151(6), F.S. HB 1339 Tool, as Amended 166.04151(7), F.S. New Live Local Tool Local Discretion Yes Not for use, density, or height Eligible Zones Commercial or industrial Commercial, industrial, or mixed-use Types of Development Any multi-family or mixed-use residential project (rental or ownership) Multi-family rental or mixed-use rental Affordability Requirement At least 10% of the units must be affordable At least 40% of the units must be affordable for 30 years Local Authority Discretion to regulate in any manner Preempted on certain standards regarding use, height, or density; All other state and local laws apply Commercial, industrial, or mixed-use zone 40% - 100% Affordable + Rental Live Local Preemption 166.04151(7) 10% - 39.9% Affordable + Rental or Ownership + Any Project Not Covered by Sub. (7) "HB 1339" Discretionary Approval 166.04151(6) Senate Bill 102 Live Local Act Implementation in the City of Clearwater City Council Work Session Dec. 4, 2023 Live Local Eligible Projects Commercial, Industrial or Mixed-Use Zones Multi-Family or Mixed-Use Rental Residential Only Projects: 40%+ Units Affordable for Households 120% AMI or Less, 30 Years Mixed-Use Projects: 65% + Square Footage Residential Use Local Government Preemptions Density Height Clearwater Zoning Districts Clearwater Density Highest Allowed Density in City Established for Downtown Core (Central Business District) at 75 Dwelling Units Per Acre Clearwater Height Sample Site: 13 Zoning Districts Within 1 Mile Buffer Downtown (South Gateway) Permits 55 Feet Commercial District Downtown South Gateway Administrative Approval Minimum Standard Development (BCP) Building Permit Without Separate Site Plan Approval Flexible Standard Development (FLS) Defined Type(s) of Flexibility Available Site Plan Review by Development Review Committee, Community Development Coordinator May Approve Approval Process Residential Only Project: BCP in Downtown or US 19 if No Flexibility Requested FLS in Commercial, Tourist & Industrial, Research and Technology (IRT) Districts Mixed-Use Project: BCP in Commercial District BCP/FLS in Downtown or US 19 Based On Nonresidential Use FLS in Tourist & IRT Districts Parking Reductions (Optional in Act) 1.25 Car Parking Spaces Per Affordable Unit Within ½-Mile of “Major” Transit Stop 0.5 Spaces Long-Term Bike Parking Per Reduced Car Space Market Rate Residential & Nonresidential Uses Normal Parking Other Legislative Incentives No Land Use Amendment or Rezoning Required if 10%+ Affordable Units CDB Approval of Site Plan Before Building Permit Council Strategic Plan Questions? Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1429 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Authorize a purchase order to Hewlett-Packard Enterprise, of Spring, TX, for the equipment lease of desktops, laptops, and tablet computers in an amount not-to-exceed $1,490,000, for the term of December 1, 2023 through June 30, 2025, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: The benefits of leasing include operational savings for asset acquisition, maintenance, improved efficiency in user support and asset management, improved security for city systems and network, and improved performance for system users. There are approximately 1,200 desktops and 750 laptop/tablet computers within the City. The City’s computers are upgraded on a three-year cycle, changing out approximately one-third of the equipment annually. Each lease agreement is for a three-year term and covers one-third of all equipment. All lease terms and conditions are established in the State of Florida Contract No. 43210000-23-NASPO-ACS. The Contract is available to piggyback in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback valid through June 30, 2025. Shipping costs are included in the contract as well as end-of-life disposition of the equipment. The State Contract includes a value-added enhancement - the Self-Maintainer Program - which enables City staff to be trained at no additional costs. Trained staff functions as Hewlett-Packard certified technicians to expedite diagnostic and resolution actions. Hewlett- Packard tracks and reimburses for these services for every 15 minutes of work performed. APPROPRIATION CODE AND AMOUNT: Quarterly payments are budgeted in the Information Technology annual operating budget. Costs are prorated to all departments based upon their respective computer counts through the Administrative Services fund chargeback for Information Technology services. Funds are available in cost code 5559862-544500, Computer Equipment Rental, to fund this contract. High Performance 1.2, 1.3 and 1.4 Economic & Housing Opportunity 2.3 Environmental Stewardship 4.4 Page 1 City of Clearwater Printed on 11/28/2023 DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 Department of MANAGEMENT SERVICES I We serve those who serve Florida Alternate Contract Source (ACS) No. 43210000-23-NASPO-ACS For Computer Equipment, Peripherals, and Related Services This Alternate Contract Source No. 43210000-23-NASPO-ACS Computer Equipment, Peripherals, and Related Services (Contract), is between the Department of Management Services (Department), an agency of the State of Florida (State), located at 4050 Esplanade Way, Tallahassee, FL 32399 and HP, Inc. (Contractor), located at 1501 Page Mill Road, Palo Alto, CA 94304 collectively referred to herein as the "Parties." WHEREAS, the Department is authorized by section 287.042(16), Florida Statutes: To evaluate contracts let by the Federal Government, another state, or a political subdivision for the provision of commodities and contract services, and, if it is determined by the Secretary of Management Services in writing to be cost-effective and the best value to the state, to enter into a written agreement authorizing an agency to make purchases under such contract; WHEREAS, the State of Minnesota (Lead State), competitively procured computer equipment, peripherals and related Services and executed Contract No. 23011, NASPO ValuePoint Computer Equipment, Peripherals & Related Services (Master Contract), with the Contractor; WHEREAS, the Secretary evaluated the Master Contract and determined that use of the Master Contract is cost-effective and the best value to the state. NOW THEREFORE, in consideration of the mutual promises contained herein, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. Term and Effective Date. The Master Contract became effective July 1, 2023, and its term currently ends on June 30, 2025.The Master Contract has an additional 36 months, in increments as determined by the Lead State, through a duly executed amendment of renewals available. The Contract will become effective on November 1, 2023 or on the date signed by all Parties,whichever is later. The Contract will expire on June 30, 2025 unless terminated earlier or renewed in accordance with Exhibit B, Special Contract Conditions. 2. Scope This Contract includes the entire scope of the products and services available through the Master Contract. The Contractor is authorized through the Master Contract to sell desktops, Page 1 of 3 DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 Alternate Contract Source (ACS) No. 43210000-23-NASPO-ACS For Computer Equipment, Peripherals, and Related Services laptops, tablets, ruggedized devices, and other commodities related to computer equipment purchases in product Band I - Personal Computer Devices — Windows Operating Systems, and product Band 11 — Personal Computer Devices - Non-Windows Operating Systems. 3. Order of Precedence. This Contract document and the attached exhibits constitute the Contract and the entire understanding of the Parties. Exhibits A, B, and C, and this Contract document constitute the Participating Addendum to the Master Contract and modify or supplement the terms and conditions of the Master Contract. All exhibits listed below are incorporated by reference into, and form part of,this Contract. In the event of a conflict, the following order of precedence shall apply: a) This Contract document b) Exhibit A: Additional Special Contract Conditions c) Exhibit B: Special Contract Conditions d) Exhibit C: Price Sheet e) Exhibit D: Master Contract (including any amendments made prior to the effective date of this Contract and any subsequent amendments added to this Contract in accordance with the Modifications Section listed below) Where the laws and regulations of a state other than the State of Florida are cited or referenced in the Master Contract, such citation or reference shall be replaced by the comparable Florida law or regulation. 4. Purchases off this Contract. Upon execution of this Contract, agencies, as defined in section 287.012, Florida Statutes, may purchase products and services under this Contract. Any entity making a purchase off of this Contract acknowledges and agrees to be bound by the terms and conditions of this Contract. The Contractor shall adhere to the terms included in any contract or purchase orders issued pursuant to this Contract. 5. Configuration Dollar Limits: The dollar limits identified below are based on a SINGLE computer/system configuration. This is NOT a restriction on the purchase of multiple configurations (e.g., an entity could purchase 10 laptops at $15,000 each, for a total purchase price of$150,000). ITEM CONFIGURATION Band One 15,000 Band Two 15,000 Band Three 1,000,000 Peripherals 30,000 Page 2 of 3 DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 Alternate Contract Source (ACS) No. 43210000-23-NASPO-ACS For Computer Equipment, Peripherals, and Related Services Services Addressed in the Customer specific Purchase Orders. 6. Primary Contacts. Department's Contract Manager: Bradley Beech Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 Telephone: (850) 487-9847 Email: Bradley.Beech(a_dms.fl.gov Contractor's Contract Manager: Debra Lee Director of Contract Sales Management 10300 Energy Drive Spring, Texas 77389 Telephone: 847.537.0344 Email Debra.Lee(a h .com 7. Modifications. Any amendments to this Contract must be in writing and signed by the Parties. If amendments are made to the Master Contract after the effective date of this Contract, the Contractor shall: 1) notify the Department of such amendments; and 2) provided the Department is amenable to incorporating the amendments into this Contract, enter into a written amendment with the Department reflecting the addition of such amendments to this Contract. IN WITNESS THEREOF, the Parties hereto have caused this Contract to be executed by their duly authorized undersigned officials. HP, INC. DEPARTMENT OF MANAGEMENT SERVICES DocuSigned by: cuSigned by: 6sw F/d, a A-U.,,,,d bebovailiFKaiser Oedra7AUende, Secretary 10/24/2023 1 12:41 PM EDT 10/24/2023 1 4:07 PM EDT Date Date Page 3 of 3 DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 Department of MANAGEMENT SERVICES I We serve those who serve Florida EXHIBIT A ADDITIONAL SPECIAL CONTRACT CONDITIONS The Contractor and agencies, as defined in section 287.012, Florida Statutes acknowledge and agree to be bound by the terms and conditions of the Master Contract except as otherwise specified in the Contract, which includes the Special Contract Conditions and these Additional Special Contract Conditions. A. Orders: Contractor must be able to accept the State of Florida Purchasing Card and MyFloridaMarketPlace (MFMP) purchase orders. B. Contractor and Subcontractors, Affiliates, Partners, Resellers, Distributors, and Dealers: By execution of a Contract, the Contractor acknowledges that it will not be released of its contractual obligations to the Department or state agencies because of any failure of an affiliate, partner, subcontractor, reseller, distributor, or dealer. The Contractor is responsible for ensuring that its affiliates, partners, subcontractors, resellers, distributors, and dealers providing commodities and performing services in furtherance of the Contract do so in compliance with the terms and conditions of the Contract. The Contractor is fully responsible for satisfactory completion of all work performed under the Contract. C. Preferred Pricing: This section is intentionally left blank. D. Purchases Prerequisites: Contractor must ensure that entities receiving payment directly from Customers under this Contract must have met the following requirements: Have an active registration with the Florida Department of State, Division of Corporations (www.sunbiz.org), or, if exempt from the registration requirements, provide the Department with the basis for such exemption. Be registered in the MFMP Vendor Information Portal (https://vendor. myfloridamarketplace.com). Have a current W-9 filed with the Florida Department of Financial Services https://fivendor.myfloridacfo.com) E. Punchout Catalog and Electronic Invoicing. The Contractor is encouraged to provide a MFMP punchout catalog. The Contractor will have 90 calendar days to implement a punchout catalog for this Contract. The punchout catalog provides an alternative mechanism for suppliers to offer the State access to Products awarded under the Contract. The punchout catalog also allows for direct communication between the MFMP eProcurement System and a supplier's Enterprise Resource Planning (ERP) system, which can reflect real-time Product inventory/availability information. Through utilization of the punchout catalog model, a Florida buyer will "punch out" to a supplier's website. Using the search tools on the supplier's Florida punchout catalog site, 1 DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 the user selects the desired Products. When complete, the user exits the supplier's punchout catalog site and the shopping cart (full of Products) is "brought back" to MFMP. No orders are sent to a supplier when the user exits the supplier's punchout catalog site. Instead, the chosen Products are "brought back" to MFMP as line items in a purchase order. The user can then proceed through the normal workflow steps, which may include adding/editing the Products (i.e., line items) in the purchase order. An order is not submitted to a supplier until the user approves and submits the purchase order, at which point the supplier receives an email with the order details. The Contractor may supply electronic invoices in lieu of paper-based invoices for those transactions processed through MFMP. Electronic invoices may be submitted to the agency through one of the mechanisms as listed below: 1) EDI (Electronic Data Interchange) This standard establishes the data contents of the Invoice Transaction Set (810) for use within the context of an Electronic Data Interchange (EDI) environment. This transaction set can be used for invoicing via the Ariba Network (AN) for catalog and non-catalog goods and services. 2) PO Flip via AN This online process allows Contractors to submit invoices via the AN for catalog and non-catalog goods and services. Contractors have the ability to create an invoice directly from their inbox in their AN account by simply "flipping" the PO into an invoice. This option does not require any special software or technical capabilities. The Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third-party provider of MFMP, a State contractor, the right and license to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third-party provider the right and license to reproduce and display within MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the Contractor under the Contract. F. Contract Reporting: The Contractor shall provide the Department the following accurate and complete reports associated with this Contract. 1) Contract Quarterly Sales Reports. The Contractor shall submit complete Quarterly Sales Reports to the Department's Contract Manager within 30 calendar days after the close of each State fiscal quarter (the State's fiscal quarters close on September 30, December 31, March 31, and June 30). Reports must be submitted in MS Excel using the DMS Quarterly Sales Report Format, which can be accessed at https://www.dms.myflorida.com/business operations/ purchasing/vendor resources/ quarterly sales report format. Initiation and submission of the most recent version of the Quarterly Sales Report posted on the DMS website is the responsibility of the Contractor without prompting or notification from the Department's Contract Manager. If no orders are received during the quarter, the Contractor must email the DMS Contract Manager confirming there was no activity. Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) DocuSign Envelope ID:226D490E-7654-4AF9-6565-F79581 C5A7135 2) Certified and Minority Business Enterprises Reports. Upon Customer request, the Contractor shall report to each Customer spend with certified and other minority business enterprises in the provision of commodities or services related to the Customer orders. These reports shall include the period covered; the name, minority code, and Federal Employer Identification Number of each minority business enterprise utilized during the period; commodities and services provided by the minority business enterprise; and the amount paid to each minority business enterprise on behalf of the Customer. 3) Ad Hoc Sales Reports. The Department may require additional Contract sales information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit these documents and reports in the format acceptable to the Department and within the timeframe specified by the Department. 4) MFMP Transaction Fee Reports. The Contractor shall submit complete monthly MFMP Transaction Fee Reports to the Department. Reports are due 15 calendar days after the end of each month. Information on how to submit MFMP Transaction Fee Reports online can be located at https://www.dms.myflorida.com/business operations/state /myfloridamarketplacelmf mp vendors/transaction fee and reporting. Assistance with transaction fee reporting is also available by email at feeprocessing(a)myfloridamarketplace.com or telephone at 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. G. Financial Consequences: The Department reserves the right to impose financial consequences when the Contractor fails to comply with the requirements of the Contract. The following financial consequences will apply for the Contractor's non-performance under the Contract. The Customer and the Contractor may agree to add additional Financial Consequences on an as-needed basis beyond those stated herein to apply to that Customer's resultant contract or purchase order. The State of Florida reserves the right to withhold payment or implement other appropriate remedies, such as Contract termination or nonrenewal, when the Contractor has failed to comply with the provisions of the Contract. The Contractor and the Department agree that financial consequences for non-performance are an estimate of damages which are difficult to ascertain and are not penalties. The financial consequences below will be paid and received by the Department of Management Services within 30 calendar days from the due date specified by the Department. These financial consequences below are individually assessed for failures over each target period beginning with the first full month or quarter of the Contract performance and every month or quarter, respectively, thereafter. Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 Financial Consequences Chart Financial Performance Performance Due Consequence for Non- Deliverable Performance/NotMetricDate Received by the Contract Manager Contractor will All Quarterly Sales Completed reports 250 per day late timely submit Reports will be are due on or complete Quarterly submitted timely before the 301h Sales Reports with the required calendar day after information the close of each State fiscal quarter Contractor will All MFMP Completed reports 100 per day late timely submit Transaction Fee are due on or complete MFMP Reports will be before the 151h Transaction Fee submitted timely calendar day after Reports with the required the end of each information month No favorable action will be considered when Contractor has outstanding Contract Quarterly Sales Reports, MFMP Transaction Fee Reports, or any other documentation owed to the Department or Customer, to include fees / monies, that is required under this Contract. H. Business Review Meetings: Both the Department and Customer reserve the right to schedule business review meetings. The Department or Customer may specify the format or agenda for the meeting. At a minimum, the Business Review Meeting may include the following topics: a. Contract compliance b. Contract savings (in dollar amount and cost avoidance) c. Spend reports by Customer d. Recommendations for improved compliance and performance I. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract's term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor's performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A- 1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the vendor's failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. The provisions of subparagraphs 287.058(1)(a)- c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State's Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: 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 DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT 850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: a) Keep and maintain public records required by the public agency to perform the service. 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 in Chapter 119, F.S., or as otherwise provided by law. c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the 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. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor's and subcontractors' data and records that directly relate to the Contract. To the extent necessary to verify the Contractor's fees and Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 claims for payment under the Contract, the Contractor's agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days' notice, during normal working hours and in accordance with the Contractor's facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor's contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida's Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security's (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) DocuSign Envelope ID:226D490E-7854-4AF9-B565-F79581 C5A7135 Exhibit B SPECIAL CONTRACT CONDITIONS JULY 1, 2019 VERSION Table of Contents SECTION 1. DEFINITION...........................................................................................................................2 SECTION 2.CONTRACT TERM AND TERMINATION..................................................................................2 SECTION 3. PAYMENT AND FEES.............................................................................................................3 SECTION 4.CONTRACT MANAGEMENT...................................................................................................4 SECTION 5.COMPLIANCE WITH LAWS....................................................................................................6 SECTION 6. MISCELLANEOUS...................................................................................................................7 SECTION 7. LIABILITY AND INSURANCE...................................................................................................9 SECTION 8. PUBLIC RECORDS,TRADE SECRETS, DOCUMENT MANAGEMENT,AND INTELLECTUAL PROPERTY..............................................................................................................................................10 SECTION 9. DATA SECURITY...................................................................................................................12 SECTION 10.GRATUITIES, LOBBYING,AND COMMUNICATIONS...........................................................13 SECTION 11.CONTRACT MONITORING.................................................................................................14 SECTION 12.CONTRACT AUDITS. ..........................................................................................................15 SECTION 13. BACKGROUND SCREENING AND SECURITY.......................................................................16 SECTION 14.WARRANTY OF CONTRACTOR'S ABI LITY TO PERFORM....................................................17 In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included herein by reference but is superseded in its entirety by these Special Contract Conditions. SP approved version 7-1-2019 1 SP approved version 7‐1‐2019 2 SECTION 1. DEFINITION. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.): 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later. 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S. 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. The Contractor will not resume performance of the Contract or purchase order until so authorized by the Department. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may: (a) immediately terminate the Contract; (b) notify the Contractor of the noncompliance or default, require correction, and specify the date by which the correction must be completed before the Contract is terminated; or (c) take other action deemed appropriate by the Department. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 3 SECTION 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents. 3.2 Price Decreases. The following price decrease terms will apply to the Contract: 3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders; 3.2.2 This section intentionally left blank. 3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed: (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and may be reimbursed only in accordance with section 112.061, F.S. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 4 3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer or Department unless authorized by Florida law. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms of all prior agreements between the Parties on this subject matter. 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager in a manner identified by the Department. 4.3 Department’s Contract Manager. The Department’s Contract Manager, who is primarily responsible for the Department’s oversight of the Contract, will be identified in a separate writing to the Contractor upon Contract signing in the following format: Department’s Contract Manager Name DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 5 Department’s Name Department’s Physical Address Department’s Telephone # Department’s Email Address If the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be identified in a separate writing to the Department upon Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address If the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity. 4.5.1 Office of Supplier Diversity. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. 4.5.2 Diversity Reporting. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 6 AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about RESPECT and the commodities or contractual services it offers is available at https://www.respectofflorida.org. 4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at https://www.pride-enterprises.org. SECTION 5. COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference. 5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives all privileges and rights relating to venue it may have under Chapter 47, F.S., and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to, those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 5.3 Department of State Registration. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 7 Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 5.4 Suspended, Convicted, and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that the Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 8 Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the State of Florida and are not entitled to State of Florida benefits. The Department and Customer will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all its subcontracts under the Contract. 6.4 Inspection and Acceptance of Commodities. 6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s bill of lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. 6.4.2 Rejected Commodities. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor, and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 9 6.7 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(5), F.A.C. SECTION 7. LIABILITY AND INSURANCE. 7.1 Workers’ Compensation Insurance. The Contractor shall maintain workers’ compensation insurance as required under the Florida Workers’ Compensation Law or the workers’ compensation law of another jurisdiction where applicable. The Contractor must require all subcontractors to similarly provide workers’ compensation insurance for all of the latter’s employees. In the event work is being performed by the Contractor under the Contract and any class of employees performing the work is not protected under Workers’ Compensation statutes, the Contractor must provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of employees not otherwise protected. 7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance, including bodily injury, property damage, products, personal and advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from performance of the Contract or completed operations, whether by the Contractor or anyone directly or indirectly employed by the Contractor. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. 7.3 Florida Authorized Insurers. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 10 All insurance shall be with insurers authorized and eligible to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide Certification(s) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured. 7.4 Performance Bond. Unless otherwise prohibited by law, the Department may require the Contractor to furnish, without additional cost to the Department, a performance bond or irrevocable letter of credit or other form of security for the satisfactory performance of work hereunder. The Department shall determine the type and amount of security. 7.5 Indemnification. To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and hold the Customer and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents, subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Customer. The Contract does not constitute a waiver of sovereign immunity or consent by the Customer or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. 7.6 Limitation of Liability. Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department nor the Customer shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order requires the Contractor to back-up data or records), even if the Department or Customer has been advised that such damages are possible. Neither the Department nor the Customer shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department or Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 8.1 Public Records. 8.1.1 Termination of Contract. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 11 The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F. S., made or received by the Contractor in conjunction with the Contract. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: 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 AT THE TELEPHONE NUMBER, EMAIL ADDRESS, AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (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 in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the 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. 8.2 Protection of Trade Secrets or Otherwise Confidential Information. 8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information. If the Contractor considers any portion of materials to be trade secret under section 688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 12 responsible for responding to and resolving all claims for access to Contract-related materials it has designated trade secret or otherwise confidential. 8.2.2 Public Records Requests. If the Department receives a public records request for materials designated by the Contractor as trade secret or otherwise confidential under Florida or federal law, the Contractor will be responsible for taking the appropriate legal action in response to the request. If the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential, the Department will provide the materials to the requester. 8.2.3 Indemnification Related to Confidentiality of Materials. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to this Contract. The Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at the Department of State’s Records Management website. 8.4 Intellectual Property. 8.4.1 Ownership. Unless specifically addressed otherwise in the Contract, the State of Florida shall be the owner of all intellectual property rights to all property created or developed in connection with the Contract. 8.4.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made through performance of the Contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Contract. 8.4.3 Copyrightable Works. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed through performance of the Contract are owned solely by the State of Florida. SECTION 9. DATA SECURITY. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 13 The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day. “Security breach” for purposes of this section will refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after the Contract is executed and during the Contract term. 10.3 Communications. 10.3.1 Contractor Communication or Disclosure. The Contractor shall not make any public statements, press releases, publicity releases, or other similar communications concerning the Contract or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. 10.3.2 Use of Customer Statements. The Contractor shall not use any statement attributable to the Customer or its employees for the Contractor’s promotions, press releases, publicity releases, marketing, corporate communications, or other similar communications, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 14 SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 11.2 Performance Deficiencies and Financial Consequences of Non-Performance. 11.2.1 Proposal of Corrective Action Plan. In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department or Customer determines that there is a performance deficiency that requires correction by the Contractor, then the Department or Customer will notify the Contractor. The correction must be made within a time-frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department or Customer. 11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. If the corrective action plan is unacceptable to the Department or Customer, or implementation of the plan fails to remedy the performance deficiencies, the Department or Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department or Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Department or Customer for the performance deficiencies. 11.3 Performance Delay. 11.3.1 Notification. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 11.3.2 Liquidated Damages. The Contractor acknowledges that delayed performance will damage the Department Customer, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 15 The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay, and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly beyond the Contractor’s reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) calendar days after the cause that created or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers and the Department with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor General also have authority to perform audits and inspections. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 16 12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, the State of Florida’s Chief Financial Officer, or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY. 13.1 Background Check. The Department or Customer may require the Contractor to conduct background checks of its employees, agents, representatives, and subcontractors as directed by the Department or Customer. The cost of the background checks will be borne by the Contractor. The Department or Customer may require the Contractor to exclude the Contractor’s employees, agents, representatives, or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. Upon the request of the Department or Customer, the Contractor will re-screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. 13.2 E-Verify. The Contractor must use 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 for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E- Verify System, it will do so within five (5) calendar days of notice of Contract award and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes; (b) Information technology crimes; DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 SP approved version 7‐1‐2019 17 (c) Fraudulent practices; (d) False pretenses; (e) Frauds; (f) Credit card crimes; (g) Forgery; (h) Counterfeiting; (i) Violations involving checks or drafts; (j) Misuse of medical or personnel records; and (k) Felony theft. 13.4 Confidentiality. The Contractor must maintain confidentiality of all confidential data, files, and records related to the commodities or contractual services provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet NASPO ValuePoint Computer Equipment (2023-2028) CONTROL SET Master Agreement:23011 Contractor Name:HP Inc. Awarded Bands: x Band 1: Personal Computing Devices (Windows) x Band 2: Personal Computing Devices (Non-Windows) Band 3: Servers and Storage Band Category Code Category Description Discount off Baseline List 1 1B Band 1 - Minimum Discount 13.0% 1 1B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 1 1B-2 Desktops Mid-Range 23.0% 1 1B-3 Desktops High-End 23.0% 1 1B-4 Retail Solutions 18.0% 1 1B-5 Desktop CTO (Configure To Order) Systems 18.0% 1 1B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 1 1B-7 Desktop Options and Accessories 21.0% 1 1B-8 Entry / Value Workstations 24.0% 1 1B-9 Mid-Range Workstations 24.0% 1 1B-10 High-End Workstations 26.0% 1 1B-11 Workstation CTO (Configure To Order) Systems 24.0% 1 1B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 1 1B-13 Workstation Options and Accessories 24.0% 1 1B-14 Thin Clients 18.0% 1 1B-15 Thin Client Options and Accessories 18.0% 1 1B-16 Chromebook 1.0% 1 1B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 1 1B-18 Entry Level Tablets 20.0% 1 1B-19 Ultra-light & Tablet PCs 23.0% 1 1B-20 Mid-Range Tablets 21.0% 1 1B-21 Entry-Level Notebooks 17.0% 1 1B-22 Value Notebooks 13.0% 1 1B-23 Mid-Range Notebooks, ProBook Series 21.0% 1 1B-24 Notebook High-End and workstation mobility 24.0% 1 1B-25 Notebook & Tablet PC CTO Modules 21.0% 1 1B-26 Notebook & Tablet Options and Accessories 21.0% 1 1B-27 Notebook Accessories - Education Software 30.0% 1 1B-28 All HP Smart Buys/Promotions/Specials 1.0% 1 1B-29 Peripherals All HP Commercial Monitors 20.0% 1 1B-30 Peripherals Monitor Options and Accessories 20.0% DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Band Category Code Category Description Discount off Baseline List 1 1B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 1 1B-32 Peripherals All HP Scanners 28.0% 1 1B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 1 1B-34 Peripheral LaserJet cartridges 25.0% 1 1B-35 Peripherals InkJet cartridges 20.0% 1 1B-36 Peripherals DesignJet Ink/Cartridges 23.0% 1 1B-37 Peripherals Access Control for Print 28.0% 1 1B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 1 1B-39 OMEN EsPort/Gaming notebooks including accessories/options 5.0% 1 1T Band 1 - Third Party Product Minimum Discount 5.0% 1 1T-1 APC 15.0% 1 1T-2 All Third Party Hardware 10.0% 1 1T-3 All Third Party Software 5.0% 2 2B Band 2 - Minimum Discount 13.0% 2 2B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 2 2B-2 Desktops Mid-Range 23.0% 2 2B-3 Desktops High-End 23.0% 2 2B-4 Retail Solutions 18.0% 2 2B-5 Desktop CTO (Configure To Order) Systems 18.0% 2 2B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 2 2B-7 Desktop Options and Accessories 21.0% 2 2B-8 Entry / Value Workstations 24.0% 2 2B-9 Mid-Range Workstations 24.0% 2 2B-10 High-End Workstations 26.0% 2 2B-11 Workstation CTO (Configure To Order) Systems 24.0% 2 2B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 2 2B-13 Workstation Options and Accessories 24.0% 2 2B-14 Thin Clients 18.0% 2 2B-15 Thin Client Options and Accessories 18.0% 2 2B-16 Chromebook 1.0% 2 2B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 2 2B-18 Entry Level Tablets 20.0% 2 2B-19 Ultra-light & Tablet PCs 23.0% 2 2B-20 Mid-Range Tablets 21.0% 2 2B-21 Entry-Level Notebooks 17.0% 2 2B-22 Value Notebooks 13.0% 2 2B-23 Mid-Range Notebooks, ProBook Series 21.0% 2 2B-24 Notebook High-End and workstation mobility 24.0% 2 2B-25 Notebook & Tablet PC CTO Modules 21.0% 2 2B-26 Notebook & Tablet Options and Accessories 21.0% 2 2B-27 Notebook Accessories - Education Software 30.0% 2 2B-28 All HP Smart Buys/Promotions/Specials 1.0% DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Band Category Code Category Description Discount off Baseline List 2 2B-29 Peripherals All HP Commercial Monitors 20.0% 2 2B-30 Peripherals Monitor Options and Accessories 20.0% 2 2B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 2 2B-32 Peripherals All HP Scanners 28.0% 2 2B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 2 2B-34 Peripheral LaserJet cartridges 25.0% 2 2B-35 Peripherals InkJet cartridges 20.0% 2 2B-36 Peripherals DesignJet Ink/Cartridges 23.0% 2 2B-37 Peripherals Access Control for Print 28.0% 2 2B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 2 2B-39 OMEN EsPort/Gaming notebooks including accessories/options 5.0% 2 2T Band 2 - Third Party Product Minimum Discount 5.0% 2 2T-1 APC 15.0% 2 2T-2 All Third Party Hardware 10.0% 2 2T-3 All Third Party Software 5.0% S Custom Services 10.0% S HP Care Pack Services 24.0% S HP Care Pack Services Smart Buys (promotions/specials)1.0% S Prebuilt standard HP Image Load & Consulting 10.0% S HP standard Asset Tags 10.0% S Value Added Logistics 10.0% S Onsite Deployment/Installation 10.0% S HP Proactive Management Solutions 10.0% S HP Proactive Security Solutions 10.0% S HP Device Recovery Services 10.0% DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Discount Structure Master Agreement:23011 Contractor Name:HP Inc. Baseline Price List:Posted on Contractor's dedicated NASPO ValuePoint website Band 1: Personal Computer Equipment (Windows OS) Band Category Code Category Description Discount off Baseline List 1 1B Band 1 - Minimum Discount 13.0% 1 1B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 1 1B-2 Desktops Mid-Range 23.0% 1 1B-3 Desktops High-End 23.0% 1 1B-4 Retail Solutions 18.0% 1 1B-5 Desktop CTO (Configure To Order) Systems 18.0% 1 1B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 1 1B-7 Desktop Options and Accessories 21.0% 1 1B-8 Entry / Value Workstations 24.0% 1 1B-9 Mid-Range Workstations 24.0% 1 1B-10 High-End Workstations 26.0% 1 1B-11 Workstation CTO (Configure To Order) Systems 24.0% 1 1B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 1 1B-13 Workstation Options and Accessories 24.0% 1 1B-14 Thin Clients 18.0% 1 1B-15 Thin Client Options and Accessories 18.0% 1 1B-16 Chromebook 1.0% 1 1B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 1 1B-18 Entry Level Tablets 20.0% 1 1B-19 Ultra-light & Tablet PCs 23.0% 1 1B-20 Mid-Range Tablets 21.0% 1 1B-21 Entry-Level Notebooks 17.0% 1 1B-22 Value Notebooks 13.0% 1 1B-23 Mid-Range Notebooks, ProBook Series 21.0% 1 1B-24 Notebook High-End and workstation mobility 24.0% 1 1B-25 Notebook & Tablet PC CTO Modules 21.0% 1 1B-26 Notebook & Tablet Options and Accessories 21.0% 1 1B-27 Notebook Accessories - Education Software 30.0% 1 1B-28 All HP Smart Buys/Promotions/Specials 1.0% 1 1B-29 Peripherals All HP Commercial Monitors 20.0% 1 1B-30 Peripherals Monitor Options and Accessories 20.0% 1 1B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 1 1B-32 Peripherals All HP Scanners 28.0% 1 1B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 1 1B-34 Peripheral LaserJet cartridges 25.0% 1 1B-35 Peripherals InkJet cartridges 20.0% DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Discount Structure Band Category Code Category Description Discount off Baseline List 1 1B-36 Peripherals DesignJet Ink/Cartridges 23.0% 1 1B-37 Peripherals Access Control for Print 28.0% 1 1B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 1 1B-39 OMEN EsPort/Gaming notebooks including accessories/options 5.0% 1 1T Band 1 - Third Party Product Minimum Discount 5.0% 1 1T-1 APC 15.0% 1 1T-2 All Third Party Hardware 10.0% 1 1T-3 All Third Party Software 5.0% Band 2: Personal Computer Equipment (Non-Windows OS) Band Category Code Category Description Discount off Baseline List 2 2B Band 2 - Minimum Discount 13.0% 2 2B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 2 2B-2 Desktops Mid-Range 23.0% 2 2B-3 Desktops High-End 23.0% 2 2B-4 Retail Solutions 18.0% 2 2B-5 Desktop CTO (Configure To Order) Systems 18.0% 2 2B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 2 2B-7 Desktop Options and Accessories 21.0% 2 2B-8 Entry / Value Workstations 24.0% 2 2B-9 Mid-Range Workstations 24.0% 2 2B-10 High-End Workstations 26.0% 2 2B-11 Workstation CTO (Configure To Order) Systems 24.0% 2 2B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 2 2B-13 Workstation Options and Accessories 24.0% 2 2B-14 Thin Clients 18.0% 2 2B-15 Thin Client Options and Accessories 18.0% 2 2B-16 Chromebook 1.0% 2 2B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 2 2B-18 Entry Level Tablets 20.0% 2 2B-19 Ultra-light & Tablet PCs 23.0% 2 2B-20 Mid-Range Tablets 21.0% 2 2B-21 Entry-Level Notebooks 17.0% 2 2B-22 Value Notebooks 13.0% 2 2B-23 Mid-Range Notebooks, ProBook Series 21.0% 2 2B-24 Notebook High-End and workstation mobility 24.0% 2 2B-25 Notebook & Tablet PC CTO Modules 21.0% 2 2B-26 Notebook & Tablet Options and Accessories 21.0% 2 2B-27 Notebook Accessories - Education Software 30.0% 2 2B-28 All HP Smart Buys/Promotions/Specials 1.0% 2 2B-29 Peripherals All HP Commercial Monitors 20.0% 2 2B-30 Peripherals Monitor Options and Accessories 20.0% DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Discount Structure Band Category Code Category Description Discount off Baseline List 2 2B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 2 2B-32 Peripherals All HP Scanners 28.0% 2 2B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 2 2B-34 Peripheral LaserJet cartridges 25.0% 2 2B-35 Peripherals InkJet cartridges 20.0% 2 2B-36 Peripherals DesignJet Ink/Cartridges 23.0% 2 2B-37 Peripherals Access Control for Print 28.0% 2 2B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 2 2B-39 OMEN EsPort/Gaming notebooks including accessories/options 5.0% 2 2T Band 2 - Third Party Product Minimum Discount 5.0% 2 2T-1 APC 15.0% 2 2T-2 All Third Party Hardware 10.0% 2 2T-3 All Third Party Software 5.0% DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Volume-Based Discounts Master Agreement:23011 Contractor Name:HP Inc. 1.Per Transaction Multiple Unit Discount(s) Category Min $ Single Transaction Max $ Single Transaction Per Transaction Multiple Unit Discount Desktops & Workstations $101,000.00 $1,000,000.00 10-15% off HP List Price (est.) fixed price (Big Deal) volume offer Desktops & Workstations >$1,000,000.00 no max 16-26% off HP List Price (est.) fixed price (Big Deal) volume offer Notebooks $101,000.00 $1,000,000.00 6-15% off HP List Price (est.) fixed price (Big Deal) volume offer Notebooks >$1,000,000.00 no max 16-19% off HP List Price (est.) fixed price (Big Deal) Volume offer Tablets $101,000.00 $1,000,000.00 5-7% off HP List Price (est.) fixed price (Big Deal) Volume offer Tablets >$1,000,000.00 no max 8-17% off HP List Price (est.) fixed price (Big Deal) Volume offer Thin Clients $101,000.00 $1,000,000.00 12-21% off HP List Price (est.) fixed price (Big Deal) Volume offer Thin Clients >$1,000,000.00 no max 22-27% off HP List Price (est.) fixed price (Big Deal) Volume offer Monitors $101,000.00 $1,000,000.00 2-4% off HP List Price (est.) fixed price (Big Deal) Volume offer Monitors >$1,000,000.00 no max 5-7% off HP List Price (est.) fixed price (Big Deal) Volume offer All Awarded Bands The estimated additional Volume Discount pricing below may be available by contacting your HP Sales Representative. Be sure to provide HP with your product selection/combination, quantities, timeline of purchase or any other additional information in order to obtain these additional discounts. These discounts exclude HP Smart Buy/Promotions/Specials/Chromebooks and some products within the category as determined by the OEM. (Competitive volume pricing may be available for Chromebooks and product categories not listed, but additional discounts may vary.) Contractor provides a contractual volume discount program as follows based on dollars in a single purchase order or combination of purchase orders submitted at one time by a Purchasing Entity, or multiple entities conducting a cooperative purchase. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Volume-Based Discounts 2.Cumulative Discount(s) Contract Sales Additional Discount For a Product Series in an Additional Category Minimum Band Discount Increase $900,000,000.00 to $1,000,000,000 1.0%2.0% $1,000,000,001 to $1,200,000,000 2.0%3.0% $1,200,000,001 to $1,500,000,000 3.0%4.0% Over $1,500,000,000 4.0%5.0% 3.Other Discount(s) Additional discount(s) available. Bulk Purchase Threshold if applicable Additional Discount 5,000 to 10,000 units 5,000 to 10,000 PCs per Purchase Order 1.0% 10,001 or more units 5,000 to 10,000 PCs per Purchase Order 2.0% Upon procuring agency request and proper coordination with the HP Account Manager, HP may offer an additional discount or technology fee based on the agency request over the volume price for "Bulk Buy Purchases" for HP product categories offered (excludes Chromebook/Smart Buys/Promotions/Specials) of HP-branded products during a pre- selected time period (60-90 days). For example, if a procuring entity decides to do a one-time “Bulk Buy” for the purchase of 5,000 select configuration(s), the agency could qualify for a one-time additional discount or technology fee as mutually agreed and negotiated with that specific procuring entity. After review and analysis of the cumulative purchases at the end of each year of the Master Agreement, if HP and NASPO determine that the volumes are reached, these discounts will be passed directly to the Master Agreement based on the Lead State approval for participants and procuring entities to utilize as additional cost savings on HP products. These cumulative discounts are only potential for future potential minimum band discount or potential product services, as determined by HP. Contractor provides a cumulative volume discount as follows based on dollars resulting from the cumulative purchases by all purchases made by Purchasing Entities for the duration of the Master Agreement. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Services Master Agreement:23011 Contractor Name:HP Inc. Travel for Services will be negotiated with each Participating Entity in the Participating Addendum. All Awarded Bands Category Code Description of Service Percent Discount S Custom Services 10.0% S HP Care Pack Services 24.0% S HP Care Pack Services Smart Buys (promotions/specials)1.0% S Prebuilt standard HP Image Load & Consulting 10.0% S HP standard Asset Tags 10.0% S Value Added Logistics 10.0% S Onsite Deployment/Installation 10.0% S HP Proactive Management Solutions 10.0% S HP Proactive Security Solutions 10.0% S HP Device Recovery Services 10.0% HP Care Pack Services: Uplifted & extended warranties, installation, training and other related pre-built standard services Each Purchasing Entity will determine if and how services will be offered in the Participating Addendum. Custom Services: (HP directly or approved Servicing Sub) Installation/de-installation, maintenance, support, training, migration, and optimization of products offered or supplied under the Master Price Agreement. These types of services may include, but are not limited to: warranty services, maintenance, installation, de- installation, factory integration (software or equipment components), asset management, recycling/disposal, training and certification, pre-implementation design, disaster recovery planning and support, service desk/helpdesk, and any other directly related technical support service required for the effective operation of a product offered or supplied. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Lease Rates Master Agreement:23011 Contractor Name:HP Inc. Optional: Lease Rates Lease are provided on the PSS. Rates may be subject to change quarterly. Fair Market Value/True Lease: Tax Exempt Tech Refresh: All Awarded Bands For customers that want to lower their cost of using the equipment and retain maximum flexibility at the end of the lease, Hewlett-Packard Financial Services Company offers a fair market value lease (also known as a true lease). This “pay- as-you-go" structure helps you stretch your budget dollars to get the technology you need today. At the end of the lease term, you have several options: 1) return the equipment without penalty; 2) renew the lease for a specified renewal term at a negotiated lease payment amount; 3) purchase the equipment at its then fair market value; or 4) extend the original term and continue to make the same periodic lease payments until you are ready to exercise one of the three previously listed options. This plan may help customers avoid technology obsolescence and asset disposition costs. Hewlett-Packard Financial Services Company does allow customers to enter into a month-to-month extension at the end of each lease agreement if they find it necessary to maintain their existing leased equipment for longer than the original lease timeframe. Hewlett-Packard Financial Services Company also has a package and shipping service that can be incorporated into the lease contract upfront for returns of equipment at lease end. This service can be very valuable when budgeting for your technology costs. Tech Refresh is structured as a Tax-Exempt Installment Sale with an option on the last payment to return the equipment (and acquire new) or make the payment and own the equipment outright. The standard offer calls for payments to be made annually in advance, though additional structures may be tailored to accommodate budget restrictions. The final (or option) payment is a set amount of the original purchase price of the equipment and is an estimate of the wholesale value of the equipment at the time of the option. The balance of the cost is amortized over the term. The benefit is that an entity is not locked into any one particular deal; it can purchase the equipment or return it and get new technology. Other important elements of the Tech Refresh structure are listed below. •Lessee must provide an irrevocable written election of notice of its intent to refresh or purchase 3 months prior to the refresh period. On the 48-month term the refresh point is month 36 which requires notification at month 33. On the 60-month term the refresh point is month 48 which requires notification at month 45. Sample buyout goes into effect if refresh option is not exercised. •The option cannot be exercised if an event of default has occurred and is continuing • Tech Refresh is offered only as a Tax-Exempt Installment Sale structure • Lessee must be committed to acquire and lease similar equipment prior to exercising the option •There is only one refresh opportunity during the lease Hewlett-Packard Financial Services Company offers the following lease options: (1) Fair Market Value/True Lease; (2) Tax Exempt Tech Refresh; and (3) Tax Exempt Installment Sale (Lease Purchase). DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Lease Rates Tax Exempt Installment Sale (Lease Purchase): In a Tax-exempt Installment Sale structure, payments consist of both principal and interest, with the interest being excludable from the Lessor’s gross income for Federal income tax purposes. During the term of the Lease the Concluding Payment – primarily consisting of unpaid principal – declines as each Lease Payment is made and applied. Under this structure Title typically passes to the Lessee at the Lease Acceptance and the Lessor files a security interest in the equipment. Once the original base Lease Payments are made the Lessee owns the equipment free and clear. DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Exhibit C: Price Sheet Prompt Payment Discount Master Agreement:23011 Contractor Name:HP Inc. in 30 in 15, Net 30 in 10, Net 30 X Net 30 All Awarded Bands Other (specify): DocuSign Envelope ID: 226D490E-7B54-4AF9-B565-F79581C5A7B5 Page 1 of 40 NASPO ValuePoint Master Agreement No.: 23011 This Contract is between the State of Minnesota, acting through its Commissioner of Administration (“Lead State”) and HP Inc., whose designated business address is 1501 Page Mill Road, Palo Alto, CA 94304-1126 (“Contractor”). State and Contractor may be referred to jointly as “Parties.” Recitals 1.The State of Minnesota, Department of Administration, Office of State Procurement, on behalf of the State of Minnesota and NASPO ValuePoint Cooperative Procurement Program (“NASPO ValuePoint”) issued a solicitation to establish Minnesota NASPO ValuePoint Master Agreement(s) (“Contract”) with qualified manufacturers for Computer Equipment (Desktops, Laptops, Tablets, Servers, and Storage, including related Peripherals & Services); 2.Contractor provided a response to the Solicitation indicating its interest in and ability to provide the goods or services requested in the Solicitation; and 3.Subsequent to an evaluation in accordance with the terms of the Solicitation and negotiation, the Parties desire to enter into a contract; and 4.All authorized governmental entities in any state or participating US Territory are welcome to use the resulting Master Agreement through NASPO ValuePoint with the approval of the State Chief Procurement Official. Upon final award of the overarching Master Agreement, Contractors are able to sign Participating Addendums (PA) at the option of Participating States. Participating States reserve the right to add state specific terms and conditions and modify the scope of the contract in their Participating Addendum as allowed by the Master Agreement. Accordingly, the Parties agree as follows: Contract Term of Contract Effective date. July 1, 2023, or the date the Lead State obtains all required signatures under Minn. Stat. § 16C.05, subd. 2, whichever is later. Expiration date. June 30, 2025. This Master Agreement may be extended for up to an additional 36 months, in increments as determined by the Lead State, through a duly executed amendment. If, in the judgment of the Lead State, a follow-on, competitive procurement will be unavoidably delayed beyond the planned date of execution of the follow-on master agreement, this Master Agreement may be extended for a reasonable period of time, not to exceed six months. This subsection shall not be deemed to limit the authority of a Lead State under its state law otherwise to negotiate contract extensions. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 2 of 40 Representations and Warranties Under Minn. Stat. §§ 15.061 and 16C.03, subd. 3, and other applicable law the Lead State is empowered to engage such assistance as deemed necessary. Contractor warrants that it is duly qualified and shall perform its obligations under this Master Agreement in accordance with the commercially reasonable standards of care, skill, and diligence in Contractor’s industry, trade, or profession, and in accordance with the specifications set forth in this Master Agreement, to the satisfaction of the Lead State. Contractor warrants that it possesses the legal authority to enter into this Master Agreement and that it has taken all actions required by its procedures, by-laws, and applicable laws to exercise that authority, and to lawfully authorize its undersigned signatory to execute this Master Agreement, or any part thereof, and to bind Contractor to its terms. Awarded Band(s) The solicitation included three product Bands: Band 1, Personal Computing Devices – Windows Operating Systems: Desktops, Laptops, Tablets; and Band 2, Personal Computing Devices – Non-Windows Operating Systems: Desktops, Laptops, Tablets; and Band 3, Servers and Storage. The Contractor is awarded the following Band(s): Band 1, Personal Computer Devices – Windows Operating Systems Band 2, Personal Computer Devices - Non-Windows Operating Systems Configuration Dollar Limits The following configuration limits apply to the Master Agreement. Participating Entities may define their configuration limits in their Participating Addendum. The Participating Entity’s Chief Procurement Official may increase or decrease the configuration limits, as defined in their Participating Addendum. The Participating Entity will determine with the Contractor how to approve these modifications to the Product and Service Schedule. The dollar limits identified below are based on a SINGLE computer/system configuration. This is NOT a restriction on the purchase of multiple configurations (e.g., an entity could purchase 10 laptops at $15,000 each, for a total purchase price of $150,000). ITEM CONFIGURATION Band One $15,000 Band Two $15,000 Band Three $1,000,000 Peripherals $10,000 Services Addressed in the Participating Addendum Restrictions The following restrictions apply to the Master Agreement. A Participating Entity may set further restrictions of products in their Participating Addendum. The Participating Entity will determine with the Contractor how to approve these modifications to the Entity’s Product and Service Schedule. Software Software is restricted to operating systems and commercial off-the-shelf (COTS) software and is subject to equipment configuration limits. Any software purchased must be related to the procurement of equipment. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 3 of 40 Software must be pre-loaded or provided as an electronic link with the initial purchase of equipment, except for the exceptions allowed under this Paragraph 5.a. Software such as middleware which is not always installed on the equipment, but is related to storage and server equipment (Band 3) purchased, is allowed and may be procured after the initial purchase of equipment. General Services Services must be related to the procurement of equipment. Service limits will be addressed by each State. Wireless phone and internet service is not allowed. Managed Print Services are not allowed. Cloud Services Cloud Services are restricted to Services that function as operating systems and software needed to support or configure hardware purchased under the scope of the contract and is subject to equipment configuration limits. Any Cloud Service purchased must be related to the procurement of equipment. Third-Party Products Third-Party Products can be offered only in the Bands they have been awarded. All third-party products must meet the definition(s) of the Band(s) in which they are being offered. Products manufactured by another Contractor holding a Minnesota NASPO ValuePoint Master Agreement for Computer Equipment cannot be offered unless approved by the Lead State. Additional Product/Services Hardware and software required to solely support wide area network (WAN) operation and management are not allowed. Lease/Rentals of equipment may be allowed and will be addressed by each State. Cellular Phone Equipment is not allowed. EPEAT Bronze requirement may be waived, on a State case-by-case basis, if approved by the State’s Chief Procurement Officer. EPEAT Bronze requirement does not currently apply to storage. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 4 of 40 Authorized Representative Master Agreement Administrator. The Master Agreement Administrator designated by NASPO ValuePoint and the State of Minnesota, Department of Administration is Elizabeth Randa, Acquisition Management Specialist. Elizabeth Randa, Acquisition Management Specialist Department of Administration Office of State Procurement 112 Administration Building 50 Sherburne Avenue St. Paul, MN 55155 E-mail: elizabeth.randa@state.mn.us Phone: 651.201.3122 Contractor’s Authorized Representative. The Contractor's Authorized Representative is Debra Lee, Public Sector Contract Management Director. Debra Lee, Public Sector Contract Management Director HP Inc. 10300 Energy Drive Spring, Texas 77389 Email: Debra.lee@hp.com Phone: 847.537.0344 If the Contractor’s Authorized Representative changes at any time during this Contract, the Contractor must immediately notify the Lead State. Notices If one party is required to give notice to the other under the Master Agreement, such notice shall be in writing and shall be effective upon receipt. Delivery may be by certified United States mail or by hand, in which case a signed receipt shall be obtained. An email shall constitute sufficient notice, provided the receipt of the transmission is confirmed by the receiving party. Either party must notify the other of a change in address for notification purposes. All notices to the Lead State shall be addressed to the Master Agreement Administrator. Exhibits The following Exhibits are attached and incorporated into this Contract. In the event of a conflict between the terms of this Contract and its Exhibits, or between Exhibits, the order of precedence is first the Contract, and then in the following order: Exhibit A: NASPO ValuePoint Terms and Conditions Exhibit B: Minnesota Terms and Conditions Exhibit C: Requirement Exhibit D: Price Schedule Survival of Terms: The following clauses survive the expiration or cancellation of this Master Agreement: Indemnification; State Audits; Government Data Practices and Intellectual Property; Publicity and Endorsement; Governing Law, Jurisdiction, and Venue; and Data Disclosure. Any other Contract term that states it shall survive, shall survive. Entire Agreement This Contract and any written addenda thereto constitute the entire agreement of the parties to the Master Agreement. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 5 of 40 1. Contractor The Contractor certifies that the appropriate person(s) have executed the Contract on behalf of the Contractor as required by applicable articles, bylaws, resolutions, or ordinances. 2. State Agency With delegated authority Print name: Print name: Signature: Signature: Title: Date: Title: Date: 3. Commissioner of Administration As delegated to The Office of State Procurement Print name: Signature: Title: Date: DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B 6/13/2023Contract Specialist Deborah Kaiser Acquisition Management Specialist 6/14/2023 Elizabeth M. Randa Andy Doran 6/14/2023IT Acquisitions Supervisor Page 6 of 40 Exhibit A: NASPO ValuePoint Master Agreement Terms and Conditions Conflict of Terms/Order of Precedence. Any order placed under this Master Agreement shall consist of the following documents: A Participating Entity’s Participating Addendum (“PA”); Minnesota NASPO ValuePoint Master Agreement, as negotiated, including all exhibits; A Purchase Order issued against a PA (terms and conditions set forth in a Purchase Order will not be deemed to modify, diminish, or otherwise derogate the terms and conditions set forth in a Participating Addendum or Minnesota NASPO ValuePoint Master Agreement). These documents shall be read to be consistent and complementary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. Contractor terms and conditions that apply to this Master Agreement are only those that are expressly accepted by the Lead State and must be in writing and attached to this Master Agreement as an Exhibit or Attachment. Contractor terms and conditions may be incorporated if expressly accepted by the Lead State and attached to the Master Agreement as an Exhibit or Attachment, or by written reference (including reference to information contained in a URL or referenced policy). A written reference, including by URL or policy, is incorporated into the Master Agreement only if the Master Agreement expressly identifies that reference. URL’s must be explicitly referenced to be incorporated into the Master Agreement. URL’s contained within the URL’s that are explicitly referenced are not incorporated into the Master Agreement. Any Contractor term or condition incorporated by URL or written reference applies to this Master Agreement only to the extent such term or condition is not prohibited by applicable law. Any change to information contained in a URL or referenced policy will not affect any financial obligation, place any additional material obligation on an ordering entity, or materially diminish an ordering entity’s ability to use the product or service. A written Master Agreement (which may include the contents of the RFP and selected portions of Contractor’s response incorporated therein by reference) will constitute the entire agreement of the parties to the Master Agreement. No other terms and conditions shall apply, including terms and conditions listed in the Contractor’s response to the RFP, or terms listed or referenced on the Contractor's website not otherwise incorporated into the Master Agreement, in the Contractor quotation/sales order, or in similar documents subsequently provided by the Contractor. Additional Agreement with NASPO. Upon request by NASPO ValuePoint, awarded Contractor shall enter into a direct contractual relationship with NASPO ValuePoint related to Contractor’s obligations to NASPO ValuePoint under the terms of the Master Agreement, the terms of which shall be the same or similar (and not less favorable) than the terms set forth in the Master Agreement. Definitions. Acceptance. See Master Agreement Paragraph 19 of Exhibit A (Inspection and Acceptance), regarding Acceptance and Acceptance Testing. Accessory means a product that enhances the user experience but does not extend the functionality of the computer (e.g., mouse pad or monitor stand). For the purposes of this Contract, accessories are considered peripherals. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 7 of 40 _____ as a Service (_aaS) refers to any good provided in a subscription-based model that is defined in the industry as “_____ as a Service”. Examples are “Software as a Service”, “Infrastructure as a Service”, and “Storage as a Service”, and shall follow the NIST definitions of those services. ____ as a Service are permitted only when they meet the restrictions found in Paragraph 5.c, above. Band means a category of products. There are three product bands which may be awarded through this Contract. Each product band includes related peripherals and services. Components are the parts that make up a computer configuration. Contractor means the person or entity delivering Products or performing services under the terms and conditions set forth in this Master Agreement. Configuration means the combination of hardware and software components that make up the total functioning system. Customer (see Purchasing Entity). Desktop means a personal computer intended for regular use at a single location. A desktop computer typically comes in several units connected together during installation: (1) the processor, 2) display monitor, and 3) input devices usually a keyboard and a mouse. Desktops, including desktop virtualization endpoints such as zero and thin clients, are included in Bands 1 and 2 of this Contract. Embedded Software means one or more software applications which permanently reside on a computing device. Energy Star® is a voluntary energy efficiency program sponsored by the U.S. Environmental Protection Agency. The Energy Star program makes it easy to identify energy efficient computers by labeling products that deliver the same or better performance as comparable models while using less energy and saving money. For additional information on the Energy Star program, including product specifications and a list of qualifying products, visit the Energy Star website at http://www.energystar.gov. EPEAT is a type-1 ecolabel for identifying and purchasing sustainable IT products. EPEAT-registered products must meet sustainability criteria detailed in voluntary consensus-based standards that are free and publicly available on the Green Electronics Council’s website at www.greenelectronicscouncil.org. Products are classified as Bronze, Silver, or Gold based on meeting criteria that address the life cycle of the products. Product life cycle includes material extraction, hazardous substance reduction, end-of-life management, packaging, and corporate sustainability. Only products listed as Active in the online EPEAT Registry are considered to meet the EPEAT criteria. FOB Destination means that shipping charges are included in the price of the item and the shipped item becomes the legal property and responsibility of the receiver when it reaches its destination unless there is acceptance testing required. FOB Inside Delivery means that shipping charges are included in the price of the item, and that the shipped item becomes the legal property and responsibility of the receiver when it reaches the inside delivery point, which is beyond the front door or loading dock. FOB Inside Delivery is a special shipping arrangement that may include additional fees payable by the Purchasing Entity. FOB Inside Delivery must be annotated on the Purchasing Entity ordering document. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 8 of 40 Intellectual Property means any and all patents, copyrights, service marks, trademarks, trade secrets, trade names, patentable inventions, or other similar proprietary rights, in tangible or intangible form, and all rights, title, and interest therein. Laptop means a personal computer for mobile use. A laptop includes a display, keyboard, point device such as a touchpad, and speakers in a single unit. A laptop can be used away from an outlet using a rechargeable battery. Laptops include notebooks, ultrabooks, netbooks, Zero and thin client devices, and computers with mobile operating systems. Laptops are included in Bands 1 and 2 of this Contract. Lead State means the State centrally administering any resulting Master Agreement(s). Mandatory Requirement is a requirement that the failure to meet results in the rejection of the responder’s proposal unless all responders are unable to meet the mandatory requirement. The terms “must” and “shall” identify a mandatory requirement. Any objection to a mandatory requirement should be identified by responders in the Question and Answer period. Manufacturer means a company that, as one of its primary business functions, designs, assembles, owns the trademark/patent for, and markets branded computer equipment. Master Agreement means the underlying agreement executed by and between the Lead State, acting on behalf of NASPO ValuePoint, and the Contractor. Middleware means the software “glue” that helps programs and databases (which may be on different computers) work together. The most basic function of middleware is to enable communication between different pieces of software. NASPO ValuePoint is a division of the National Association of State Procurement Officials (“NASPO”), a 501(c)(3) limited liability company. NASPO ValuePoint facilitates administration of the NASPO cooperative group contracting consortium of state chief procurement officials for the benefit of state departments, institutions, agencies, and political subdivisions and other eligible entities (i.e., colleges, school districts, counties, cities, some nonprofit organizations, etc.) for all states, the District of Columbia, and territories of the United States. NASPO ValuePoint is identified in the Master Agreement as the recipient of reports and may perform contract administration functions relating to collecting and receiving reports as well as other contract administration functions as assigned by the Lead State. Option means an item of equipment or a feature that may be chosen as an addition to or replacement for standard equipment and features. Order or Purchase Order means any accepted purchase order, sales order, contract or other method used by a Purchasing Entity to order the Products, including any supporting material which the parties identify as incorporated either by attachment or reference (“Supporting Material”). Supporting Material may include (as examples) product lists, hardware or software specifications, standard or negotiated service descriptions, data sheets and their supplements, and statements of work (“SOW”), published warranties and service level agreements, and may be available to Purchasing Entity in hard copy or by accessing a designated Contractor website. Supporting Material shall be made available to Purchasing Entities for review prior to issuance of an Order and shall meet or exceed the terms and warranties set forth in this Master Agreement. Participating Addendum means a bilateral agreement executed by a Contractor and a Participating Entity incorporating this Master Agreement and any other additional Participating Entity specific language or other requirements, e.g. ordering procedures specific to the Participating Entity, other terms and conditions. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 9 of 40 Participating Entity means a state (as well as the District of Columbia), city, county, district, other political subdivision of a State, or a nonprofit organization under the laws of some states properly authorized to enter into a Participating Addendum, that has executed a Participating Addendum. Participating State means a state that has executed a Participating Addendum. Partner means a company, authorized by the Contractor and approved by the Participating Entity, to provide marketing, support, or other authorized contract services on behalf of the Contractor in accordance with the terms and conditions of the Contractor’s Master Agreement. A Partner may include, but is not limited to, an agent, subcontractor, fulfillment partner, channel partner, business partner, servicing subcontractor, etc. Peripherals means any hardware product that can be attached to, added within, or networked with personal computers, servers, or storage. Peripherals extend the functionality of a computer without modifying the core components of the system. Per Transaction Multiple Unit Discount means a contractual volume discount based on dollars in a single purchase order or combination of purchase orders submitted at one time by a Participating Entity or multiple entities conducting a cooperative purchase. Premium Savings Package(s) (PSP) are deeply discounted standard configurations available to Purchasing Entities using the Master Agreement. NASPO ValuePoint reserves the right to expand and modify the PSP throughout the life of the contract. For more information see: https://www.naspovaluepoint.org/portfolio/57/. Product means any equipment, software (including embedded software), documentation, service, or other deliverable supplied or created by the Contractor pursuant to this Master Agreement. The term Products, supplies and services, and products and services are used interchangeably in these terms and conditions. Purchasing Entity means a state (including the District of Columbia and U.S. territories), city, county, district, other political subdivision of a state, other public entities domestic or foreign, and nonprofit organizations under the laws of some states if authorized by a Participating Addendum, that issues a Purchase Order under the terms of the Master Agreement, or any Participating Addendum thereto, and becomes financially committed to the purchase. Ruggedized means equipment specifically designed to operate reliably in harsh usage environments and conditions, such as strong vibrations, extreme temperatures, and wet or dusty conditions. Ruggedized equipment may be proposed under the band that most closely fits the equipment being proposed. Server means computer hardware dedicated to run one or more services or applications (as a host) to serve the needs of the users of other computers on a network. Servers may be either physical or virtual. Servers, including server appliances, are included in Band 3 of this Contract. Server appliances have their hardware and software preconfigured by the manufacturer, and include embedded networking components such as those found in blade chassis systems. Services are broadly classified as installation or de-installation, maintenance, support, training, migration, and optimization of products offered or supplied under the Master Agreement. These classifications of services may include, but are not limited to: warranty services, maintenance, installation, de-installation, factory integration (software or hardware components), asset management, recycling or disposal, training and certification, pre- implementation design, disaster recovery planning and support, service desk or helpdesk, imaging, and any other directly related technical support service required for the effective operation of a product offered or supplied. Contractors may offer limited professional services related ONLY to the equipment and configuration of the equipment purchased through the resulting contracts. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 10 of 40 EACH PARTICIPATING ENTITY WILL DETERMINE RESTRICTIONS AND NEGOTIATE TERMS FOR SERVICES THROUGH THEIR PARTICIPATING ADDENDUM. Software means, for the purposes of this Contract, commercial operating off the shelf machine-readable object code instructions including microcode, firmware, and operating system software that meet the restrictions specified in Paragraph 5.a. “Software” applies to all parts of software and documentation, including new releases, updates, and modifications of software. Storage means hardware or a virtual appliance with the ability to store large amounts of data. Storage, including SAN switching necessary for the proper functioning of storage equipment, is included in Band 3 of this Contract Storage Area Network (SAN) is a high-speed special-purpose network (or subnetwork) that interconnects different kinds of data storage devices with associated data servers on behalf of a larger network of users. Tablet means a mobile computer that provides a touchscreen that acts as the primary means of control. Tablets, including notebooks, ultrabooks, and netbooks with touchscreen capabilities, are included in Bands 1 and 2 of this Contract. Takeback Program means the Contractor’s process for accepting the return of equipment or other products at the end of the product’s life. Thin Client is a lightweight computer that has been optimized for establishing a remote connection with a server-based computing environment. Third Party Product is a good sold by the Contractor that is manufactured by another company. Third Party Products are intended to enhance or supplement a Contractor’s own product line, and are not intended to represent more than a third of any Contractor’s total sales under this Master Agreement. Upgrade means the replacement of existing software, hardware, or hardware component with a newer version. Warranty means the Manufacturer’s general warranty tied to the product at the time of purchase. Wide Area Network (WAN) is a data network that serves users across a broad geographic area and often uses transmission devices provided by common carriers. Term of the Master Agreement. The initial term of this Master Agreement is for 2 years. This Master Agreement may be extended beyond the original contract period for 36 additional months at the Lead State’s discretion and by mutual agreement and upon review of requirements of Participating Entities, current market conditions, and Contractor performance. The Master Agreement may be extended for a reasonable period of time if in the judgment of the Lead State a follow-on, competitive procurement will be unavoidably delayed (despite good faith efforts) beyond the planned date of execution of the follow-on master agreement. This subsection shall not be deemed to limit the authority of a Lead State under its state law otherwise to negotiate contract extensions. Amendments. The terms of this Master Agreement shall not be waived, altered, modified, supplemented or amended in any manner whatsoever without a written amendment to the Master Agreement executed by the Contractor and Lead State as DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 11 of 40 required by law. Master Agreement amendments will be negotiated by the Lead State with the Contractor whenever necessary to address changes in the terms and conditions, costs, timetable, or increased or decreased scope of work. Participants and Scope. Canadian Participation. Intentionally deleted. Contractor may not deliver Products under this Master Agreement until a Participating Addendum acceptable to the Participating Entity and Contractor is executed. The NASPO ValuePoint Master Agreement Terms and Conditions are applicable to any Order by a Participating Entity (and other Purchasing Entities covered by their Participating Addendum), except to the extent altered, modified, supplemented or amended by a Participating Addendum. By way of illustration and not limitation, this authority may apply to unique delivery and invoicing requirements, confidentiality requirements, defaults on Orders, governing law and venue relating to Orders by a Participating Entity, indemnification, and insurance requirements. Statutory or constitutional requirements relating to availability of funds may require specific language in some Participating Addenda in order to comply with applicable law. The expectation is that these alterations, modifications, supplements, or amendments will be addressed in the Participating Addendum or, with the consent of the Purchasing Entity and Contractor, may be included in the ordering document (e.g. purchase order or contract) used by the Purchasing Entity to place the Order. Use of specific NASPO ValuePoint Master Agreements by state agencies, political subdivisions and other Participating Entities (including cooperatives) authorized by individual state’s statutes to use state contracts are subject to the approval of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the respective State Chief Procurement Official. Obligations under this Master Agreement are limited to those Participating Entities who have signed a Participating Addendum and Purchasing Entities within the scope of those Participating Addenda. States or other entities permitted to participate may use an informal competitive process to determine which Master Agreements to participate in through execution of a Participating Addendum. Financial obligations of Participating Entities who are states are limited to the orders placed by the departments or other state agencies and institutions having available funds. Participating Entities who are states incur no financial obligations on behalf of other Purchasing Entities. Contractor shall email a fully executed PDF copy of each Participating Addendum to PA@naspovaluepoint.org to support documentation of participation and posting in appropriate data bases. NASPO and NASPO ValuePoint are not parties to the Master Agreement. Participating Addenda shall not be construed to amend the following provisions in this Master Agreement between the Lead State and Contractor that prescribe NASPO ValuePoint requirements: Term of the Master Agreement; Amendments; Participants and Scope; Administrative Fee; NASPO ValuePoint Summary and Detailed Usage Reports; NASPO ValuePoint Cooperative Program Marketing and Performance Review; Right to Publish; Price and Rate Guarantee Period; and Individual Customers. Any such language shall be void and of no effect. Participating Entities who are not states may under some circumstances sign their own Participating Addendum, subject to the consent to participation by the Chief Procurement Official of the state where the Participating Entity is located. Coordinate requests for such participation through NASPO ValuePoint. Any permission to participate through execution of a Participating Addendum is not a determination that procurement authority exists in the Participating Entity; they must ensure that they have the requisite procurement authority to execute a Participating Addendum. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 12 of 40 Resale. “Resale” means any payment in exchange for transfer of tangible goods, software, or assignment of the right to services. Subject to any specific conditions included in the Master Agreement, or as explicitly permitted in a Participating Addendum, Purchasing Entities may not resell Products (the definition of which includes services that are deliverables). Absent any such condition or explicit permission, this limitation does not prohibit: payments by employees of a Purchasing Entity for Products; sales of Products to the general public as surplus property; and fees associated with inventory transactions with other governmental or nonprofit entities and consistent with a Purchasing Entity’s laws and regulations. Any sale or transfer permitted by this subsection must be consistent with license rights granted for use of intellectual property. Individual Customers. Except to the extent modified by a Participating Addendum, each Purchasing Entity shall follow the terms and conditions of the Master Agreement and applicable Participating Addendum and will have the same rights and responsibilities for their purchases as the Lead State has in the Master Agreement, including but not limited to, any indemnity or right to recover any costs as such right is defined in the Master Agreement and applicable Participating Addendum for their purchases. Each Purchasing Entity will be responsible for its own charges, fees, and liabilities. The Contractor will apply the charges and invoice each Purchasing Entity individually. Independent Contractor. The Contractor is an independent contractor. Contractor shall have no authorization, express or implied, to bind the Lead State, Participating States, other Participating Entities, or Purchasing Entities to any agreements, settlements, liability or understanding whatsoever, and agrees not to hold itself out as an agent except as expressly set forth herein or as expressly agreed in any Participating Addendum. Contracting Personnel. Contractor must provide adequate contracting personnel to assist states with the completing and processing Participating Addenda. It is preferred that each Contractor be able to provide each Participating Entity with a primary contact person for that Participating Entity. Changes in Contractor Representation. The Contractor must notify the Lead State of changes in the Contractor’s key administrative personnel managing the Master Agreement in writing within 10 calendar days of the change. The Lead State reserves the right to approve changes in key personnel, as identified in the Contractor’s proposal. Such approval shall not be unreasonably withheld. The Contractor agrees to propose replacement key personnel having substantially equal or better education, training, and experience as was possessed by the key person proposed and evaluated in the Contractor’s proposal. Contractor Verification. The Contractor is responsible for delivering products or performing services under the terms and conditions set forth in the Master Agreement. The Contractor must ensure partners utilized in the performance of this contract adhere to all the terms and conditions. The term Partner will be utilized in naming the relationship a Contractor has with another company to market and sell under the contract. Participating Entities will have final determination/approval if a Partner may be approved for that state in the role identified by the Contractor. Contractor Performance Meeting. An annual performance meeting may be held each year with the NASPO ValuePoint Sourcing Team. Historically performance meetings have been held in Minnesota, but the Lead State may hold the meetings in person or virtually at the Lead State’s discretion. All contractors that are invited to participate must send their Primary Account Representative, unless an exception is granted in writing by the Lead State. It is possible that not all contractors will be invited to participate in a performance meeting. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 13 of 40 Laws and Regulations. Any and all Products offered and furnished shall comply fully with all applicable Federal and State laws and regulations, including Minn. Stat. § 181.59 prohibiting discrimination and business registration requirements of the Office of the Minnesota Secretary of State. To the extent any purchase is subject to Federal Acquisition Regulations, as may be required by the terms of a federal grant, a Participating Entity and Contractor may include in their Participating Addendum terms that reflect such a requirement. Products and services provided under these terms are for Participating Entity’s internal or governmental use and not for further commercialization. Price and Rate Guarantee Period. All minimum discounts and rates must be guaranteed for the initial term of the Master Agreement. Following the initial Master Agreement period, any request for minimum discount or rate adjustment must be for a guarantee period as offered by the Contractor, and must be made at least 30 days prior to the effective date. Requests for minimum discount or rate adjustment must include sufficient documentation supporting the request. Any adjustment or amendment to the Master Agreement shall not be effective unless approved by the Lead State. No retroactive adjustments to minimum discounts or rates will be allowed. Premium Savings Package Program. The Lead State reserves the right to create a Premium Savings Package Program (PSP) as outlined in the Definitions, Paragraph 2.ee of Exhibit A. Participation by Contractor is voluntary. The details and commitments of the PSP will be detailed as a part of any request for Contractor to participate. Services. Participating Entities must explicitly allow services in their Participating Addenda for the approved services to be allowed under that Participating Addendum. The Participating Addendum by each Participating Entity will address service agreement terms and related travel. Ordering. Master Agreement and purchase order numbers shall be clearly shown on all acknowledgments, packing slips, invoices, and on all correspondence. Purchasing Entities may define entity or project-specific requirements and informally compete the requirement among companies having a Master Agreement on an “as needed” basis. This procedure may also be used when requirements are aggregated or other firm commitments may be made to achieve reductions in pricing. This procedure may be modified in Participating Addenda and adapted to the Purchasing Entity’s rules and policies. The Purchasing Entity may in its sole discretion determine which Master Agreement Contractors should be solicited for a quote. The Purchasing Entity may select the quote that it considers most advantageous, cost and other factors considered. Each Purchasing Entity will identify and utilize its own appropriate purchasing procedure and documentation. Contractor is expected to become familiar with the Purchasing Entities’ rules, policies, and procedures regarding the ordering of supplies or services contemplated by this Master Agreement. Contractor shall not begin work without a valid Purchase Order or other appropriate commitment document under the law of the Purchasing Entity. Orders may be placed consistent with the terms of this Master Agreement during the term of the Master Agreement. All Orders pursuant to this Master Agreement, at a minimum, shall include: DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 14 of 40 The service description or supplies being delivered; The place and requested time of delivery; A billing address; The name, phone number, and address of the Purchasing Entity representative; The price per hour or other pricing elements consistent with this Master Agreement and the contractor’s proposal; A ceiling amount of the order for services being ordered; The Master Agreement identifier; and Statement of Work, when applicable. All communications concerning administration of Orders placed shall be furnished solely to the authorized purchasing agent within the Purchasing Entity’s purchasing office, or to such other individual identified in writing in the Order. Orders must be placed pursuant to this Master Agreement prior to the termination date thereof, but may have a delivery date or performance period up to 120 days past the then-current termination date of this Master Agreement. Contractor is reminded that financial obligations of Purchasing Entities payable after the current applicable fiscal year are contingent upon agency funds for that purpose being appropriated, budgeted, and otherwise made available. Notwithstanding the expiration, cancellation or termination of this Master Agreement, Contractor agrees to perform in accordance with the terms of any Orders then outstanding at the time of such expiration or termination. Contractor shall not honor any Orders placed after the expiration, cancellation or termination of this Master Agreement, or otherwise inconsistent with its terms. Orders from any separate indefinite quantity, task orders, or other form of indefinite delivery order arrangement priced against this Master Agreement may not be placed after the expiration or termination of this Master Agreement, notwithstanding the term of any such indefinite delivery order agreement. Trade-In. Any trade-in programs offered during the life of the Master Agreement must be approved by the Lead State. Participating Entities must explicitly allow trade-in programs in their Participating Addenda for the approved programs to be allowed under that Participating Addendum. Trade-in value shall not decrease the discounts offered through the Master Agreement. Shipping and Delivery. The prices are the delivered price to any Purchasing Entity for standard 3-5 business days transportation for shipping with commercially reasonable efforts to deliver within 30 business days, except for situations out of Contractor’s control. If an order is requested with expedited shipping, the Contractor must provide a firm “not to exceed” price for the expedited shipping on the quote. All deliveries shall be FOB Destination, freight pre- paid, with all standard transportation and handling charges paid by the Contractor. Risk of loss or damage for Products shall remain with the Contractor’s until final inspection and acceptance when responsibility shall pass to the Purchasing Entity except as to latent defects, fraud and Contractor’s warranty obligations. Final inspection and acceptance shall be in accordance with section 19.c., Product Acceptance. Any order for less than the DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 15 of 40 specified amount is to be shipped with the freight prepaid and added as a separate item on the invoice. Any portion of an Order to be shipped without transportation charges that is back ordered shall be shipped without charge. Specific delivery instructions, including FOB Inside Delivery, will be noted on the order form or Purchase Order. Any damage to the building interior, scratched walls, damage to the freight elevator, etc., will be the responsibility of the Contractor. If damage does occur, it is the responsibility of the Contractor to promptly notify the Purchasing Entity placing the Order. All products must be delivered in the manufacturer’s standard package. Costs shall include all packing and crating charges. Cases shall be of durable construction, good condition, properly labeled and suitable in every respect for storage and handling of contents. Each shipment shall be marked with the Purchasing Entity’s Purchase Order number and contract number or other information sufficient for the Purchasing Entity to properly identify the shipment if outlined in the Participating Addendum of the Purchasing Entity. Inspection and Acceptance. Where the Master Agreement, a Participating Addendum, or an Order does not otherwise specify a process for Inspection and Acceptance, this section governs. Facilities Inspection. Contractor shall provide right of access to the Lead State, or to any other authorized agent or official of the Lead State or other Participating or Purchasing Entity, at reasonable times, in order to monitor and evaluate performance, compliance, and quality assurance requirements under this Master Agreement. The parties agree that Lead State or other Participating or Purchasing Entity will not be permitted access to any areas involved in research and development or that contain confidential, proprietary or trade secret documents/information prior to agreement of confidentiality terms and conditions. Inspections shall be performed at Lead State’s or other Participating or Purchasing Entity’s cost during normal business hours in a manner to minimize disruption to Contractor’s business. The parties shall agree to appropriate confidentiality terms and conditions before access to premises is given, and Lead State or other Participating or Purchasing Entity shall promptly provide Contractor with a copy of the results of the inspection, which will be deemed Contractor’s Confidential Information. Product Acceptance. Upon delivery, the Purchasing Entity shall have 30 calendar days to inspect to determine if the Products meet Contractor’s specifications (“Specifications”). Failure to reject upon receipt, however, does not relieve the contractor of liability for material (nonconformity that substantially impairs value) latent or hidden defects subsequently revealed when goods are put to use. The Purchasing Entity will make every effort to notify the Contractor, within thirty (30) calendar days following delivery, of non-acceptance of a Product or completion of Service. In the event that the Contractor has not been notified within 30 calendar days from delivery of Product or completion of Service, the Product and Services will be deemed accepted on the 31st day after delivery of Product or completion of Services. This clause shall not be applicable, if acceptance testing and corresponding terms have been mutually agreed to by both parties in writing. The warranty period shall begin upon delivery to the Purchasing Entity. Services Acceptance. Services are performed using generally recognized commercial practices and standards. If any services do not conform to contract requirements, the Purchasing Entity agrees to provide prompt notice, and Contractor will perform the services again in conformity with contract requirements, at no increase in Order amount. When defects cannot be corrected by re-performance, the Purchasing Entity may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements, may cancel or modify the Order to remove the nonconforming services, and shall be refunded any amounts paid for the nonconforming services. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 16 of 40 Acceptance Testing. Acceptance Testing means the process for ascertaining that the Product meets the standard of performance prior to Acceptance by the Purchasing Entity. The Purchasing Entity and the Contractor shall determine if Acceptance Testing is applicable and/or required for the purchase. Acceptance testing terms will be mutually agreed, in writing and included in an Order or Statement of Work. If Acceptance Testing is NOT applicable, the terms regarding Acceptance in the Contract shall prevail. Title of Product. Title for hardware Products will pass upon delivery to Purchasing Entity or its designee, free and clear of all liens, encumbrances, or other security interests. Transfer of title to the Product shall include a license to use any Embedded Software in the Product, as follows: To the extent that the Software sold under the Master Agreement is Commercial Off-the-Shelf Software, such Software is licensed, not sold, to the Purchasing Entity. The Contractor and its licensors reserve and retain all rights not expressly granted to the Purchasing Entity. No right, title or interest to any trademark, service mark, logo or trade name of Contractor or its licensors is granted to the Purchasing Entity. Licenses to such Software is provided in accordance with the terms of the manufacturer’s written End User License Agreement tied to the product at the time of purchase unless otherwise negotiated between Purchasing Entity and the Contractor or the Licensor in a duly executed contract. Contractor will perform services for the Purchasing Entity, subject to the following section pursuant to a fully executed Statement of Work entered into between the Purchasing Entity and the Contractor. Ownership. No transfer of ownership of any intellectual property will occur under this Agreement or any Participating Addenda. Purchasing Entity grants Contractor a non-exclusive, worldwide, royalty free right and license to any intellectual property that is necessary for Contractor and its designees to perform the ordered services. If deliverables (excluding Products and Services) are created by Contractor specifically for Purchasing Entity and identified as such in Supporting Material, Contractor hereby grants Purchasing Entity a worldwide, non-exclusive, fully paid, royalty-free license to reproduce and use copies of the Deliverables internally. The Contractor shall be responsible for ensuring that the license is consistent with any third-party rights in the Pre- existing Intellectual Property. Any and all licensing, maintenance, cloud services, or order specific agreements referenced within the terms and conditions of this Master Agreement are agreed to only to the extent that the terms do not conflict with the terms of the Participating Addendum or the terms of the Master Agreement as incorporated into the Participating Addendum, and to the extent the terms are not in conflict with the Participating Entities’ applicable laws. In the event of a conflict in the terms and conditions, the conflict shall be resolved as detailed in the Order of Precedence defined herein. Notwithstanding the foregoing, licensing, maintenance, cloud services agreements, or order specific agreements may be further negotiated by the Contractor or, if applicable, the Licensor, and the potential Purchasing Entity, provided the contractual documents are duly executed in writing. Warranty. All Contractor-branded Products are covered by Contractor’s limited warranty statements that are provided with the Products or otherwise made available. Hardware Product warranties begin on the date of delivery or if applicable, upon completion of Contractor installation, or (where Purchasing Entity delays Contractor installation) at the latest 30 days from the date of delivery. For third-party Products sold by Contractor that are not Contractor-branded, the Contractor sells the third-party Products “AS IS” with the manufacturer’s or publisher’s standard warranty, software license, support, and maintenance terms. The Contractor will provide warranty, support, and maintenance call numbers and assist the Purchasing Entity to engage the manufacturer or publisher for warranty, support, and maintenance issues. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 17 of 40 When Contractor receives a valid warranty claim for an Contractor-branded hardware or software Product, Contractor will either repair the relevant defect or replace the Product. If Contractor is unable to complete the repair or replace the product within a reasonable time, Participating Entity will be entitled to a full refund upon the prompt return of the product to Contractor (if hardware) or upon written confirmation by Participating Entity that the relevant software Product has been destroyed or permanently disabled. Contractor will pay for shipment of repaired or replaced products to Purchasing Entity and shipment of items returned to Contractor under this section. Services with Deliverables. If Supporting Material for services defines specific deliverables (non-products or services), Contractor warrants those deliverables will conform materially to their written specifications for 30 days following delivery. If Customer notifies Contractor of such a non-conformity during the 30-day period, Contractor will promptly remedy the impacted deliverables or refund to Customer the fees paid for those deliverables and Customer will return those deliverables to Contractor. Eligibility. Contractor’s service, support and warranty commitments do not cover claims resulting from: improper use, site preparation, or site or environmental conditions or other non-compliance with applicable Supporting Material; Modifications or improper system maintenance or calibration not performed by Contractor or authorized by Contractor; failure or functional limitations of any non-Contractor software or product impacting systems receiving Contractor support or service; malware (e.g. virus, worm, etc.) not introduced by Contractor; or abuse, negligence, accident, fire or water damage, electrical disturbances, transportation by Participating Entity, or other causes beyond Contractor’s control. f. This Agreement states all remedies for warranty claims. To the extent permitted by law, Contractor disclaims all other warranties. Nothing in this section shall modify Contractor’s obligations regarding, or liability for, intellectual property infringement. System Failure or Damage. In the event of system failure or damage caused by the Contractor or its Product, the Contractor shall use reasonable efforts to restore or assist in restoring the system to operational capacity. The Contractor shall be responsible under this provision to the extent a 'system' is defined at the time of the Order; otherwise the rights of the Purchasing Entity shall be governed by the Warranty. Payment. Payment after Acceptance is normally made within 30 days following the date the entire order is delivered or the date a correct invoice is received, whichever is later. After 45 days the Contractor may assess overdue account charges up to a maximum rate of one percent per month on the outstanding balance, unless a different late payment amount is specified in a Participating Addendum, Order, or otherwise prescribed by applicable law. Payments will be remitted by mail or electronically. Payments may be made via a State or political subdivision “Purchasing Card” with no additional charge. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 18 of 40 Prices are exclusive of taxes, duties, and fees, unless otherwise quoted. If a withholding tax is required by law, the tax will be added and identified on the applicable invoice. All applicable taxes, duties, and fees must be identified on the quote. Leasing or Alternative Financing Methods. Lease purchase and term leases are allowable only for Purchasing Entities whose rules and regulations permit leasing of software. Individual Purchasing Entities may enter into a lease agreement for the products covered in this Master Agreement, if they have the legal authority to enter into these types of agreements without going through a competitive process and if the applicable PAs permit leasing. No lease agreements will be reviewed or evaluated as part of the RFP evaluation process. Contract Provisions for Orders Utilizing Federal Funds. Pursuant to Appendix II to 2 Code of Federal Regulations (CFR) Part 200, Contract Provisions for Non-Federal Entity Contracts Under Federal Awards, Orders funded with federal funds may have additional contractual requirements or certifications that must be satisfied at the time the Order is placed or upon delivery. These federal requirements may be proposed by Participating Entities in Participating Addenda and Purchasing Entities for incorporation in Orders placed under this Master Agreement. Self Audit. The Contractor must conduct at a minimum a quarterly self-audit, unless approved by the Lead State. The audit will sample a minimum of one tenth of one percent (.001) of orders with a maximum of 100 audits per quarter conducted. For example: Up to 1,000 sales = 1 audit; 10,000 sales = 10 audits; Up to 100,000 sales = 100 audits. This will be a random sample of orders and invoices and must include documentation of pricing. Summary findings must be reported to Lead State with actions to correct documented findings. Assignment/Subcontracts. Contractor shall not assign, sell, transfer, subcontract or sublet rights, or delegate responsibilities under this Master Agreement, in whole or in part, without the prior written approval of the Lead State. The Lead State, or Participating Entity, shall not assign, delegate or otherwise transfer all or any part of this Master Agreement without prior written consent from Contractor, except for assignment or delegation to a Participating Entity State agency or eligible Purchasing Entity. The Lead State reserves the right to assign any rights or duties, including written assignment of contract administration duties to NASPO ValuePoint and other third parties. Insurance. Contractor shall, during the term of this Master Agreement, maintain in full force and effect, the insurance described in this section. Contractor shall acquire such insurance from an insurance carrier or carriers licensed to conduct business in the Lead State and in each Participating Entity’s state and having a rating of A-, Class VII or better, in the most recently published edition of A.M. Best’s Insurance Reports. Failure to buy and maintain the required insurance may result in this Master Agreement’s termination or, at a Participating Entity’s option, result in termination of its Participating Addendum. Coverage shall be written on an occurrence basis. The minimum acceptable limits shall be as indicated below: Commercial General Liability covering premises operations, independent contractors, products and completed operations, blanket contractual liability, personal injury (including death), advertising liability, and property damage, with a limit of not less than $1 million per occurrence/$2 million general aggregate; DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 19 of 40 Contractor must comply with any applicable State Workers Compensation or Employers Liability Insurance requirements. Contractor shall pay premiums on all insurance policies. Contractor shall provide notice to a Participating Entity within five (5) business days after Contractor is first aware of expiration, cancellation or nonrenewal of such policy or is first aware that cancellation is threatened or expiration, nonrenewal or expiration otherwise may occur. Prior to commencement of performance, Contractor shall provide to the Participating Entity a certificate of insurance showing the Contractor’s general liability insurance policy or other documentary evidence acceptable to the Lead State that (1) names the Participating Entity as an additional insured, (2) provides that written notice of cancellation shall be delivered in accordance with the policy provisions, and (3) provides that the Contractor’s liability insurance policy shall be primary, with any liability insurance of any Participating Entity as secondary and noncontributory. Unless otherwise agreed in any Participating Addendum, other state Participating Entities’ rights and Contractor’s obligations are the same as those specified in the first sentence of this subsection except the endorsement is provided to the applicable state. During the term of this Master Agreement, the Lead State and Participating Entities may request Contractor provide evidence of coverage that meets the requirements of this Section. Failure to provide evidence of coverage may, at the sole option of the Lead State, or any Participating Entity, result in this Master Agreement’s termination or the termination of any Participating Addendum. Coverage and limits shall not limit Contractor’s liability and obligations under this Master Agreement, any Participating Addendum, or any Purchase Order. Administrative Fees. The Contractor shall pay to NASPO ValuePoint, or its assignee, a NASPO ValuePoint Administrative Fee of one- quarter of one percent (0.25% or 0.0025) no later than sixty (60) days following the end of each calendar quarter. The NASPO ValuePoint Administrative Fee shall be submitted quarterly and is based on all sales of products and services under the Master Agreement (less any charges for taxes or shipping). The NASPO ValuePoint Administrative Fee is not negotiable. The NASPO ValuePoint Administrative Fee in this section shall be based on the gross amount of all sales (less any charges for taxes or shipping) at the adjusted prices (if any) in Participating Addenda. Additionally, some states may require an additional fee be paid directly to the state only on purchases made by Purchasing Entities within that state. For all such requests, the fee level, payment method and schedule for such reports and payments will be incorporated into the Participating Addendum that is made a part of the Master Agreement. The Purchasing Entity may allow the Contractor to adjust the Master Agreement pricing to account for these additional fees for purchases made by Purchasing Entities within the jurisdiction of the Participating Entity. All such agreements shall not affect the NASPO ValuePoint Administrative Fee percentage or the prices paid by the Purchasing Entities outside the jurisdiction of the state requesting the additional fee. NASPO ValuePoint Reports Sales Data Reporting. In accordance with this section, Contractor shall report to NASPO ValuePoint all Orders under this Master Agreement for which Contractor has invoiced the ordering entity, including Orders invoiced to Participating Entity (“Sales Data”). Timely and complete reporting of Sales Data is a material requirement of this Master Agreement. Reporting requirements, including those related to the format, contents, frequency, or delivery of reports, may be updated by NASPO ValuePoint with reasonable notice to Contractor and without DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 20 of 40 amendment to this Master Agreement. NASPO ValuePoint shall have exclusive ownership of any media on which reports are submitted and shall have a perpetual, irrevocable, non-exclusive, royalty free, and transferable right to display, modify, copy, and otherwise use reports, data, and information provided under this section. Summary Sales Data. “Summary Sales Data” is Sales Data reported as cumulative totals by state. Contractor shall, using the reporting tool or template provided by NASPO ValuePoint, report Summary Sales Data to NASPO ValuePoint for each calendar quarter no later than thirty (30) days following the end of the quarter. If Contractor has no reportable Sales Data for the quarter, Contractor shall submit a zero-sales report. Detailed Sales Data. “Detailed Sales Data” is Sales Data that includes for each Order all information required by the Solicitation or by NASPO ValuePoint, including customer information, Order information, and line-item details. Contractor shall, using the reporting tool or template provided by NASPO ValuePoint, report Detailed Sales Data to NASPO ValuePoint for each calendar quarter no later than thirty (30) days following the end of the quarter. Detailed Sales Data shall be reported in the format provided in the Solicitation or provided by NASPO ValuePoint. The total sales volume of reported Detailed Sales Data shall be consistent with the total sales volume of reported Summary Sales Data. Sales Data Crosswalks. Upon request by NASPO ValuePoint, Contractor shall provide to NASPO ValuePoint tables of customer and Product information and specific attributes thereof for the purpose of standardizing and analyzing reported Sales Data (“Crosswalks”). Customer Crosswalks must include a list of existing Purchasing Entities and identify for each the appropriate customer type as defined by NASPO ValuePoint. Product Crosswalks must include Contractor’s part number or SKU for each Product in Offeror’s catalog and identify for each the appropriate Master Agreement category (and subcategory, if applicable), manufacturer part number, product description, eight-digit UNSPSC Class Level commodity code, and (if applicable) EPEAT value and Energy Star rating. Crosswalk requirements and fields may be updated by NASPO ValuePoint with reasonable notice to Contractor and without amendment to this Master Agreement. Contractor shall work in good faith with NASPO ValuePoint to keep Crosswalks updated as Contractor’s customer lists and product catalog change. e. Executive Summary. Contractor shall, upon request by NASPO ValuePoint, provide NASPO ValuePoint with an executive summary that includes but is not limited to a list of states with an active Participating Addendum, states with which Contractor is in negotiations, and any Participating Addendum roll-out or implementation activities and issues. NASPO ValuePoint and Contractor will determine the format and content of the executive summary. NASPO ValuePoint Cooperative Program Marketing, Training, and Performance Review. Contractor agrees to work cooperatively with NASPO ValuePoint personnel. Contractor agrees to present plans to NASPO ValuePoint for the education of Contractor’s contract administrator(s) and sales/marketing workforce regarding the Master Agreement contract, including the competitive nature of NASPO ValuePoint procurements, the Master agreement and participating addendum process, and the manner in which qualifying entities can participate in the Master Agreement. Contractor agrees, as Participating Addendums become executed, if requested by ValuePoint personnel to provide plans to launch the program within the Participating Entity. Plans will include time frames to launch the agreement and confirmation that the Contractor’s website has been updated to properly reflect the contract offer as available in the Participating Entity. Contractor agrees, absent anything to the contrary outlined in a Participating Addendum, to consider customer proposed terms and conditions, as deemed important to the customer, for possible inclusion into the customer agreement. Contractor will ensure that their sales force is aware of this contracting option. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 21 of 40 Contractor agrees to participate in an annual contract performance review at a location selected by the Lead State and NASPO ValuePoint, which may include a discussion of marketing action plans, target strategies, marketing materials, as well as Contractor reporting and timeliness of payment of administration fees. Contractor acknowledges that the NASPO ValuePoint logos may not be used by Contractor in sales and marketing until a logo use agreement is executed with NASPO ValuePoint. The Lead State expects to evaluate the utilization of the Master Agreement at the annual performance review. Lead State may, in its discretion, cancel the Master Agreement pursuant to Paragraph 42 of Exhibit A, or not exercise an option to renew, when Contractor utilization does not warrant further administration of the Master Agreement. The Lead State may exercise its right to not renew the Master Agreement if contractor fails to record or report revenue for three consecutive quarters, upon 60-calendar day written notice to the Contractor. Cancellation based on nonuse or under-utilization will not occur sooner than two years after award of the Master Agreement. This subsection does not limit the discretionary right of either the Lead State or Contractor to cancel the Master Agreement pursuant to Paragraph 42 of Exhibit A or to terminate for default pursuant to Paragraph 44 of Exhibit A. Contractor agrees to notify the Lead State and NASPO ValuePoint of any contractual most-favored-customer provisions in any Cooperative Purchasing Agreements that may affect the promotion of this Master Agreements or whose terms provide for adjustments to future rates or pricing based on rates, pricing in, or Orders from this master agreement. Upon request of the Lead State or NASPO ValuePoint, Contractor shall provide a copy of any such provisions. For the purposes of this paragraph, Cooperative Purchasing Agreement shall mean a cooperative purchasing program facilitating public procurement solicitations and agreements using a lead agency model. This does not include contracts with any federal agency or any federal contract. Right to Publish. Throughout the duration of this Master Agreement, Contractor must secure from the Lead State prior approval for the public release of information that pertains to the potential work or activities covered by the Master Agreement. This limitation does not preclude publication about the award of the Master Agreement or marketing activities consistent with any proposed and accepted marketing plan. The Contractor shall not make any representations of NASPO ValuePoint’s opinion or position as to the quality or effectiveness of the services that are the subject of this Master Agreement without prior written consent. Failure to adhere to this requirement may result in termination of the Master Agreement for cause. Records Administration and Audit. The Contractor shall maintain books, records, documents, and other evidence pertaining to this Master Agreement and Orders placed by Purchasing Entities under it to the extent and in such detail as shall adequately reflect performance and administration of payments and fees. Once every twelve (12) months with ten (10) business days’ written notice, Contractor shall permit the Lead State, a Participating Entity, a Purchasing Entity, the federal government (including its grant awarding entities and the U.S. Comptroller General), and any other duly authorized agent of a governmental agency, to audit, inspect, examine, copy and transcribe Contractor's books, documents, papers and records directly pertinent to this Master Agreement or orders placed by a Purchasing Entity under it for the purpose of making audits, examinations, excerpts, and transcriptions. Any inspector or auditor acting on behalf of the Lead State, Participating Entity, or Purchasing Entity shall comply with the confidentiality terms of this Master Agreement. This right shall survive for a period of six (6) years following termination of this Agreement or final payment for any order placed by a Purchasing Entity against this Agreement, whichever is later, or such longer period as is required by the Purchasing Entity’s state statutes, to assure compliance with the terms hereof or to evaluate performance hereunder. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 22 of 40 Without limiting any other remedy available to any governmental entity, the Contractor shall reimburse the applicable Lead State, Participating Entity, or Purchasing Entity for any overpayments inconsistent with the terms of the Master Agreement or Orders or underpayment of fees found as a result of the examination of the Contractor’s records. The rights and obligations herein exist in addition to any quality assurance obligation in the Master Agreement requiring the Contractor to self-audit contract obligations and that permits the Lead State to review compliance with those obligations. The disclosure of records to Participating States relating to Participating Addenda and Orders placed against the Master Agreement shall be governed by the laws of the Participating State/Participating Entity that placed the Order. Unless prohibited by applicable law, in no event will Contractor be required to provide Lead State, Participating Entity, or Purchasing Entity or any party’s auditor with access to Contractor’s internal Products/Services labor or cost data, or data related to employees or other customers of Contractor unless such data is required to be provided by this Master Agreement or is necessary to confirm Contractor’s compliance with this Master Agreement. Audits shall be performed at the expense of Lead State, Participating Entity, or Purchasing Entity during normal business hours in a manner to minimize disruption to Contractor’s business, and Lead State, Participating Entity, or Purchasing Entity shall promptly provide Contractor with a copy of the results of the audit. Notwithstanding the previous, if the audit results in a finding of Contractor’s material noncompliance with the terms of this Master Agreement, a Participating Addendum, or Order, Contractor shall reimburse the auditing party for the costs of the audit. Indemnification General Indemnity. Contractor shall indemnify, defend (to the extent permitted by a state’s Attorney General), and hold harmless an Indemnified Party from any third-party claims or causes of action, including defense costs settlement amounts, court-awarded damages, (as well as reasonable attorney’s fees and court costs), and third- party costs incurred by Indemnified Party at the request of Contractor in connection with the defense of the claim, to the extent arising from Contractor’s willful misconduct or negligence. Contractor’s defense of such claims is subject to Indemnified Party’s prompt notification of Contractor of such claims, cooperation with Contractor in the defense of the claims, and granting Contractor sole defense of such claims. “Indemnified Party” means NASPO, NASPO ValuePoint, the Lead State, Participating Entities, and Purchasing Entities, along with their officers and employees. The indemnification obligations of this section do not apply in the event the claim or cause of action is the result of the Indemnified Party’s sole negligence. This clause will not be construed to bar any legal remedies the Contractor may have for the Indemnified Party’s failure to fulfill its obligation under this Contract. Intellectual Property Indemnification. Notwithstanding Paragraph 34.a of Exhibit A, the Contractor shall indemnify; defend, to the extent permitted by the Attorney General; and hold harmless the Purchasing Entity, at the Contractor’s expense, from any action or claim brought against the Purchasing Entity to the extent that it is based on a claim that alleges that a Contractor-branded Product or Service as supplied under this Agreement infringes upon the intellectual property rights of a third party. The Contractor will be responsible for payment of any and all such claims, demands, obligations, liabilities, costs, and damages, including but not limited to, attorney fees. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 23 of 40 If such a claim or action arises, or in the Contractor’s or the Purchasing Entity’s opinion is likely to arise, the Contractor must, at the Purchasing Entity’s discretion, either procure for the Purchasing Entity the right or license to use the intellectual property rights at issue, modify the Product or Service, or replace the allegedly infringing Product with one that is at least functionally equivalent to obviate the infringement claim. This remedy of the Purchasing Entity will be in addition to and not exclusive of other remedies provided by law. Notwithstanding the foregoing, Contractor will not be liable under this section to the extent the infringement was caused by: 1) Contractor modification of the infringing material where such modification is made specifically for the Purchasing Entity, and where the Purchasing Entity has set forth the specific manner in which the modifications shall be made, as opposed to where the Purchasing Entity has requested modifications and given Contractor discretion over how to implement said modifications; 2) Purchasing Entity modification of the infringing material where such modification is not made under the direction of Contractor; 3) Unauthorized use of the Product, Service, deliverables or the System in a manner not contemplated by this Contract or as otherwise authorized by the Contractor in writing; 4) use of the deliverables or the System in combination, operation, or use with other products in a manner other than as contemplated by the Contract or otherwise authorized by the Contractor in writing. This Paragraph 34.b of Exhibit A shall also apply to deliverables (excluding Products and Services) identified as such in the relevant Supporting Material except that Contractor is not responsible for claims resulting from deliverables content or design provided by Purchasing Entity. Limitations of Liability The Parties agree that neither Contractor nor the Indemnified Party shall be liable to each other, regardless of the form of action, for consequential, incidental, indirect, or special costs or damages. Contractor’s liability is limited to the greater of (i) the aggregate annual value amount of all fees paid to the Contractor by the Purchasing Entity under this Master Agreement; and (ii) ten million dollars and no cents ($10,000,000.00). Subsections (i) and (ii) are limited to direct damages as a result of a claim arising under this Agreement. This limit on liability does not limit either party’s liability for claims for bodily injury or death caused by its negligence, acts of fraud, willful repudiation of the Agreement, nor any liability which may not be excluded or limited by applicable law. Reserved. Assignment of Antitrust Rights. Contractor irrevocably assigns to a Participating Entity who is a state any claim for relief or cause of action which the Contractor now has or which may accrue to the Contractor in the future by reason of any violation of state or federal antitrust laws (15 U.S.C. § 1-15 or a Participating Entity’s state antitrust provisions), as now in effect and as may be amended from time to time, in connection with any goods or services provided in that state for the purpose of carrying out the Contractor's obligations under this Master Agreement or Participating Addendum, including, at the Participating Entity's option, the right to control any such litigation on such claim for relief or cause of action. Debarment. The Contractor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction (contract) by any governmental department or agency. This certification represents a recurring certification made at the time any Order is placed under this Master Agreement. If the Contractor cannot certify this statement, attach a written explanation for review by the Lead State. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 24 of 40 Governing Law and Venue. The construction and effect of the Master Agreement after award shall be governed by the law of the state serving as Lead State. The construction and effect of any Participating Addendum or Order against the Master Agreement shall be governed by and construed in accordance with the laws of the Participating Entity’s or Purchasing Entity’s State. Venue for any claim, dispute or action concerning the terms of the Master Agreement shall be in the state serving as Lead State. Venue for any claim, dispute, or action concerning any Order placed against the Master Agreement or the effect of a Participating Addendum shall be in the Purchasing Entity’s State. If a claim is brought in a federal forum, then it must be brought and adjudicated solely and exclusively within the United States District Court for (in decreasing order of priority): the Lead State for claims relating to contract performance or administration if the Lead State is a party; a Participating State if a named party; the state where the Participating Entity or Purchasing Entity is located if either is a named party. Confidentiality, Non-Disclosure, and Injunctive Relief. Confidentiality. Contractor acknowledges that it and its employees or agents may, in the course of providing a Product under this Master Agreement, be exposed to or acquire information that is confidential to Purchasing Entity or Purchasing Entity’s clients. Any and all information of any form that is marked as confidential or would by its nature be deemed confidential obtained by Contractor or its employees or agents in the performance of this Master Agreement, including, but not necessarily limited to (1) any Purchasing Entity’s records, (2) personnel records, and (3) information concerning individuals, is confidential information of Purchasing Entity (“Confidential Information”). Any reports or other documents or items (including software) that result from the use of the Confidential Information by Contractor shall be treated in the same manner as the Confidential Information. Confidential Information does not include information that (1) is or becomes (other than by disclosure by Contractor) publicly known; (2) is furnished by Purchasing Entity to others without restrictions similar to those imposed by this Master Agreement; (3) is rightfully in Contractor’s possession without the obligation of nondisclosure prior to the time of its disclosure under this Master Agreement; (4) is obtained from a source other than Purchasing Entity without the obligation of confidentiality, (5) is disclosed with the written consent of Purchasing Entity or; (6) is independently developed by employees, agents or subcontractors of Contractor who can be shown to have had no access to the Confidential Information. Non-Disclosure. Contractor shall hold Confidential Information in confidence, using at least the industry standard of confidentiality, and shall not copy, reproduce, sell, assign, license, market, transfer or otherwise dispose of, give, or disclose Confidential Information to third parties or use Confidential Information for any purposes whatsoever other than what is necessary to the performance of Orders placed under this Master Agreement. Contractor shall advise each of its employees and agents of their obligations to keep Confidential Information confidential. Contractor shall use commercially reasonable efforts to assist Purchasing Entity in identifying and preventing any unauthorized use or disclosure of any Confidential Information. Without limiting the generality of the foregoing, Contractor shall advise Purchasing Entity, applicable Participating Entity, and the Lead State immediately if Contractor learns or has reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Master Agreement, and Contractor shall at its expense cooperate with Purchasing Entity in seeking injunctive or other equitable relief in the name of Purchasing Entity or Contractor against any such person. Except as directed by Purchasing Entity, Contractor will not at any time during or after the term of this Master Agreement disclose, directly or indirectly, any Confidential Information to any person, except in accordance with this Master Agreement, and that upon termination of this Master Agreement or at Purchasing Entity’s request, Contractor shall turn over to Purchasing Entity all documents, papers, and other matter in Contractor's possession that embody Confidential Information. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 25 of 40 Notwithstanding the foregoing, Contractor may keep one copy of such Confidential Information necessary for quality assurance, audits and evidence of the performance of this Master Agreement. Injunctive Relief. Contractor acknowledges that breach of this section, including disclosure of any Confidential Information, will cause irreparable injury to Purchasing Entity that is inadequately compensable in damages. Accordingly, Purchasing Entity may seek and obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies that may be available. Contractor acknowledges and agrees that the covenants contained herein are necessary for the protection of the legitimate business interests of Purchasing Entity and are reasonable in scope and content. Purchasing Entity Law. These provisions shall be applicable only to extent they are not in conflict with the applicable public disclosure laws of any Purchasing Entity. The rights granted Purchasing Entities and Contractor obligations under this section shall also extend to the cooperative’s Confidential Information, defined to include Participating Addenda, as well as Orders or transaction data relating to Orders under this Master Agreement that identify the entity/customer, Order dates, line item descriptions and volumes, and prices/rates. This provision does not apply to disclosure to the Lead State, a Participating State, or any governmental entity exercising an audit, inspection, or examination pursuant to Paragraph 33 of Exhibit A. To the extent permitted by law, Contractor shall notify the Lead State of the identity of any entity seeking access to the Confidential Information described in this subsection. Personal Information. Each party shall comply with their respective obligations under applicable data protection legislation. Contractor does not intend to receive, maintain, process, transmit, or have access to personally identifiable information (“PII”) of Purchasing Entity in providing Services. Public Information. This Master Agreement and all related documents are subject to disclosure pursuant to the Lead State’s public information laws. Cancellation. Unless otherwise set forth in this Master Agreement, this Master Agreement may be canceled by either party upon 60 days written notice prior to the effective date of the cancellation. Further, any Participating Entity may cancel its participation upon 30 days written notice, unless otherwise stated in the Participating Addendum. Cancellation may be in whole or in part. Any cancellation under this provision shall not affect the rights and obligations attending orders outstanding at the time of cancellation, including any right of a Purchasing Entity to indemnification by the Contractor, rights of payment for Products delivered and accepted, rights attending any warranty or default in performance in association with any Order, and requirements for records administration and audit. Cancellation of the Master Agreement due to Contractor default may be immediate as set forth in Paragraph 44 of Exhibit A. Force Majeure. Neither party to this Master Agreement shall be held responsible for delay or default caused by fire, riot, unusually severe weather, other acts of God, or war, as well as restrictions imposed by a public health agency which unforeseeably and substantially inhibit Contractor’s ability to deliver Product or other deliverables under this Master Agreement, which are beyond that party’s reasonable control. The Lead State may terminate this Master Agreement after determining such delay or default will reasonably prevent successful performance of the Master Agreement. Defaults and Remedies. The occurrence of any of the following events shall be an event of default under this Master Agreement: Nonperformance of contractual requirements; or DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 26 of 40 A material breach of this Master Agreement; or Any certification, representation or warranty by Contractor in response to the RFP or in this Master Agreement that proves to be untrue or materially misleading; or Institution of proceedings under any bankruptcy, insolvency, court-ordered reorganization or similar law, by or against Contractor, or the appointment of a receiver or similar officer for Contractor or any of its property, which is not vacated or fully stayed within thirty (30) calendar days after the institution or occurrence thereof; or Any default specified in another section of this Master Agreement. Upon the occurrence of an event of default, except for material breach, the Lead State shall issue a written notice of default, identifying the nature of the default, and providing a period of 30 calendar days in which Contractor shall have an opportunity to cure the default. The Lead State shall not be required to provide advance written notice or a cure period and may immediately terminate this Master Agreement in whole or in part if the Lead State, in its sole discretion, determines that it is reasonably necessary to preserve public safety or prevent immediate public crisis. Time allowed for cure shall not diminish or eliminate Contractor’s liability for damages, including liquidated damages to the extent provided for under this Master Agreement. The Lead State may immediately terminate this Master Agreement upon material breach of the Master Agreement by Contractor. If Contractor is afforded an opportunity to cure and fails to cure the default within the period specified in the written notice of default, Contractor shall be in breach of its obligations under this Master Agreement and the Lead State shall have the right to exercise any or all of the following remedies: Exercise any remedy provided by law; and Terminate this Master Agreement and any related contracts or portions thereof; and Impose liquidated damages as provided in this Master Agreement; and Suspend Contractor from being able to respond to future bid solicitations; and Suspend Contractor’s performance. Unless otherwise specified in the Participating Addendum, in the event of a default under a Participating Addendum, a Participating Entity shall provide a written notice of default as described in this section and shall have all of the rights and remedies under this paragraph regarding its participation in the Master Agreement, in addition to those set forth in its Participating Addendum. Unless otherwise specified in a Purchase Order, a Purchasing Entity shall provide written notice of default as described in this section and have all of the rights and remedies under this paragraph and any applicable Participating Addendum with respect to an Order placed by the Purchasing Entity. In addition, Purchasing Entity may withhold payment for any Order affected by Contractor’s default until the default is remedied. Contractor may terminate this Agreement, on written notice if the Lead State fails to meet any material obligation and fails to remedy the breach within 30 calendar days of Contractor providing written notice of the default that identifies the nature of the default. Contractor may terminate a Participating Addendum, on written notice if the Participating Entity fails to meet any material obligation and fails to remedy the breach within 30 calendar days of Contractor providing written notice of the default that identifies the nature of the default. If the Lead State becomes insolvent, unable to pay debts when due, files for or is subject to bankruptcy or DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 27 of 40 receivership or asset assignment, Contractor may terminate this Agreement any unfulfilled obligations under this Agreement. If the Participating Entity becomes insolvent, unable to pay debts when due, files for or is subject to bankruptcy or receivership or asset assignment, Contractor may terminate that Participating Entity’s Participating Addendum and cancel any unfulfilled obligations under that Participating Addendum. Contractor may suspend or cancel performance of open Orders or Services if Purchasing Entity fails to pay any undisputed payment when due. Waiver of Breach. Failure of the Lead State, Participating Entity, or Purchasing Entity to declare a default or enforce any rights and remedies shall not operate as a waiver under this Master Agreement or Participating Addendum. Any waiver by the Lead State, Participating Entity, or Purchasing Entity must be in writing. Waiver by the Lead State or Participating Entity of any default, right or remedy under this Master Agreement or Participating Addendum, or by Purchasing Entity with respect to any Purchase Order, or breach of any terms or requirements of this Master Agreement, a Participating Addendum, or Purchase Order shall not be construed or operate as a waiver of any subsequent default or breach of such term or requirement, or of any other term or requirement under this Master Agreement, Participating Addendum, or Purchase Order. Notices. If one party is required to give notice to the other under the Master Agreement, such notice shall be in writing and shall be effective upon receipt. Delivery may be by certified United States mail or by hand, in which case a signed receipt shall be obtained. A facsimile or electronic transmission shall constitute sufficient notice, provided the receipt of the transmission is confirmed by the receiving party. Either party must notify the other of a change in address for notification purposes. All notices to the Lead State shall be addressed as follows: Lead State: Elizabeth Randa, Acquisition Management Specialist 112 Administration Bldg. 50 Sherburne Avenue St. Paul, MN 55155 elizabeth.randa@state.mn.us Contractor: Chief Legal Officer 1501 Page Mill Road Palo Alto, CA 94304-1126 With a Copy To: Debra Lee, Public Sector Contract Management Director 10300 Energy Drive Spring, Texas 77389 debra.lee@hp.com No Waiver of Sovereign Immunity. In no event shall this Master Agreement, any Participating Addendum or any contract or any Purchase Order issued thereunder, or any act of the Lead State, a Participating Entity, or a Purchasing Entity be a waiver of any form of defense or immunity, whether sovereign immunity, governmental immunity, immunity based on the Eleventh Amendment to the Constitution of the United States or otherwise, from any claim or from the jurisdiction of any court. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 28 of 40 This section applies to a claim brought against the Participating Entities who are states only to the extent Congress has appropriately abrogated the state’s sovereign immunity and is not consent by the state to be sued in federal court. This section is also not a waiver by the state of any form of immunity, including but not limited to sovereign immunity and immunity based on the Eleventh Amendment to the Constitution of the United States. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 29 of 40 Exhibit B: Minnesota Terms and Conditions Change Requests. The Lead State reserves the right to request, during the term of the Master Agreement, changes to the products offered within the Band(s). Products introduced during the term of the Master Agreement shall go through a formal review process. The process for updating the products offered within a Band is outlined in Paragraph 2 of Exhibit B. The Contractor shall evaluate and recommend products for which agencies have an expressed need. The Lead State shall require the Contractor to provide a summary of its research of those products being recommended for inclusion in the Master Agreement as well as defining how adding the product will enhance the Master Agreement. The Lead State may request that products, other than those recommended, are added to the Master Agreement. In the event that the Lead State desires to add new products and services that are not included in the original Master Agreement, the Lead State requires that independent manufacturers and resellers cooperate with the already established Contractor in order to meet the Lead State’s requirements. Evidence of the need to add products or services should be demonstrated to the Lead State. The Master Agreement shall be modified via supplement or amendment. The Lead State will negotiate the inclusion of the products and services with the Contractor. No products or services will be added to the Master Agreement without the Lead State’s prior approval. Product and Service Schedule (PSS). Creating the Product and Service Schedule (PSS). Contractor will use the attached sample PSS to create and maintain a complete listing of all products and services offered under the Master Agreement. The PSS must conform to the contracted minimum discounts. Contractor may create and maintain a separate PSS for a Participating Entity based on the requirements and restrictions of the Participating Entity. Contractors are encouraged to provide remote learning bundles for K-12 Education. These bundles can be included in the response to the PSS. Maintaining the PSS. In General. Throughout the term of the Master Agreement, on a quarterly basis, Contractor may update the PSS to make model changes, add new products or services, or remove obsolete or discontinued products or services. Any updates to the PSS must conform to the Master Agreement requirements, including the scope of the Master Agreement and contracted minimum discounts. Process. Contractor must provide notification to the Lead State of any changes to their PSS using the attached Action Request Form (ARF). a) The Lead State does not need to approve Contractor’s request to make model changes, add their own manufactured products, or remove discontinued or obsolete products or services, and Contractor does not need the Lead State’s approval prior to posting an updated PSS. b) The Lead State must approve Contractor’s request to add new third party manufacturers to Contractor’s PSS. If the proposed third-party manufacturer holds a NASPO Master Agreement for Computer Equipment, Contractor must obtain written authorization from that manufacturer. Contractor must have the Lead State’s approval prior to posting the updated PSS. c) Contractor must maintain a historic record of all past PSSs and post links on their dedicated NASPO ValuePoint website for the historical records. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 30 of 40 d) Pursuant to the audit provisions of the Master Agreement, upon the request of NASPO ValuePoint, the Lead State, or a Participating Entity, Contractor must provide an historic version of any Baseline Price List. Purchase Orders. There will be no minimum order requirements or charges to process an individual purchase order. The Participating Addendum number and the PO number must appear on all documents (e.g., invoices, packing slips, etc.). The Ordering Entity’s purchase order constitutes a binding contract. Risk of Loss or Damage. The Purchasing Entity is relieved of all risks of loss or damage to the goods or equipment during periods of transportation, and installation by the Contractor and in the possession of the Contractor or their authorized agent. Payment Card Industry Data Security Standard and Cardholder Information Security. Contractor assures all of its Network Components, Applications, Servers, and Subcontractors (if any), which are in scope for Contractor’s PCI Compliance Reporting to its Acquiring Banks, comply with the Payment Card Industry Data Security Standard (“PCIDSS”). “Network Components” shall include, but are not limited to, Contractor’s firewalls, switches, routers, wireless access points, network appliances, and other security appliances; “Applications” shall include, but are not limited to, all purchased and custom external (web) applications. “Servers” shall include, but are not limited to, all of Contractor’s web, database, authentication, DNS, mail, proxy, and NTP servers. “Cardholder Data” shall mean any personally identifiable data associated with a cardholder, including, by way of example and without limitation, a cardholder’s account number, expiration date, name, address, social security number, or telephone number. Subcontractors (if any) must be responsible for the security of all Cardholder Data in its possession; and will only use Cardholder Data for assisting cardholders in completing a transaction, providing fraud control services, or for other uses specifically required by law. Contractor must have a business continuity program which conforms to PCIDSS to protect Cardholder Data in the event of a major disruption in its operations or in the event of any other disaster or system failure which may occur to operations; will continue to safeguard Cardholder Data in the event this Agreement terminates or expires; and ensure that a representative or agent of the payment card industry and a representative or agent of the Purchasing Entity shall be provided with full cooperation and access to conduct a thorough security review of Contractor’s operations, systems, records, procedures, rules, and practices in the event of a security intrusion in order to validate compliance with PCIDSS. Foreign Outsourcing of Work. Upon request, the Contractor is required to provide information regarding the location of where services, data storage, and location of data processing under the Master Agreement will be performed. State Audits (Minn. Stat. § 16C.05, subd. 5). The books, records, documents, and accounting procedures and practices of the Contractor or other party, that are relevant to the Master Agreement or transaction are subject to examination by the contracting agency and either the Lead State’s Legislative Auditor or State Auditor as appropriate for a minimum of six years after the end of the Master Agreement or transaction. The Lead State reserves the right to authorize delegate(s) to audit this Master Agreement and transactions. Certification of Nondiscrimination (in accordance with Minn. Stat. § 16C.053). If the value of this Contract, including all extensions, is $50,000 or more, Contractor certifies it does not engage in and has no present plans to engage in discrimination against Israel, or against persons or entities doing business in Israel, when making decisions related to the operation of the contractor's business. For purposes of this section, "discrimination" includes but is not limited to engaging in refusals to deal, terminating business activities, or other actions that are intended to limit commercial relations with Israel, or persons or entities doing business in Israel, when DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 31 of 40 such actions are taken in a manner that in any way discriminates on the basis of nationality or national origin and is not based on a valid business reason. Human Rights/Affirmative Action. The Lead State requires affirmative action compliance by its Contractors in accordance with Minn. Stat. § 363A.36 and Minn. R. 5000.3400 to 5000.3600. Covered Contracts and Contractors. If the Contract exceeds $100,000 and the Contractor employed more than 40 full-time employees on a single working day during the previous 12 months in Minnesota or in the state where it has its principal place of business, then the Contractor must comply with the requirements of Minn. Stat. § 363A.36 and Minn. R. 5000.3400-5000.3600. Minn. R. 5000.3400-5000.3600 implement Minn. Stat. § 363A.36. These rules include, but are not limited to, criteria for contents, approval, and implementation of affirmative action plans; procedures for issuing certificates of compliance and criteria for determining a contractor’s compliance status; procedures for addressing deficiencies, sanctions, and notice and hearing; annual compliance reports; procedures for compliance review; and contract consequences for noncompliance. The specific criteria for approval or rejection of an affirmative action plan are contained in various provisions of Minn. R. 5000.3400 5000.3600 including, but not limited to, parts 5000.3420-5000.3500 and parts 5000.3552 5000.3559. Disabled Workers. Minn. R. 5000.3550 provides the Contractor must comply with the following affirmative action requirements for disabled workers. AFFIRMATIVE ACTION FOR DISABLED WORKERS (a) The Contractor must not discriminate against any employee or applicant for employment because of physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified disabled persons without discrimination based upon their physical or mental disability in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (b) The Contractor agrees to comply with the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. (c) In the event of the Contractor’s noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minn. Stat. § 363A.36 and the rules and relevant orders of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. (d) The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the commissioner of the Minnesota Department of Human Rights. Such notices must state the Contractor’s obligation under the law to take affirmative action to employ and advance in employment qualified disabled employees and applicants for employment, and the rights of applicants and employees. (e) The Contractor must notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding, that the Contractor is bound by the terms of Minn. Stat. § 363A.36 of the Minnesota Human Rights Act and is committed to take affirmative action to employ and advance in employment physically and mentally disabled persons. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 32 of 40 Consequences. The consequences of a Contractor’s failure to implement its affirmative action plan or make a good faith effort to do so include, but are not limited to, suspension or revocation of a certificate of compliance by the commissioner, refusal by the commissioner to approve subsequent plans, and termination of all or part of the Contract by the commissioner or the State. Certification. The Contractor hereby certifies that it is in compliance with the requirements of Minn. Stat. § 363A.36, subd. 1 and Minn. R. 5000.3400-5000.3600 and is aware of the consequences for noncompliance. It is agreed between the parties that Minn. Stat. 363.36 and Minn. R. 5000.3400 to 5000.3600 are incorporated into any contract between these parties based upon this specification or any modification of it. A copy of Minn. Stat. § 363A.36 and Minn. R. 5000.3400 to 5000.3600 are available upon request from the contracting agency. Equal Pay Certification. If required by Minn. Stat. §363A.44, the Contractor must have a current Equal Pay Certificate prior to Contract execution. If Contractor's Equal Pay Certificate expires during the term of this Contract, Contractor must promptly re- apply for an Equal Pay Certificate with the Minnesota Department of Human Rights and notify the State's Authorized Representative once the Contractor has received the renewed Equal Pay Certificate. If Contractor claims to be exempt, the Lead State may require Contractor to verify its exempt status. Reserved. Nonvisual Access Standards. Pursuant to Minn. Stat. § 16C.145, the Contractor shall comply with the following nonvisual technology access standards: That the effective interactive control and use of the technology, including the operating system applications programs, prompts, and format of the data presented, are readily achievable by nonvisual means; That the nonvisual access technology must be compatible with information technology used by other individuals with whom the blind or visually impaired individual must interact; That nonvisual access technology must be integrated into networks used to share communications among employees, program participants, and the public; and That the nonvisual access technology must have the capability of providing equivalent access by nonvisual means to telecommunications or other interconnected network services used by persons who are not blind or visually impaired. These standards do not require the installation of software or peripheral devices used for nonvisual access when the information technology is being used by individuals who are not blind or visually impaired. Accessibility Standards. Contractor acknowledges and is fully aware that the Lead State (Executive branch state agencies) has developed IT Accessibility Standard effective September 1, 2010. The standard entails, in part, the Web Content Accessibility Guidelines (WCAG) and Section 508 which can be viewed at: https://mn.gov/mnit/government/policies/accessibility/. The Standards apply to web sites, software applications, electronic reports and output documentation, training delivered in electronic formats (including, but not limited to, documents, videos, and webinars), among others. As upgrades are made to the software, products, or subscriptions available through this Contract, the Contractor agrees to develop functionality which supports accessibility. If any issues arise due to nonconformance with the above-mentioned accessibility Standards, the Contractor agrees to provide alternative solutions upon request at no additional charge to the State. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 33 of 40 When updates or upgrades are made to the products or services available through this Contract, the Contractor agrees to document how the changes will impact or improve the product’s or service’s accessibility and usability. This documentation, upon request, must be provided to the Lead State in advance of the change, occurring within an agreed upon timeframe sufficient for the state to review the changes and either approve them or request a remediation plan from the Contractor. Contractor warrants that its Products comply with the above-mentioned accessibility Standards and agrees to indemnify, defend, and hold harmless the Lead State against any claims related to non-compliance of Contractor’s Product with the above-mentioned accessibility Standards. If agreed-upon updates fail to improve the product or service’s accessibility or usability as planned, the failure to comply with this requirement may be cause for contract cancellation or for the Lead State to consider the Contractor in default. Conflict Minerals. Contractor agrees to provide information upon request regarding adherence to the Conflict Minerals section of the Dodd-Frank Wall Street Reform and Consumer Protection Act (Section 1502). See: http://beta.congress.gov/111/bills/hr4173/111hr4173enr.pdf#page=838 http://www.sec.gov/news/press/2012/2012-163.htm Hazardous Substances. To the extent that the goods to be supplied by the Contractor contain or may create hazardous substances, harmful physical agents or infectious agents as set forth in applicable state and federal laws and regulations, the Contractor must provide Material Safety Data Sheets regarding those substances. A copy must be included with each delivery. Copyrighted Material Waiver. The Lead State reserves the right to use, reproduce and publish proposals in any manner necessary for State agencies and local units of government to access the responses, including but not limited to photocopying, State Intranet/Internet postings, broadcast faxing, and direct mailing. In the event that the response contains copyrighted or trademarked materials, it is the responder’s responsibility to obtain permission for the Lead State to reproduce and publish the information, regardless of whether the responder is the manufacturer or reseller of the products listed in the materials. By signing its response, the responder certifies that it has obtained all necessary approvals for the reproduction and distribution of the contents of its response and agrees to indemnify, protect, save and hold the Lead State, its representatives and employees harmless from any and all claims arising from the violation of this section and agrees to pay all legal fees incurred by the Lead State in the defense of any such action. Publicity. The Contractor shall make no representations of the State’s opinion or position as to the quality or effectiveness of the products or services that are the subject of the Master Agreement without the prior written consent of the State’s Assistant Director or designee of Office of State Procurement. Representations include any publicity, including but not limited to advertisements, notices, press releases, reports, signs, and similar public notices. Performance While Dispute is Pending. Notwithstanding the existence of a dispute, the parties shall continue without delay to carry out all of their responsibilities under the Master Agreement that are not affected by the dispute. If a party fails to continue without delay to perform its responsibilities under the Master Agreement, in the accomplishment of all undisputed work, any additional cost incurred by the other parties as a result of such failure to proceed shall be borne by the responsible party. Organizational Conflicts of Interest. An organizational conflict of interest exists when, because of existing or planned activities or because of relationships with other persons: the Contractor is unable or potentially unable to render impartial assistance or advice to the State; DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 34 of 40 the Contractor’s objectivity in performing the work is or might be otherwise impaired; or the Contractor has an unfair competitive advantage. The Contractor agrees that if an organizational conflict of interest is discovered after award, an immediate and full disclosure in writing shall be made to the Assistant Director of the Lead State’s Department of Administration’s Office of State Procurement that shall include a description of the action the Contractor has taken or proposes to take to avoid or mitigate such conflicts. If an organizational conflict of interest is determined to exist, the Lead State may, at its discretion, cancel the Master Agreement. In the event the Contractor was aware of an organizational conflict of interest prior to the award of the Master Agreement and did not disclose the conflict to the Master Agreement Administrator, the Lead State may terminate the Master Agreement for default. The provisions of this clause shall be included in all subcontracts for work to be performed, and the terms “Contract,” “Contractor,” “Master Agreement”, “Master Agreement Administrator” and “Contract Administrator” modified appropriately to preserve the State’s rights. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Certification regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions. Instructions for certification: By signing and submitting this proposal, the prospective lower tier participant [responder] is providing the certification set out below. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and debarment. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal [response] is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. The terms covered transaction, debarred, suspended, ineligible lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverages section of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. The prospective lower tier participant agrees by submitting this response that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction [subcontract equal to or exceeding $25,000] with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled, “Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion – Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 35 of 40 suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the list of parties excluded from federal procurement and nonprocurement programs. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transactions. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Government Data Practices. The Contractor and the Lead State must comply with the Minnesota Government Data Practices Act, Minn. Stat. Ch. 13, (and where applicable, if the Lead State contracting party is part of the judicial branch, with the Rules of Public Access to Records of the Judicial Branch promulgated by the Minnesota Supreme Court as the same may be amended from time to time) as it applies to all data provided by the Lead State to the Contractor and all data provided to the Lead State by the Contractor. In addition, the Minnesota Government Data Practices Act applies to all data created, collected, received, stored, used, maintained, or disseminated by the Contractor in accordance with the Master Agreement that is private, nonpublic, protected nonpublic, or confidential as defined by the Minnesota Government Data Practices Act, Ch. 13 (and where applicable, that is not accessible to the public under the Rules of Public Access to Records of the Judicial Branch). In the event the Contractor receives a request to release the data referred to in this article, the Contractor must immediately notify the Lead State. The Lead State will give the Contractor instructions concerning the release of the data to the requesting party before the data is released. The civil remedies of Minn. Stat. § 13.08, apply to the release of the data by either the Contractor or the Lead State. The Contractor agrees to indemnify, save, and hold the Lead State, its agent and employees, harmless from all claims arising out of, resulting from, or in any manner attributable to any violation of any provision of the Minnesota Government Data Practices Act (and where applicable, the Rules of Public Access to Records of the Judicial Branch), including legal fees and disbursements paid or incurred to enforce this provision of the Master Agreement. In the event that the Contractor subcontracts any or all of the work to be performed under the Master Agreement, the Contractor shall retain responsibility under the terms of this article for such work. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 36 of 40 Survivability. Certain rights and duties of the Lead State and Contractor will survive the expiration or cancellation of the RFP and resulting Master Agreement. These rights and duties include but are not limited to paragraphs: Indemnification; Limitations of Liability; State Audits; Government Data Practices; Governing Law and Venue; Publicity; and Administrative Fees. Purchase Orders, software licenses, warranties, Statements of Work, and service agreements that were entered into under the terms and conditions of the Agreement shall survive the expiration, cancellation, or termination of this Agreement. Severability. If any provision of the Master Agreement, including items incorporated by reference, is found to be illegal, unenforceable, or void, then both the Lead State and the Contractor shall be relieved of all obligations arising under such provisions. If the remainder of the Master Agreement is capable of performance it shall not be affected by such declaration or finding and shall be fully performed. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 37 of 40 Exhibit C: Requirements Contractor Verification. Contractor must be a manufacturer of a Product in the Band(s) it is awarded a Master Agreement. “Re-branding” a product that is manufactured by another company does not meet this requirement. If the Contractor ceases production, sells or assigns their manufacturing to another vendor, or otherwise no longer manufactures a product during the life of the Master Agreement the Lead State reserves the right to terminate the Contractor’s Master Agreement. Warranty and Maintenance. Contractor must ensure warranty service and maintenance for all equipment, including third party products provided. The Contractor must facilitate the Manufacturer or Publisher warranty and maintenance of third party products furnished through the Master Agreement. The Contractor shall provide the warranty service and maintenance for equipment and all peripherals on the Master Agreement. Website. Contractor must develop and maintain a URL to a web site specific to the awarded Master Agreement. Contractor’s Master Agreement website must offer twenty-four (24) hours per day, seven (7) days per week availability, except for regularly scheduled maintenance times. The website must be separate from the Contractor’s commercially available (i.e., public) on-line catalog and ordering systems. No other items or pricing may be shown on the website without written approval from the Lead State Mandatory Specifications: • Designated Baseline Price List(s) (e.g., MSRP, List, or Education) • Product and Service Schedule (PSS) • Product specifications, pricing, and configuration aids for the major product categories proposed that can be used to obtain an on-line quote, • Service options and service agreements available on the contract. Please refer to Paragraph 5. • Contact information for order placement, service concerns (warranty and maintenance), problem reporting, and billing concerns • Sales representatives for participating entities • Links to environmental certification, including but not limited to take-back/recycling programs, EPEAT, Energy Star, etc. Desirable Specifications: • Purchase order tracking • Information on accessibility and accessible products • Signed Master Agreement • Online ordering capability with the ability to remember multiple ship to locations (if applicable to product) • List of approved partners, if applicable Within 30 calendar days of the notice of intent to award a Master Agreement, Contractor must provide a sample URL of the Master Agreement webpage to the Lead State for review and approval. The Lead State will review and determine acceptability of the website format and data. If the information is determined to be unacceptable or incorrect, the Contractor will have 15 calendar days to provide revisions to the Lead State. After the Lead State approves the website, Contractor may not make material changes to the website without notifying the Lead State through the ARF process and receiving written approval of the changes. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 38 of 40 Environmental Certifications. Contractor must include environmental or supply chain responsibility certifications and registrations for products sold through this Contract on their website. Contractor must provide these certifications and registrations for specific products to Participating Entities upon request. EPEAT Registration. Contractor agrees that applicable products offered that have EPEAT Standards provided under the Master Agreement must have achieved a minimum EPEAT Bronze registration. This requirement does not apply to Band 3. Contractor may propose the addition of a product that has not yet achieved a minimum EPEAT Bronze registration. The Lead State, in its sole discretion may require Contractor to provide the following documentation to support the addition of the proposed product: • A letter from the Green Electronics Council (GEC) on GEC’s letterhead confirming that the verification process is underway; or • A copy of Contractor’s GEC contract, Conformity Assurance Board (CAB) contract, and a letter from Contractor’s CAB stating that the relevant product has been registered with the CAB and that verification is underway. The Lead State reserves the right to reject the inclusion of such product, or if approved, require Contractor to remove the product at a later date if the product does not achieve a minimum EPEAT Bronze registration. The Contractor must remove any products that subsequently exit the verification process without achieving EPEAT Bronze or greater from the Master Agreement. Third-Party Products. Some products offered may be manufactured by a third party. Contractor, however, must provide or facilitate the warranty service and maintenance for all Third-Party Products on the Master Agreement either directly or pass-through from the manufacturer. Contractor may not offer products manufactured by another Contractor holding a Minnesota NASPO ValuePoint Master Agreement for Computer Equipment without approval from the Lead State. Warranty for third-party products must be provided by the Contractor. Warranty documents for products manufactured by a third party are preferred to be delivered to the Participating Entity with the products. Contractor can only offer Third-Party Products in a Band they have been awarded. Third-Party Products are intended to enhance or supplement a Contractor’s own product line, and are not intended to represent more than a third of Contractor’s total sales under this Master Agreement. The Lead State may limit the sale of Third-Party Products through the Master Agreement during the life of the Master Agreement should Third-Party Product sales be determined to consistently exceed one third of the total sales under this Master Agreement. Such limitation may take the form of any action the Lead State so chooses, up to and including non-renewal or cancellation of the Master Agreement. Partner Utilization. If utilizing partners, the Contractor is responsible for the partners providing products and services, as well as warranty service and maintenance for equipment the partner provides. Participating Entities have the option of utilizing partners. Contractor must provide a Participating Entity a copy of its plan for partner utilization upon request. Contractor must make available a list of approved partners for each Participating Entity. Participating Entities must approve specific Partners as outlined within the relevant Participating Addendum, and only partners approved by the Participating Entity may be deployed. The Participating Entity will define the process to add and remove partners in their Participating Addendum. 2019 National Defense Authorization Act, Section 889(f)(3). Under the 2019 National Defense Authorization Act, Section 889(f)(3), the US military is prohibited from purchasing video surveillance and telecommunications equipment from certain Chinese-owned technology firms. While US states DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 39 of 40 are not subject to this act, there is increasing concern for the security of state data. Contractor certifies for the term of this Master Agreement that it is not subject to laws, rules, or policies potentially requiring disclosure of, or provision of access to, customer data to foreign governments or entities controlled by foreign governments, and that Contractor's Products do not contain, include, or utilize components or services supplied by any entity subject to the same. Contractor also certifies that its Products do not contain, include, or utilize any covered technology prohibited under Section 889 of the National Defense Authorization Act, as amended. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Page 40 of 40 Exhibit D: Pricing Schedule Exhibit D will include the pricing schedule, as negotiated by the parties. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule NASPO ValuePoint Computer Equipment (2023-2028) CONTROL SET Master Agreement:23011 Contractor Name:HP Inc. Awarded Bands: x Band 1: Personal Computing Devices (Windows) x Band 2: Personal Computing Devices (Non-Windows) Band 3: Servers and Storage Band Category Code Category Description Discount off Baseline List 1 1B Band 1 - Minimum Discount 13.0% 1 1B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 1 1B-2 Desktops Mid-Range 23.0% 1 1B-3 Desktops High-End 23.0% 1 1B-4 Retail Solutions 18.0% 1 1B-5 Desktop CTO (Configure To Order) Systems 18.0% 1 1B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 1 1B-7 Desktop Options and Accessories 21.0% 1 1B-8 Entry / Value Workstations 24.0% 1 1B-9 Mid-Range Workstations 24.0% 1 1B-10 High-End Workstations 26.0% 1 1B-11 Workstation CTO (Configure To Order) Systems 24.0% 1 1B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 1 1B-13 Workstation Options and Accessories 24.0% 1 1B-14 Thin Clients 18.0% 1 1B-15 Thin Client Options and Accessories 18.0% 1 1B-16 Chromebook 1.0% 1 1B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 1 1B-18 Entry Level Tablets 20.0% 1 1B-19 Ultra-light & Tablet PCs 23.0% 1 1B-20 Mid-Range Tablets 21.0% 1 1B-21 Entry-Level Notebooks 17.0% 1 1B-22 Value Notebooks 13.0% 1 1B-23 Mid-Range Notebooks, ProBook Series 21.0% 1 1B-24 Notebook High-End and workstation mobility 24.0% 1 1B-25 Notebook & Tablet PC CTO Modules 21.0% 1 1B-26 Notebook & Tablet Options and Accessories 21.0% 1 1B-27 Notebook Accessories - Education Software 30.0% 1 1B-28 All HP Smart Buys/Promotions/Specials 1.0% 1 1B-29 Peripherals All HP Commercial Monitors 20.0% 1 1B-30 Peripherals Monitor Options and Accessories 20.0% DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Band Category Code Category Description Discount off Baseline List 1 1B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 1 1B-32 Peripherals All HP Scanners 28.0% 1 1B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 1 1B-34 Peripheral LaserJet cartridges 25.0% 1 1B-35 Peripherals InkJet cartridges 20.0% 1 1B-36 Peripherals DesignJet Ink/Cartridges 23.0% 1 1B-37 Peripherals Access Control for Print 28.0% 1 1B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 1 1T Band 1 - Third Party Product Minimum Discount 5.0% 1 1T-1 APC 15.0% 1 1T-2 All Third Party Hardware 10.0% 1 1T-3 All Third Party Software 5.0% 2 2B Band 2 - Minimum Discount 13.0% 2 2B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 2 2B-2 Desktops Mid-Range 23.0% 2 2B-3 Desktops High-End 23.0% 2 2B-4 Retail Solutions 18.0% 2 2B-5 Desktop CTO (Configure To Order) Systems 18.0% 2 2B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 2 2B-7 Desktop Options and Accessories 21.0% 2 2B-8 Entry / Value Workstations 24.0% 2 2B-9 Mid-Range Workstations 24.0% 2 2B-10 High-End Workstations 26.0% 2 2B-11 Workstation CTO (Configure To Order) Systems 24.0% 2 2B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 2 2B-13 Workstation Options and Accessories 24.0% 2 2B-14 Thin Clients 18.0% 2 2B-15 Thin Client Options and Accessories 18.0% 2 2B-16 Chromebook 1.0% 2 2B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 2 2B-18 Entry Level Tablets 20.0% 2 2B-19 Ultra-light & Tablet PCs 23.0% 2 2B-20 Mid-Range Tablets 21.0% 2 2B-21 Entry-Level Notebooks 17.0% 2 2B-22 Value Notebooks 13.0% 2 2B-23 Mid-Range Notebooks, ProBook Series 21.0% 2 2B-24 Notebook High-End and workstation mobility 24.0% 2 2B-25 Notebook & Tablet PC CTO Modules 21.0% 2 2B-26 Notebook & Tablet Options and Accessories 21.0% 2 2B-27 Notebook Accessories - Education Software 30.0% 2 2B-28 All HP Smart Buys/Promotions/Specials 1.0% 2 2B-29 Peripherals All HP Commercial Monitors 20.0% DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Band Category Code Category Description Discount off Baseline List 2 2B-30 Peripherals Monitor Options and Accessories 20.0% 2 2B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 2 2B-32 Peripherals All HP Scanners 28.0% 2 2B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 2 2B-34 Peripheral LaserJet cartridges 25.0% 2 2B-35 Peripherals InkJet cartridges 20.0% 2 2B-36 Peripherals DesignJet Ink/Cartridges 23.0% 2 2B-37 Peripherals Access Control for Print 28.0% 2 2B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 2 2T Band 2 - Third Party Product Minimum Discount 5.0% 2 2T-1 APC 15.0% 2 2T-2 All Third Party Hardware 10.0% 2 2T-3 All Third Party Software 5.0% S Custom Services 10.0% S HP Care Pack Services 24.0% S HP Care Pack Services Smart Buys (promotions/specials)1.0% S Prebuilt standard HP Image Load & Consulting 10.0% S HP standard Asset Tags 10.0% S Value Added Logistics 10.0% S Onsite Deployment/Installation 10.0% S HP Proactive Management Solutions 10.0% S HP Proactive Security Solutions 10.0% S HP Device Recovery Services 10.0% DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Discount Structure Master Agreement:23011 Contractor Name:HP Inc. Baseline Price List:Posted on Contractor's dedicated NASPO ValuePoint website Band 1: Personal Computer Equipment (Windows OS) Band Category Code Category Description Discount off Baseline List 1 1B Band 1 - Minimum Discount 13.0% 1 1B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 1 1B-2 Desktops Mid-Range 23.0% 1 1B-3 Desktops High-End 23.0% 1 1B-4 Retail Solutions 18.0% 1 1B-5 Desktop CTO (Configure To Order) Systems 18.0% 1 1B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 1 1B-7 Desktop Options and Accessories 21.0% 1 1B-8 Entry / Value Workstations 24.0% 1 1B-9 Mid-Range Workstations 24.0% 1 1B-10 High-End Workstations 26.0% 1 1B-11 Workstation CTO (Configure To Order) Systems 24.0% 1 1B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 1 1B-13 Workstation Options and Accessories 24.0% 1 1B-14 Thin Clients 18.0% 1 1B-15 Thin Client Options and Accessories 18.0% 1 1B-16 Chromebook 1.0% 1 1B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 1 1B-18 Entry Level Tablets 20.0% 1 1B-19 Ultra-light & Tablet PCs 23.0% 1 1B-20 Mid-Range Tablets 21.0% 1 1B-21 Entry-Level Notebooks 17.0% 1 1B-22 Value Notebooks 13.0% 1 1B-23 Mid-Range Notebooks, ProBook Series 21.0% 1 1B-24 Notebook High-End and workstation mobility 24.0% 1 1B-25 Notebook & Tablet PC CTO Modules 21.0% 1 1B-26 Notebook & Tablet Options and Accessories 21.0% 1 1B-27 Notebook Accessories - Education Software 30.0% 1 1B-28 All HP Smart Buys/Promotions/Specials 1.0% 1 1B-29 Peripherals All HP Commercial Monitors 20.0% 1 1B-30 Peripherals Monitor Options and Accessories 20.0% 1 1B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 1 1B-32 Peripherals All HP Scanners 28.0% 1 1B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 1 1B-34 Peripheral LaserJet cartridges 25.0% 1 1B-35 Peripherals InkJet cartridges 20.0% 1 1B-36 Peripherals DesignJet Ink/Cartridges 23.0% 1 1B-37 Peripherals Access Control for Print 28.0% 1 1B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 1 1T Band 1 - Third Party Product Minimum Discount 5.0% 1 1T-1 APC 15.0% DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Discount Structure Band Category Code Category Description Discount off Baseline List 1 1T-2 All Third Party Hardware 10.0% 1 1T-3 All Third Party Software 5.0% Band 2: Personal Computer Equipment (Non-Windows OS) Band Category Code Category Description Discount off Baseline List 2 2B Band 2 - Minimum Discount 13.0% 2 2B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 2 2B-2 Desktops Mid-Range 23.0% 2 2B-3 Desktops High-End 23.0% 2 2B-4 Retail Solutions 18.0% 2 2B-5 Desktop CTO (Configure To Order) Systems 18.0% 2 2B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 2 2B-7 Desktop Options and Accessories 21.0% 2 2B-8 Entry / Value Workstations 24.0% 2 2B-9 Mid-Range Workstations 24.0% 2 2B-10 High-End Workstations 26.0% 2 2B-11 Workstation CTO (Configure To Order) Systems 24.0% 2 2B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 2 2B-13 Workstation Options and Accessories 24.0% 2 2B-14 Thin Clients 18.0% 2 2B-15 Thin Client Options and Accessories 18.0% 2 2B-16 Chromebook 1.0% 2 2B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 2 2B-18 Entry Level Tablets 20.0% 2 2B-19 Ultra-light & Tablet PCs 23.0% 2 2B-20 Mid-Range Tablets 21.0% 2 2B-21 Entry-Level Notebooks 17.0% 2 2B-22 Value Notebooks 13.0% 2 2B-23 Mid-Range Notebooks, ProBook Series 21.0% 2 2B-24 Notebook High-End and workstation mobility 24.0% 2 2B-25 Notebook & Tablet PC CTO Modules 21.0% 2 2B-26 Notebook & Tablet Options and Accessories 21.0% 2 2B-27 Notebook Accessories - Education Software 30.0% 2 2B-28 All HP Smart Buys/Promotions/Specials 1.0% 2 2B-29 Peripherals All HP Commercial Monitors 20.0% 2 2B-30 Peripherals Monitor Options and Accessories 20.0% 2 2B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 2 2B-32 Peripherals All HP Scanners 28.0% 2 2B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 2 2B-34 Peripheral LaserJet cartridges 25.0% 2 2B-35 Peripherals InkJet cartridges 20.0% 2 2B-36 Peripherals DesignJet Ink/Cartridges 23.0% 2 2B-37 Peripherals Access Control for Print 28.0% 2 2B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 2 2T Band 2 - Third Party Product Minimum Discount 5.0% DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Discount Structure Band Category Code Category Description Discount off Baseline List 2 2T-1 APC 15.0% 2 2T-2 All Third Party Hardware 10.0% 2 2T-3 All Third Party Software 5.0% DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Volume-Based Discounts Master Agreement:23011 Contractor Name:HP Inc. 1. Per Transaction Multiple Unit Discount(s) Category Min $ Single Transaction Max $ Single Transaction Per Transaction Multiple Unit Discount Desktops & Workstations $101,000.00 $1,000,000.00 10-15% off HP List Price (est.) fixed price (Big Deal) volume offer Desktops & Workstations > $1,000,000.00 no max 16-26% off HP List Price (est.) fixed price (Big Deal) volume offer Notebooks $101,000.00 $1,000,000.00 6-15% off HP List Price (est.) fixed price (Big Deal) volume offer Notebooks > $1,000,000.00 no max 16-19% off HP List Price (est.) fixed price (Big Deal) Volume offer Tablets $101,000.00 $1,000,000.00 5-7% off HP List Price (est.) fixed price (Big Deal) Volume offer Tablets > $1,000,000.00 no max 8-17% off HP List Price (est.) fixed price (Big Deal) Volume offer Thin Clients $101,000.00 $1,000,000.00 12-21% off HP List Price (est.) fixed price (Big Deal) Volume offer Thin Clients > $1,000,000.00 no max 22-27% off HP List Price (est.) fixed price (Big Deal) Volume offer Monitors $101,000.00 $1,000,000.00 2-4% off HP List Price (est.) fixed price (Big Deal) Volume offer Monitors > $1,000,000.00 no max 5-7% off HP List Price (est.) fixed price (Big Deal) Volume offer All Awarded Bands The estimated additional Volume Discount pricing below may be available by contacting your HP Sales Representative. Be sure to provide HP with your product selection/combination, quantities, timeline of purchase or any other additional information in order to obtain these additional discounts. These discounts exclude HP Smart Buy/Promotions/Specials/Chromebooks and some products within the category as determined by the OEM. (Competitive volume pricing may be available for Chromebooks and product categories not listed, but additional discounts may vary.) Contractor provides a contractual volume discount program as follows based on dollars in a single purchase order or combination of purchase orders submitted at one time by a Purchasing Entity, or multiple entities conducting a cooperative purchase. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Volume-Based Discounts 2. Cumulative Discount(s) Contract Sales Additional Discount For a Product Series in an Additional Category Minimum Band Discount Increase $900,000,000.00 to $1,000,000,000 1.0%2.0% $1,000,000,001 to $1,200,000,000 2.0%3.0% $1,200,000,001 to $1,500,000,000 3.0%4.0% Over $1,500,000,000 4.0%5.0% 3. Other Discount(s) Additional discount(s) available. Bulk Purchase Threshold if applicable Additional Discount 5,000 to 10,000 units 5,000 to 10,000 PCs per Purchase Order 1.0% 10,001 or more units 5,000 to 10,000 PCs per Purchase Order 2.0% Upon procuring agency request and proper coordination with the HP Account Manager, HP may offer an additional discount or technology fee based on the agency request over the volume price for "Bulk Buy Purchases" for HP product categories offered (excludes Chromebook/Smart Buys/Promotions/Specials) of HP-branded products during a pre-selected time period (60-90 days). For example, if a procuring entity decides to do a one-time “Bulk Buy” for the purchase of 5,000 select configuration(s), the agency could qualify for a one-time additional discount or technology fee as mutually agreed and negotiated with that specific procuring entity. After review and analysis of the cumulative purchases at the end of each year of the Master Agreement, if HP and NASPO determine that the volumes are reached, these discounts will be passed directly to the Master Agreement based on the Lead State approval for participants and procuring entities to utilize as additional cost savings on HP products. These cumulative discounts are only potential for future potential minimum band discount or potential product services, as determined by HP. Contractor provides a cumulative volume discount as follows based on dollars resulting from the cumulative purchases by all purchases made by Purchasing Entities for the duration of the Master Agreement. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Services Master Agreement:23011 Contractor Name:HP Inc. Travel for Services will be negotiated with each Participating Entity in the Participating Addendum. All Awarded Bands Category Code Description of Service Percent Discount S Custom Services 10.0% S HP Care Pack Services 24.0% S HP Care Pack Services Smart Buys (promotions/specials)1.0% S Prebuilt standard HP Image Load & Consulting 10.0% S HP standard Asset Tags 10.0% S Value Added Logistics 10.0% S Onsite Deployment/Installation 10.0% S HP Proactive Management Solutions 10.0% S HP Proactive Security Solutions 10.0% S HP Device Recovery Services 10.0% HP Care Pack Services: Uplifted & extended warranties, installation, training and other related pre-built standard services Each Purchasing Entity will determine if and how services will be offered in the Participating Addendum. Custom Services: (HP directly or approved Servicing Sub) Installation/de-installation, maintenance, support, training, migration, and optimization of products offered or supplied under the Master Price Agreement. These types of services may include, but are not limited to: warranty services, maintenance, installation, de- installation, factory integration (software or equipment components), asset management, recycling/disposal, training and certification, pre-implementation design, disaster recovery planning and support, service desk/helpdesk, and any other directly related technical support service required for the effective operation of a product offered or supplied. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Lease Rates Master Agreement:23011 Contractor Name:HP Inc. Optional: Lease Rates Lease are provided on the PSS. Rates may be subject to change quarterly. Fair Market Value/True Lease: Tax Exempt Tech Refresh: All Awarded Bands For customers that want to lower their cost of using the equipment and retain maximum flexibility at the end of the lease, Hewlett-Packard Financial Services Company offers a fair market value lease (also known as a true lease). This “pay- as-you-go" structure helps you stretch your budget dollars to get the technology you need today. At the end of the lease term, you have several options: 1) return the equipment without penalty; 2) renew the lease for a specified renewal term at a negotiated lease payment amount; 3) purchase the equipment at its then fair market value; or 4) extend the original term and continue to make the same periodic lease payments until you are ready to exercise one of the three previously listed options. This plan may help customers avoid technology obsolescence and asset disposition costs. Hewlett-Packard Financial Services Company does allow customers to enter into a month-to-month extension at the end of each lease agreement if they find it necessary to maintain their existing leased equipment for longer than the original lease timeframe. Hewlett-Packard Financial Services Company also has a package and shipping service that can be incorporated into the lease contract upfront for returns of equipment at lease end. This service can be very valuable when budgeting for your technology costs. Tech Refresh is structured as a Tax-Exempt Installment Sale with an option on the last payment to return the equipment (and acquire new) or make the payment and own the equipment outright. The standard offer calls for payments to be made annually in advance, though additional structures may be tailored to accommodate budget restrictions. The final (or option) payment is a set amount of the original purchase price of the equipment and is an estimate of the wholesale value of the equipment at the time of the option. The balance of the cost is amortized over the term. The benefit is that an entity is not locked into any one particular deal; it can purchase the equipment or return it and get new technology. Other important elements of the Tech Refresh structure are listed below. • Lessee must provide an irrevocable written election of notice of its intent to refresh or purchase 3 months prior to the refresh period. On the 48-month term the refresh point is month 36 which requires notification at month 33. On the 60-month term the refresh point is month 48 which requires notification at month 45. Sample buyout goes into effect if refresh option is not exercised. • The option cannot be exercised if an event of default has occurred and is continuing • Tech Refresh is offered only as a Tax-Exempt Installment Sale structure • Lessee must be committed to acquire and lease similar equipment prior to exercising the option • There is only one refresh opportunity during the lease Hewlett-Packard Financial Services Company offers the following lease options: (1) Fair Market Value/True Lease; (2) Tax Exempt Tech Refresh; and (3) Tax Exempt Installment Sale (Lease Purchase). DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Lease Rates Tax Exempt Installment Sale (Lease Purchase): In a Tax-exempt Installment Sale structure, payments consist of both principal and interest, with the interest being excludable from the Lessor’s gross income for Federal income tax purposes. During the term of the Lease the Concluding Payment – primarily consisting of unpaid principal – declines as each Lease Payment is made and applied. Under this structure Title typically passes to the Lessee at the Lease Acceptance and the Lessor files a security interest in the equipment. Once the original base Lease Payments are made the Lessee owns the equipment free and clear. DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Prompt Payment Discount Master Agreement:23011 Contractor Name:HP Inc. in 30 in 15, Net 30 in 10, Net 30 X Net 30 All Awarded Bands Other (specify): DocuSign Envelope ID: 66E236D2-1E8E-404E-9D6D-B7029B57E64B Exhibit D: Price Schedule Amendment 01 NASPO ValuePoint Computer Equipment (2023-2028) CONTROL SET Master Agreement:23011 Contractor Name:HP Inc. Awarded Bands: x Band 1: Personal Computing Devices (Windows) x Band 2: Personal Computing Devices (Non-Windows) Band 3: Servers and Storage Band Category Code Category Description Discount off Baseline List 1 1B Band 1 - Minimum Discount 13.0% 1 1B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 1 1B-2 Desktops Mid-Range 23.0% 1 1B-3 Desktops High-End 23.0% 1 1B-4 Retail Solutions 18.0% 1 1B-5 Desktop CTO (Configure To Order) Systems 18.0% 1 1B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 1 1B-7 Desktop Options and Accessories 21.0% 1 1B-8 Entry / Value Workstations 24.0% 1 1B-9 Mid-Range Workstations 24.0% 1 1B-10 High-End Workstations 26.0% 1 1B-11 Workstation CTO (Configure To Order) Systems 24.0% 1 1B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 1 1B-13 Workstation Options and Accessories 24.0% 1 1B-14 Thin Clients 18.0% 1 1B-15 Thin Client Options and Accessories 18.0% 1 1B-16 Chromebook 1.0% 1 1B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 1 1B-18 Entry Level Tablets 20.0% 1 1B-19 Ultra-light & Tablet PCs 23.0% 1 1B-20 Mid-Range Tablets 21.0% 1 1B-21 Entry-Level Notebooks 17.0% 1 1B-22 Value Notebooks 13.0% 1 1B-23 Mid-Range Notebooks, ProBook Series 21.0% 1 1B-24 Notebook High-End and workstation mobility 24.0% 1 1B-25 Notebook & Tablet PC CTO Modules 21.0% 1 1B-26 Notebook & Tablet Options and Accessories 21.0% 1 1B-27 Notebook Accessories - Education Software 30.0% 1 1B-28 All HP Smart Buys/Promotions/Specials 1.0% 1 1B-29 Peripherals All HP Commercial Monitors 20.0% 1 1B-30 Peripherals Monitor Options and Accessories 20.0% Exhibit D: Price Schedule Amendment 01 Band Category Code Category Description Discount off Baseline List 1 1B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 1 1B-32 Peripherals All HP Scanners 28.0% 1 1B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 1 1B-34 Peripheral LaserJet cartridges 25.0% 1 1B-35 Peripherals InkJet cartridges 20.0% 1 1B-36 Peripherals DesignJet Ink/Cartridges 23.0% 1 1B-37 Peripherals Access Control for Print 28.0% 1 1B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 1 1B-39 OMEN EsPort/Gaming notebooks including accessories/options 5.0% 1 1T Band 1 - Third Party Product Minimum Discount 5.0% 1 1T-1 APC 15.0% 1 1T-2 All Third Party Hardware 10.0% 1 1T-3 All Third Party Software 5.0% 2 2B Band 2 - Minimum Discount 13.0% 2 2B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 2 2B-2 Desktops Mid-Range 23.0% 2 2B-3 Desktops High-End 23.0% 2 2B-4 Retail Solutions 18.0% 2 2B-5 Desktop CTO (Configure To Order) Systems 18.0% 2 2B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 2 2B-7 Desktop Options and Accessories 21.0% 2 2B-8 Entry / Value Workstations 24.0% 2 2B-9 Mid-Range Workstations 24.0% 2 2B-10 High-End Workstations 26.0% 2 2B-11 Workstation CTO (Configure To Order) Systems 24.0% 2 2B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 2 2B-13 Workstation Options and Accessories 24.0% 2 2B-14 Thin Clients 18.0% 2 2B-15 Thin Client Options and Accessories 18.0% 2 2B-16 Chromebook 1.0% 2 2B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 2 2B-18 Entry Level Tablets 20.0% 2 2B-19 Ultra-light & Tablet PCs 23.0% 2 2B-20 Mid-Range Tablets 21.0% 2 2B-21 Entry-Level Notebooks 17.0% 2 2B-22 Value Notebooks 13.0% 2 2B-23 Mid-Range Notebooks, ProBook Series 21.0% 2 2B-24 Notebook High-End and workstation mobility 24.0% 2 2B-25 Notebook & Tablet PC CTO Modules 21.0% 2 2B-26 Notebook & Tablet Options and Accessories 21.0% 2 2B-27 Notebook Accessories - Education Software 30.0% 2 2B-28 All HP Smart Buys/Promotions/Specials 1.0% Exhibit D: Price Schedule Amendment 01 Band Category Code Category Description Discount off Baseline List 2 2B-29 Peripherals All HP Commercial Monitors 20.0% 2 2B-30 Peripherals Monitor Options and Accessories 20.0% 2 2B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 2 2B-32 Peripherals All HP Scanners 28.0% 2 2B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 2 2B-34 Peripheral LaserJet cartridges 25.0% 2 2B-35 Peripherals InkJet cartridges 20.0% 2 2B-36 Peripherals DesignJet Ink/Cartridges 23.0% 2 2B-37 Peripherals Access Control for Print 28.0% 2 2B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 2 2B-39 OMEN EsPort/Gaming notebooks including accessories/options 5.0% 2 2T Band 2 - Third Party Product Minimum Discount 5.0% 2 2T-1 APC 15.0% 2 2T-2 All Third Party Hardware 10.0% 2 2T-3 All Third Party Software 5.0% S Custom Services 10.0% S HP Care Pack Services 24.0% S HP Care Pack Services Smart Buys (promotions/specials)1.0% S Prebuilt standard HP Image Load & Consulting 10.0% S HP standard Asset Tags 10.0% S Value Added Logistics 10.0% S Onsite Deployment/Installation 10.0% S HP Proactive Management Solutions 10.0% S HP Proactive Security Solutions 10.0% S HP Device Recovery Services 10.0% Exhibit D: Price Schedule Amendment 01 Discount Structure Master Agreement:23011 Contractor Name:HP Inc. Baseline Price List:Posted on Contractor's dedicated NASPO ValuePoint website Band 1: Personal Computer Equipment (Windows OS) Band Category Code Category Description Discount off Baseline List 1 1B Band 1 - Minimum Discount 13.0% 1 1B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 1 1B-2 Desktops Mid-Range 23.0% 1 1B-3 Desktops High-End 23.0% 1 1B-4 Retail Solutions 18.0% 1 1B-5 Desktop CTO (Configure To Order) Systems 18.0% 1 1B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 1 1B-7 Desktop Options and Accessories 21.0% 1 1B-8 Entry / Value Workstations 24.0% 1 1B-9 Mid-Range Workstations 24.0% 1 1B-10 High-End Workstations 26.0% 1 1B-11 Workstation CTO (Configure To Order) Systems 24.0% 1 1B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 1 1B-13 Workstation Options and Accessories 24.0% 1 1B-14 Thin Clients 18.0% 1 1B-15 Thin Client Options and Accessories 18.0% 1 1B-16 Chromebook 1.0% 1 1B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 1 1B-18 Entry Level Tablets 20.0% 1 1B-19 Ultra-light & Tablet PCs 23.0% 1 1B-20 Mid-Range Tablets 21.0% 1 1B-21 Entry-Level Notebooks 17.0% 1 1B-22 Value Notebooks 13.0% 1 1B-23 Mid-Range Notebooks, ProBook Series 21.0% 1 1B-24 Notebook High-End and workstation mobility 24.0% 1 1B-25 Notebook & Tablet PC CTO Modules 21.0% 1 1B-26 Notebook & Tablet Options and Accessories 21.0% 1 1B-27 Notebook Accessories - Education Software 30.0% 1 1B-28 All HP Smart Buys/Promotions/Specials 1.0% 1 1B-29 Peripherals All HP Commercial Monitors 20.0% 1 1B-30 Peripherals Monitor Options and Accessories 20.0% 1 1B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 1 1B-32 Peripherals All HP Scanners 28.0% 1 1B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 1 1B-34 Peripheral LaserJet cartridges 25.0% 1 1B-35 Peripherals InkJet cartridges 20.0% Exhibit D: Price Schedule Amendment 01 Discount Structure Band Category Code Category Description Discount off Baseline List 1 1B-36 Peripherals DesignJet Ink/Cartridges 23.0% 1 1B-37 Peripherals Access Control for Print 28.0% 1 1B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 1 1B-39 OMEN EsPort/Gaming notebooks including accessories/options 5.0% 1 1T Band 1 - Third Party Product Minimum Discount 5.0% 1 1T-1 APC 15.0% 1 1T-2 All Third Party Hardware 10.0% 1 1T-3 All Third Party Software 5.0% Band 2: Personal Computer Equipment (Non-Windows OS) Band Category Code Category Description Discount off Baseline List 2 2B Band 2 - Minimum Discount 13.0% 2 2B-1 Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 2 2B-2 Desktops Mid-Range 23.0% 2 2B-3 Desktops High-End 23.0% 2 2B-4 Retail Solutions 18.0% 2 2B-5 Desktop CTO (Configure To Order) Systems 18.0% 2 2B-6 Desktop CTO configure to order system bundled in one customer part number 18.0% 2 2B-7 Desktop Options and Accessories 21.0% 2 2B-8 Entry / Value Workstations 24.0% 2 2B-9 Mid-Range Workstations 24.0% 2 2B-10 High-End Workstations 26.0% 2 2B-11 Workstation CTO (Configure To Order) Systems 24.0% 2 2B-12 Workstation CTO configure to order system bundled in one customer part number 24.0% 2 2B-13 Workstation Options and Accessories 24.0% 2 2B-14 Thin Clients 18.0% 2 2B-15 Thin Client Options and Accessories 18.0% 2 2B-16 Chromebook 1.0% 2 2B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 2 2B-18 Entry Level Tablets 20.0% 2 2B-19 Ultra-light & Tablet PCs 23.0% 2 2B-20 Mid-Range Tablets 21.0% 2 2B-21 Entry-Level Notebooks 17.0% 2 2B-22 Value Notebooks 13.0% 2 2B-23 Mid-Range Notebooks, ProBook Series 21.0% 2 2B-24 Notebook High-End and workstation mobility 24.0% 2 2B-25 Notebook & Tablet PC CTO Modules 21.0% 2 2B-26 Notebook & Tablet Options and Accessories 21.0% 2 2B-27 Notebook Accessories - Education Software 30.0% 2 2B-28 All HP Smart Buys/Promotions/Specials 1.0% 2 2B-29 Peripherals All HP Commercial Monitors 20.0% 2 2B-30 Peripherals Monitor Options and Accessories 20.0% Exhibit D: Price Schedule Amendment 01 Discount Structure Band Category Code Category Description Discount off Baseline List 2 2B-31 Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 2 2B-32 Peripherals All HP Scanners 28.0% 2 2B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 2 2B-34 Peripheral LaserJet cartridges 25.0% 2 2B-35 Peripherals InkJet cartridges 20.0% 2 2B-36 Peripherals DesignJet Ink/Cartridges 23.0% 2 2B-37 Peripherals Access Control for Print 28.0% 2 2B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 2 2B-39 OMEN EsPort/Gaming notebooks including accessories/options 5.0% 2 2T Band 2 - Third Party Product Minimum Discount 5.0% 2 2T-1 APC 15.0% 2 2T-2 All Third Party Hardware 10.0% 2 2T-3 All Third Party Software 5.0% Exhibit D: Price Schedule Amendment 01 Volume-Based Discounts Master Agreement:23011 Contractor Name:HP Inc. 1. Per Transaction Multiple Unit Discount(s) Category Min $ Single Transaction Max $ Single Transaction Per Transaction Multiple Unit Discount Desktops & Workstations $101,000.00 $1,000,000.00 10-15% off HP List Price (est.) fixed price (Big Deal) volume offer Desktops & Workstations > $1,000,000.00 no max 16-26% off HP List Price (est.) fixed price (Big Deal) volume offer Notebooks $101,000.00 $1,000,000.00 6-15% off HP List Price (est.) fixed price (Big Deal) volume offer Notebooks > $1,000,000.00 no max 16-19% off HP List Price (est.) fixed price (Big Deal) Volume offer Tablets $101,000.00 $1,000,000.00 5-7% off HP List Price (est.) fixed price (Big Deal) Volume offer Tablets > $1,000,000.00 no max 8-17% off HP List Price (est.) fixed price (Big Deal) Volume offer Thin Clients $101,000.00 $1,000,000.00 12-21% off HP List Price (est.) fixed price (Big Deal) Volume offer Thin Clients > $1,000,000.00 no max 22-27% off HP List Price (est.) fixed price (Big Deal) Volume offer Monitors $101,000.00 $1,000,000.00 2-4% off HP List Price (est.) fixed price (Big Deal) Volume offer Monitors > $1,000,000.00 no max 5-7% off HP List Price (est.) fixed price (Big Deal) Volume offer All Awarded Bands The estimated additional Volume Discount pricing below may be available by contacting your HP Sales Representative. Be sure to provide HP with your product selection/combination, quantities, timeline of purchase or any other additional information in order to obtain these additional discounts. These discounts exclude HP Smart Buy/Promotions/Specials/Chromebooks and some products within the category as determined by the OEM. (Competitive volume pricing may be available for Chromebooks and product categories not listed, but additional discounts may vary.) Contractor provides a contractual volume discount program as follows based on dollars in a single purchase order or combination of purchase orders submitted at one time by a Purchasing Entity, or multiple entities conducting a cooperative purchase. Exhibit D: Price Schedule Amendment 01 Volume-Based Discounts 2. Cumulative Discount(s) Contract Sales Additional Discount For a Product Series in an Additional Category Minimum Band Discount Increase $900,000,000.00 to $1,000,000,000 1.0%2.0% $1,000,000,001 to $1,200,000,000 2.0%3.0% $1,200,000,001 to $1,500,000,000 3.0%4.0% Over $1,500,000,000 4.0%5.0% 3. Other Discount(s) Additional discount(s) available. Bulk Purchase Threshold if applicable Additional Discount 5,000 to 10,000 units 5,000 to 10,000 PCs per Purchase Order 1.0% 10,001 or more units 5,000 to 10,000 PCs per Purchase Order 2.0% Upon procuring agency request and proper coordination with the HP Account Manager, HP may offer an additional discount or technology fee based on the agency request over the volume price for "Bulk Buy Purchases" for HP product categories offered (excludes Chromebook/Smart Buys/Promotions/Specials) of HP-branded products during a pre- selected time period (60-90 days). For example, if a procuring entity decides to do a one-time “Bulk Buy” for the purchase of 5,000 select configuration(s), the agency could qualify for a one-time additional discount or technology fee as mutually agreed and negotiated with that specific procuring entity. After review and analysis of the cumulative purchases at the end of each year of the Master Agreement, if HP and NASPO determine that the volumes are reached, these discounts will be passed directly to the Master Agreement based on the Lead State approval for participants and procuring entities to utilize as additional cost savings on HP products. These cumulative discounts are only potential for future potential minimum band discount or potential product services, as determined by HP. Contractor provides a cumulative volume discount as follows based on dollars resulting from the cumulative purchases by all purchases made by Purchasing Entities for the duration of the Master Agreement. Exhibit D: Price Schedule Amendment 01 Services Master Agreement:23011 Contractor Name:HP Inc. Travel for Services will be negotiated with each Participating Entity in the Participating Addendum. All Awarded Bands Category Code Description of Service Percent Discount S Custom Services 10.0% S HP Care Pack Services 24.0% S HP Care Pack Services Smart Buys (promotions/specials)1.0% S Prebuilt standard HP Image Load & Consulting 10.0% S HP standard Asset Tags 10.0% S Value Added Logistics 10.0% S Onsite Deployment/Installation 10.0% S HP Proactive Management Solutions 10.0% S HP Proactive Security Solutions 10.0% S HP Device Recovery Services 10.0% HP Care Pack Services: Uplifted & extended warranties, installation, training and other related pre-built standard services Each Purchasing Entity will determine if and how services will be offered in the Participating Addendum. Custom Services: (HP directly or approved Servicing Sub) Installation/de-installation, maintenance, support, training, migration, and optimization of products offered or supplied under the Master Price Agreement. These types of services may include, but are not limited to: warranty services, maintenance, installation, de- installation, factory integration (software or equipment components), asset management, recycling/disposal, training and certification, pre-implementation design, disaster recovery planning and support, service desk/helpdesk, and any other directly related technical support service required for the effective operation of a product offered or supplied. Exhibit D: Price Schedule Amendment 01 Lease Rates Master Agreement:23011 Contractor Name:HP Inc. Optional: Lease Rates Lease are provided on the PSS. Rates may be subject to change quarterly. Fair Market Value/True Lease: Tax Exempt Tech Refresh: All Awarded Bands For customers that want to lower their cost of using the equipment and retain maximum flexibility at the end of the lease, Hewlett-Packard Financial Services Company offers a fair market value lease (also known as a true lease). This “pay- as-you-go" structure helps you stretch your budget dollars to get the technology you need today. At the end of the lease term, you have several options: 1) return the equipment without penalty; 2) renew the lease for a specified renewal term at a negotiated lease payment amount; 3) purchase the equipment at its then fair market value; or 4) extend the original term and continue to make the same periodic lease payments until you are ready to exercise one of the three previously listed options. This plan may help customers avoid technology obsolescence and asset disposition costs. Hewlett-Packard Financial Services Company does allow customers to enter into a month-to-month extension at the end of each lease agreement if they find it necessary to maintain their existing leased equipment for longer than the original lease timeframe. Hewlett-Packard Financial Services Company also has a package and shipping service that can be incorporated into the lease contract upfront for returns of equipment at lease end. This service can be very valuable when budgeting for your technology costs. Tech Refresh is structured as a Tax-Exempt Installment Sale with an option on the last payment to return the equipment (and acquire new) or make the payment and own the equipment outright. The standard offer calls for payments to be made annually in advance, though additional structures may be tailored to accommodate budget restrictions. The final (or option) payment is a set amount of the original purchase price of the equipment and is an estimate of the wholesale value of the equipment at the time of the option. The balance of the cost is amortized over the term. The benefit is that an entity is not locked into any one particular deal; it can purchase the equipment or return it and get new technology. Other important elements of the Tech Refresh structure are listed below. • Lessee must provide an irrevocable written election of notice of its intent to refresh or purchase 3 months prior to the refresh period. On the 48-month term the refresh point is month 36 which requires notification at month 33. On the 60-month term the refresh point is month 48 which requires notification at month 45. Sample buyout goes into effect if refresh option is not exercised. • The option cannot be exercised if an event of default has occurred and is continuing • Tech Refresh is offered only as a Tax-Exempt Installment Sale structure • Lessee must be committed to acquire and lease similar equipment prior to exercising the option • There is only one refresh opportunity during the lease Hewlett-Packard Financial Services Company offers the following lease options: (1) Fair Market Value/True Lease; (2) Tax Exempt Tech Refresh; and (3) Tax Exempt Installment Sale (Lease Purchase). Exhibit D: Price Schedule Amendment 01 Lease Rates Tax Exempt Installment Sale (Lease Purchase): In a Tax-exempt Installment Sale structure, payments consist of both principal and interest, with the interest being excludable from the Lessor’s gross income for Federal income tax purposes. During the term of the Lease the Concluding Payment – primarily consisting of unpaid principal – declines as each Lease Payment is made and applied. Under this structure Title typically passes to the Lessee at the Lease Acceptance and the Lessor files a security interest in the equipment. Once the original base Lease Payments are made the Lessee owns the equipment free and clear. Exhibit D: Price Schedule Amendment 01 Prompt Payment Discount Master Agreement:23011 Contractor Name:HP Inc. in 30 in 15, Net 30 in 10, Net 30 X Net 30 All Awarded Bands Other (specify): Amendment No. 01 to NASPO Master Agreement 23011 Page 1 of 1 AMENDMENT NO. 01 TO NASPO MASTER AGREEMENT 23011 THIS AMENDMENT is by and between the State of Minnesota, acting through its Commissioner of Administration (“State”), and HP, Inc., 3000 Hanover Street, Palo Alto, CA 94304 (“Contractor”). WHEREAS, the State has an agreement with the Contractor identified as NASPO Master Agreement 23011, July 1, 2023, through June 30, 2025 (“Master Agreement”), to provide Computer Equipment, Peripherals, & Related Services; and WHEREAS, Minn. Stat. § 16C.03, subd. 5, affords the Commissioner of Administration, or delegate pursuant to Minn. Stat. § 16C.03, subd. 16, the authority to amend contracts; and WHEREAS, the terms of the Master Agreement allow the State to amend the Master Agreement as specified herein, upon the mutual agreement of the Office of State Procurement and the Contractor in a fully executed amendment to the Master Agreement. NOW, THEREFORE, it is agreed by the parties to amend the Master Agreement as follows: 1. That Exhibit D: Price Schedule to Master Agreement 23011 is deleted in its entirety and replaced with the attached “Exhibit D: Price Schedule, Amendment 01.” This Amendment is effective beginning upon the date that the final required signatures are obtained, and shall remain in effect through contract expiration, or until the Master Agreement is canceled, whichever occurs first. Except as herein amended, the provisions of the Master Agreement between the parties hereto are expressly reaffirmed and remain in full force and effect. IN WITNESS WHEREOF, the parties have caused this Amendment to be duly executed intending to be bound thereby. 1. HP, Inc. The Contractor certifies that the appropriate person(s) have executed this Amendment on behalf of the Contractor as required by applicable articles, bylaws, resolutions, or ordinances. By: Signature Printed Name Title: Date: 2. OFFICE OF STATE PROCUREMENT In accordance with Minn. Stat. § 16C.03, subd. 3. By: Signature Printed Name Title: Date: 3. COMMISSIONER OF ADMINISTRATION Or delegated representative. By: Signature Printed Name Title: Date: (#&)#&%&' " ! " (#&)#&%&' (#&)#&%&' Exhibit D: Price Schedule Amendment 01 NASPO ValuePoint Computer Equipment (2023-2028) CONTROL SET Master Agreement:23011 Contractor Name:HP Inc. Awarded Bands: x Band 1: Personal Computing Devices (Windows) x Band 2: Personal Computing Devices (Non-Windows) Band 3: Servers and Storage Band Category Code Category Description Discount off Baseline List 1 1B Band 1 - Minimum Discount 13.0% 11B-1Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 11B-2Desktops Mid-Range 23.0% 11B-3Desktops High-End 23.0% 11B-4Retail Solutions 18.0% 11B-5Desktop CTO (Configure To Order) Systems 18.0% 11B-6Desktop CTO configure to order system bundled in one customer part number 18.0% 11B-7Desktop Options and Accessories 21.0% 11B-8Entry / Value Workstations 24.0% 11B-9Mid-Range Workstations 24.0% 11B-10High-End Workstations 26.0% 11B-11Workstation CTO (Configure To Order) Systems 24.0% 11B-12Workstation CTO configure to order system bundled in one customer part number 24.0% 11B-13Workstation Options and Accessories 24.0% 11B-14Thin Clients 18.0% 11B-15Thin Client Options and Accessories 18.0% 11B-16Chromebook 1.0% 11B-17Specialty Tablets; Mini Tablet, Elite pad 20.0% 11B-18Entry Level Tablets 20.0% 11B-19Ultra-light & Tablet PCs 23.0% 11B-20Mid-Range Tablets 21.0% 11B-21Entry-Level Notebooks 17.0% 11B-22Value Notebooks 13.0% 11B-23Mid-Range Notebooks, ProBook Series 21.0% 11B-24Notebook High-End and workstation mobility 24.0% 11B-25Notebook & Tablet PC CTO Modules 21.0% 11B-26Notebook & Tablet Options and Accessories 21.0% 11B-27Notebook Accessories - Education Software 30.0% 11B-28All HP Smart Buys/Promotions/Specials 1.0% 11B-29Peripherals All HP Commercial Monitors 20.0% Exhibit D: Price Schedule Amendment 01 Band Category Code Category Description Discount off Baseline List 11B-30Peripherals Monitor Options and Accessories 20.0% 11B-31Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 11B-32Peripherals All HP Scanners 28.0% 11B-33Peripherals All Printer and Scanner Options & Accessories 28.0% 11B-34Peripheral LaserJet cartridges 25.0% 11B-35Peripherals InkJet cartridges 20.0% 11B-36Peripherals DesignJet Ink/Cartridges 23.0% 11B-37Peripherals Access Control for Print 28.0% 11B-38All Peripheral Smart Buys/Promotions/Specials 1.0% 11B-39OMEN EsPort/Gaming notebooks including accessories/options 5.0% 1 1T Band 1 - Third Party Product Minimum Discount 5.0% 1 1T-1 APC 15.0% 1 1T-2 All Third Party Hardware 10.0% 1 1T-3 All Third Party Software 5.0% 2 2B Band 2 - Minimum Discount 13.0% 22B-1Desktops Entry-Level & Specialty Desktops (includes AIO)18.0% 22B-2Desktops Mid-Range 23.0% 22B-3Desktops High-End 23.0% 22B-4Retail Solutions 18.0% 22B-5Desktop CTO (Configure To Order) Systems 18.0% 22B-6Desktop CTO configure to order system bundled in one customer part number 18.0% 22B-7Desktop Options and Accessories 21.0% 22B-8Entry / Value Workstations 24.0% 22B-9Mid-Range Workstations 24.0% 22B-10High-End Workstations 26.0% 22B-11Workstation CTO (Configure To Order) Systems 24.0% 22B-12Workstation CTO configure to order system bundled in one customer part number 24.0% 22B-13Workstation Options and Accessories 24.0% 22B-14Thin Clients 18.0% 22B-15Thin Client Options and Accessories 18.0% 22B-16Chromebook 1.0% 22B-17Specialty Tablets; Mini Tablet, Elite pad 20.0% 22B-18Entry Level Tablets 20.0% 22B-19Ultra-light & Tablet PCs 23.0% 22B-20Mid-Range Tablets 21.0% 22B-21Entry-Level Notebooks 17.0% 22B-22Value Notebooks 13.0% 22B-23Mid-Range Notebooks, ProBook Series 21.0% 22B-24Notebook High-End and workstation mobility 24.0% 22B-25Notebook & Tablet PC CTO Modules 21.0% 22B-26Notebook & Tablet Options and Accessories 21.0% Exhibit D: Price Schedule Amendment 01 Band Category Code Category Description Discount off Baseline List 22B-27Notebook Accessories - Education Software 30.0% 22B-28All HP Smart Buys/Promotions/Specials 1.0% 22B-29Peripherals All HP Commercial Monitors 20.0% 22B-30Peripherals Monitor Options and Accessories 20.0% 22B-31Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 22B-32Peripherals All HP Scanners 28.0% 22B-33Peripherals All Printer and Scanner Options & Accessories 28.0% 22B-34Peripheral LaserJet cartridges 25.0% 22B-35Peripherals InkJet cartridges 20.0% 22B-36Peripherals DesignJet Ink/Cartridges 23.0% 22B-37Peripherals Access Control for Print 28.0% 22B-38All Peripheral Smart Buys/Promotions/Specials 1.0% 22B-39OMEN EsPort/Gaming notebooks including accessories/options 5.0% 2 2T Band 2 - Third Party Product Minimum Discount 5.0% 2 2T-1 APC 15.0% 2 2T-2 All Third Party Hardware 10.0% 2 2T-3 All Third Party Software 5.0% S Custom Services 10.0% S HP Care Pack Services 24.0% S HP Care Pack Services Smart Buys (promotions/specials)1.0% S Prebuilt standard HP Image Load & Consulting 10.0% S HP standard Asset Tags 10.0% S Value Added Logistics 10.0% S Onsite Deployment/Installation 10.0% S HP Proactive Management Solutions 10.0% S HP Proactive Security Solutions 10.0% S HP Device Recovery Services 10.0% Exhibit D: Price Schedule Amendment 01 Discount Structure Master Agreement:23011 Contractor Name:HP Inc. Baseline Price List:Posted on Contractor's dedicated NASPO ValuePoint website Band 1: Personal Computer Equipment (Windows OS) Band Category Code Category Description Discount off Baseline List 1 1B Band 1 - Minimum Discount 13.0% 1 1B-1 Desktops Entry-Level & Specialty Desktops (includes AIO) 18.0% 1 1B-2 Desktops Mid-Range 23.0% 1 1B-3 Desktops High-End 23.0% 1 1B-4 Retail Solutions 18.0% 1 1B-5 Desktop CTO (Configure To Order) Systems 18.0% 11B-6Desktop CTO configure to order system bundled in one customer part number 18.0% 1 1B-7 Desktop Options and Accessories 21.0% 1 1B-8 Entry / Value Workstations 24.0% 1 1B-9 Mid-Range Workstations 24.0% 1 1B-10 High-End Workstations 26.0% 1 1B-11 Workstation CTO (Configure To Order) Systems 24.0% 11B-12Workstation CTO configure to order system bundled in one customer part number 24.0% 1 1B-13 Workstation Options and Accessories 24.0% 1 1B-14 Thin Clients 18.0% 1 1B-15 Thin Client Options and Accessories 18.0% 1 1B-16 Chromebook 1.0% 1 1B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 1 1B-18 Entry Level Tablets 20.0% 1 1B-19 Ultra-light & Tablet PCs 23.0% 1 1B-20 Mid-Range Tablets 21.0% 1 1B-21 Entry-Level Notebooks 17.0% 1 1B-22 Value Notebooks 13.0% 1 1B-23 Mid-Range Notebooks, ProBook Series 21.0% 1 1B-24 Notebook High-End and workstation mobility 24.0% 1 1B-25 Notebook & Tablet PC CTO Modules 21.0% 1 1B-26 Notebook & Tablet Options and Accessories 21.0% 1 1B-27 Notebook Accessories - Education Software 30.0% 1 1B-28 All HP Smart Buys/Promotions/Specials 1.0% 1 1B-29 Peripherals All HP Commercial Monitors 20.0% 1 1B-30 Peripherals Monitor Options and Accessories 20.0% 11B-31Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 1 1B-32 Peripherals All HP Scanners 28.0% 1 1B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 1 1B-34 Peripheral LaserJet cartridges 25.0% 1 1B-35 Peripherals InkJet cartridges 20.0% Exhibit D: Price Schedule Amendment 01 Discount Structure Band Category Code Category Description Discount off Baseline List 1 1B-36 Peripherals DesignJet Ink/Cartridges 23.0% 1 1B-37 Peripherals Access Control for Print 28.0% 1 1B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 11B-39OMEN EsPort/Gaming notebooks including accessories/options 5.0% 1 1T Band 1 - Third Party Product Minimum Discount 5.0% 1 1T-1 APC 15.0% 1 1T-2 All Third Party Hardware 10.0% 1 1T-3 All Third Party Software 5.0% Band 2: Personal Computer Equipment (Non-Windows OS) Band Category Code Category Description Discount off Baseline List 2 2B Band 2 - Minimum Discount 13.0% 2 2B-1 Desktops Entry-Level & Specialty Desktops (includes AIO) 18.0% 2 2B-2 Desktops Mid-Range 23.0% 2 2B-3 Desktops High-End 23.0% 2 2B-4 Retail Solutions 18.0% 2 2B-5 Desktop CTO (Configure To Order) Systems 18.0% 22B-6Desktop CTO configure to order system bundled in one customer part number 18.0% 2 2B-7 Desktop Options and Accessories 21.0% 2 2B-8 Entry / Value Workstations 24.0% 2 2B-9 Mid-Range Workstations 24.0% 2 2B-10 High-End Workstations 26.0% 2 2B-11 Workstation CTO (Configure To Order) Systems 24.0% 22B-12Workstation CTO configure to order system bundled in one customer part number 24.0% 2 2B-13 Workstation Options and Accessories 24.0% 2 2B-14 Thin Clients 18.0% 2 2B-15 Thin Client Options and Accessories 18.0% 2 2B-16 Chromebook 1.0% 2 2B-17 Specialty Tablets; Mini Tablet, Elite pad 20.0% 2 2B-18 Entry Level Tablets 20.0% 2 2B-19 Ultra-light & Tablet PCs 23.0% 2 2B-20 Mid-Range Tablets 21.0% 2 2B-21 Entry-Level Notebooks 17.0% 2 2B-22 Value Notebooks 13.0% 2 2B-23 Mid-Range Notebooks, ProBook Series 21.0% 2 2B-24 Notebook High-End and workstation mobility 24.0% 2 2B-25 Notebook & Tablet PC CTO Modules 21.0% 2 2B-26 Notebook & Tablet Options and Accessories 21.0% 2 2B-27 Notebook Accessories - Education Software 30.0% 2 2B-28 All HP Smart Buys/Promotions/Specials 1.0% 2 2B-29 Peripherals All HP Commercial Monitors 20.0% 2 2B-30 Peripherals Monitor Options and Accessories 20.0% Exhibit D: Price Schedule Amendment 01 Discount Structure Band Category Code Category Description Discount off Baseline List 22B-31Peripherals All HP Printers including, but not limited to All-in-One, Multifunction, LaserJet, Inkjet, Large Format Printer Models 28.0% 2 2B-32 Peripherals All HP Scanners 28.0% 2 2B-33 Peripherals All Printer and Scanner Options & Accessories 28.0% 2 2B-34 Peripheral LaserJet cartridges 25.0% 2 2B-35 Peripherals InkJet cartridges 20.0% 2 2B-36 Peripherals DesignJet Ink/Cartridges 23.0% 2 2B-37 Peripherals Access Control for Print 28.0% 2 2B-38 All Peripheral Smart Buys/Promotions/Specials 1.0% 22B-39OMEN EsPort/Gaming notebooks including accessories/options 5.0% 2 2T Band 2 - Third Party Product Minimum Discount 5.0% 2 2T-1 APC 15.0% 2 2T-2 All Third Party Hardware 10.0% 2 2T-3 All Third Party Software 5.0% Exhibit D: Price Schedule Amendment 01 Volume-Based Discounts Master Agreement:23011 Contractor Name:HP Inc. 1. Per Transaction Multiple Unit Discount(s) Category Min $ Single Transaction Max $ Single Transaction Per Transaction Multiple Unit Discount Desktops & Workstations $101,000.00 $1,000,000.00 10-15% off HP List Price (est.) fixed price (Big Deal) volume offer Desktops & Workstations > $1,000,000.00 no max 16-26% off HP List Price (est.) fixed price (Big Deal) volume offer Notebooks $101,000.00 $1,000,000.00 6-15% off HP List Price (est.) fixed price (Big Deal) volume offer Notebooks > $1,000,000.00 no max 16-19% off HP List Price (est.) fixed price (Big Deal) Volume offer Tablets $101,000.00 $1,000,000.00 5-7% off HP List Price (est.) fixed price (Big Deal) Volume offer Tablets > $1,000,000.00 no max 8-17% off HP List Price (est.) fixed price (Big Deal) Volume offer Thin Clients $101,000.00 $1,000,000.00 12-21% off HP List Price (est.) fixed price (Big Deal) Volume offer Thin Clients > $1,000,000.00 no max 22-27% off HP List Price (est.) fixed price (Big Deal) Volume offer Monitors $101,000.00 $1,000,000.00 2-4% off HP List Price (est.) fixed price (Big Deal) Volume offer Monitors > $1,000,000.00 no max 5-7% off HP List Price (est.) fixed price (Big Deal) Volume offer All Awarded Bands The estimated additional Volume Discount pricing below may be available by contacting your HP Sales Representative. Be sure to provide HP with your product selection/combination, quantities, timeline of purchase or any other additional information in order to obtain these additional discounts. These discounts exclude HP Smart Buy/Promotions/Specials/Chromebooks and some products within the category as determined by the OEM. (Competitive volume pricing may be available for Chromebooks and product categories not listed, but additional discounts may vary.) Contractor provides a contractual volume discount program as follows based on dollars in a single purchase order or combination of purchase orders submitted at one time by a Purchasing Entity, or multiple entities conducting a cooperative purchase. Exhibit D: Price Schedule Amendment 01 Volume-Based Discounts 2. Cumulative Discount(s) Contract Sales Additional Discount For a Product Series in an Additional Category Minimum Band Discount Increase $900,000,000.00 to $1,000,000,000 1.0% 2.0% $1,000,000,001 to $1,200,000,000 2.0% 3.0% $1,200,000,001 to $1,500,000,000 3.0% 4.0% Over $1,500,000,000 4.0% 5.0% 3. Other Discount(s) Additional discount(s) available. Bulk Purchase Threshold if applicable Additional Discount 5,000 to 10,000 units 5,000 to 10,000 PCs per Purchase Order 1.0% 10,001 or more units 5,000 to 10,000 PCs per Purchase Order 2.0% Upon procuring agency request and proper coordination with the HP Account Manager, HP may offer an additional discount or technology fee based on the agency request over the volume price for "Bulk Buy Purchases" for HP product categories offered (excludes Chromebook/Smart Buys/Promotions/Specials) of HP-branded products during a pre- selected time period (60-90 days). For example, if a procuring entity decides to do a one-time “Bulk Buy” for the purchase of 5,000 select configuration(s), the agency could qualify for a one-time additional discount or technology fee as mutually agreed and negotiated with that specific procuring entity. After review and analysis of the cumulative purchases at the end of each year of the Master Agreement, if HP and NASPO determine that the volumes are reached, these discounts will be passed directly to the Master Agreement based on the Lead State approval for participants and procuring entities to utilize as additional cost savings on HP products. These cumulative discounts are only potential for future potential minimum band discount or potential product services, as determined by HP. Contractor provides a cumulative volume discount as follows based on dollars resulting from the cumulative purchases by all purchases made by Purchasing Entities for the duration of the Master Agreement. Exhibit D: Price Schedule Amendment 01 Services Master Agreement:23011 Contractor Name:HP Inc. Travel for Services will be negotiated with each Participating Entity in the Participating Addendum. All Awarded Bands Category Code Description of Service Percent Discount S Custom Services 10.0% S HP Care Pack Services 24.0% S HP Care Pack Services Smart Buys (promotions/specials) 1.0% S Prebuilt standard HP Image Load & Consulting 10.0% S HP standard Asset Tags 10.0% S Value Added Logistics 10.0% S Onsite Deployment/Installation 10.0% S HP Proactive Management Solutions 10.0% S HP Proactive Security Solutions 10.0% S HP Device Recovery Services 10.0% HP Care Pack Services: Uplifted & extended warranties, installation, training and other related pre-built standard services Each Purchasing Entity will determine if and how services will be offered in the Participating Addendum. Custom Services: (HP directly or approved Servicing Sub) Installation/de-installation, maintenance, support, training, migration, and optimization of products offered or supplied under the Master Price Agreement. These types of services may include, but are not limited to: warranty services, maintenance, installation, de-installation, factory integration (software or equipment components), asset management, recycling/disposal, training and certification, pre-implementation design, disaster recovery planning and support, service desk/helpdesk, and any other directly related technical support service required for the effective operation of a product offered or supplied. Exhibit D: Price Schedule Amendment 01 Lease Rates Master Agreement:23011 Contractor Name:HP Inc. Optional: Lease Rates Lease are provided on the PSS. Rates may be subject to change quarterly. Fair Market Value/True Lease: Tax Exempt Tech Refresh: All Awarded Bands For customers that want to lower their cost of using the equipment and retain maximum flexibility at the end of the lease, Hewlett-Packard Financial Services Company offers a fair market value lease (also known as a true lease). This “pay-as-you-go" structure helps you stretch your budget dollars to get the technology you need today. At the end of the lease term, you have several options: 1) return the equipment without penalty; 2) renew the lease for a specified renewal term at a negotiated lease payment amount; 3) purchase the equipment at its then fair market value; or 4) extend the original term and continue to make the same periodic lease payments until you are ready to exercise one of the three previously listed options. This plan may help customers avoid technology obsolescence and asset disposition costs. Hewlett-Packard Financial Services Company does allow customers to enter into a month-to-month extension at the end of each lease agreement if they find it necessary to maintain their existing leased equipment for longer than the original lease timeframe. Hewlett-Packard Financial Services Company also has a package and shipping service that can be incorporated into the lease contract upfront for returns of equipment at lease end. This service can be very valuable when budgeting for your technology costs. Tech Refresh is structured as a Tax-Exempt Installment Sale with an option on the last payment to return the equipment (and acquire new) or make the payment and own the equipment outright. The standard offer calls for payments to be made annually in advance, though additional structures may be tailored to accommodate budget restrictions. The final (or option) payment is a set amount of the original purchase price of the equipment and is an estimate of the wholesale value of the equipment at the time of the option. The balance of the cost is amortized over the term. The benefit is that an entity is not locked into any one particular deal; it can purchase the equipment or return it and get new technology. Other important elements of the Tech Refresh structure are listed below. • Lessee must provide an irrevocable written election of notice of its intent to refresh or purchase 3 months prior to the refresh period. On the 48-month term the refresh point is month 36 which requires notification at month 33. On the 60-month term the refresh point is month 48 which requires notification at month 45. Sample buyout goes into effect if refresh option is not exercised. • The option cannot be exercised if an event of default has occurred and is continuing • Tech Refresh is offered only as a Tax-Exempt Installment Sale structure • Lessee must be committed to acquire and lease similar equipment prior to exercising the option • There is only one refresh opportunity during the lease Hewlett-Packard Financial Services Company offers the following lease options: (1) Fair Market Value/True Lease; (2) Tax Exempt Tech Refresh; and (3) Tax Exempt Installment Sale (Lease Purchase). Exhibit D: Price Schedule Amendment 01 Lease Rates Tax Exempt Installment Sale (Lease Purchase): In a Tax-exempt Installment Sale structure, payments consist of both principal and interest, with the interest being excludable from the Lessor’s gross income for Federal income tax purposes. During the term of the Lease the Concluding Payment – primarily consisting of unpaid principal – declines as each Lease Payment is made and applied. Under this structure Title typically passes to the Lessee at the Lease Acceptance and the Lessor files a security interest in the equipment. Once the original base Lease Payments are made the Lessee owns the equipment free and clear. Exhibit D: Price Schedule Amendment 01 Prompt Payment Discount Master Agreement:23011 Contractor Name:HP Inc. in 30 in 15, Net 30 in 10, Net 30 XNet 30 All Awarded Bands Other (specify): Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1462 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Information Technology Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Authorize a purchase order with Verizon Wireless for cellular and mobile data services in an amount of $2,950,000.00 , for the term October 1, 2023 through August 23, 2026, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. (consent) SUMMARY: City operating departments facilitate mobile services and field data collection with the use of mobile computing devices (phones, tablets, laptops, etc.), wireless data connections (air cards) and cellular phones. All mobile/wireless services are aggregated and billed through the Information Technology Department. Verizon is being selected off State contract for its quality of coverage and reliability within our service area. It is estimated that the amount of $2,950,000.00 will be spent as follows: $1,622,500.00: Cellular / smart phones $1,327,500.00: Data cards for departments The City currently has 820 cellular/smart phones in use and approximately 800 cellular data cards (280 for police patrol units). It is anticipated that there will be a significant increase in the number of mobile device and cell phone users throughout city operations. These increases are due to recent changes in Microsoft’s security authentication practices requiring the use of a smart phone application for users to login. Additionally, the implementation of a new asset management system will require field operations to use laptops or tablets to access information and entry asset data. Consequently, this item includes an increase in service capacity to accommodate all City computer users with cellular service for remote connectivity (i.e. tablets) or phone service. This could be as high as 800 additional users and would represent a 45% increase in annual costs. A contract has been awarded under the State of Florida Department of Management Services, contract DMS-19/20-006C, valid through August 23, 2026. APPROPRIATION CODE AND AMOUNT: 5559865-542100 - $1,622,500.00 5559862-530300 - $1,327,500.00 Page 1 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1462 Strategic Objectives: High Performance Government: 1.2, 1.3 and 1.4 Page 2 City of Clearwater Printed on 11/28/2023 Contract No.: DMS-19/20-006C Page 1 of 29 Mobile Communications Services CONTRACT FOR MOBILE COMMUNICATION SERVICES CONTRACT NO: DMS-19/20-006C BETWEEN THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND CELLCO PARTNERSHIP D/B/A VERIZON WIRELESS DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 2 of 29 Mobile Communications Services CONTRACT Table of Contents: SECTION 1. CONTRACT TERM AND TERMINATION ............................................................. 3 SECTION 2. CONTRACT DOCUMENTS AND HIERACHY ...................................................... 4 SECTION 3. PAYMENT AND FEES ......................................................................................... 5 SECTION 4. CONTRACT ADMINISTRATION .......................................................................... 7 SECTION 5. CONTRACT MANAGEMENT ............................................................................... 9 SECTION 6. COMPLIANCE WITH LAWS ................................................................................10 SECTION 7. WORKERS’ COMPENSATION, GENERAL LIABILITY INSURANCE, INDEMNIFICATION, AND LIMITATION OF LIABILITY .............................................................12 SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY ...................................................................................................14 SECTION 9. DATA SECURITY REQUIREMENTS ..................................................................15 SECTION 10. GRATUITIES AND LOBBYING .........................................................................18 SECTION 11. CONTRACT MONITORING ..............................................................................19 SECTION 12. CONTRACT AUDITS ........................................................................................20 SECTION 13. BACKGROUND SCREENING AND SECURITY................................................21 SECTION 14. COMMUNICATIONS AND CONFIDENTIALITY ................................................23 SECTION 15. LICENSING .......................................................................................................24 SECTION 16. PERFORMANCE BOND ...................................................................................25 SECTION 17. CUSTOMER OF RECORD ................................................................................25 SECTION 18. SPECIFIC APPROPRIATION ............................................................................25 SECTION 19. MISCELLANEOUS ............................................................................................26 Exhibits: Attachment A – Definitions and Acronyms Attachment B – Final Statement of Work Attachment C – Final Service Level Agreements; Attachment D – Contractor’s Pricing, including: Exhibit 1 to Attachment D – Vendor’s Services and Discounts Pricing Exhibit 2 to Attachment D – Vendor’s Device List Attachment E – Instructional Document for Request for Best and Final Offer to ITN DMS-19/20-006 Attachment F – ITN DMS-19/20-006 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 3 of 29 Mobile Communications Services CONTRACT This Contract is between the STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES (Department), an agency of the State of Florida with offices at 4050 Esplanade Way, Tallahassee, Florida 32399-0950, and Cellco Partnership d/b/a Verizon Wireless (Contractor) with offices at 4075 Esplanade Way, Suite 226, Tallahassee, FL 32399, each a “Party” and collectively referred to herein as the “Parties.” The terms “Party” and “Parties” are defined as provided in this paragraph whether capitalized or not, unless stated otherwise. The Parties enter into this Contract (Contract) in accordance with Chapters 282 and 287, Florida Statutes (F.S.), and with the negotiated terms and conditions of Invitation to Negotiate, DMS-19/20-006, Mobile Communication Services. SECTION 1. CONTRACT TERM AND TERMINATION 1.1 Initial Term The initial term of the Contract will be five (5) years and will begin on the date the Contract is signed by all Parties. 1.2 Renewal Upon written agreement, the Department and the Contractor may renew the Contract, in whole or in part, for up to five (5) renewal years in accordance with section 287.057(13), F.S., and Rule 60A-1.048, Florida Administrative Code (F.A.C.). 1.3 Suspension of Work and Termination 1.3.1 Suspension of Work The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Department may, at its sole discretion, suspend the Contract at any time, when in the best interest of the Department or Customer, as defined in Attachment A, Definitions and Acronyms, to do so. The Department will provide the Contractor written notice outlining the particulars of suspension and the effective date of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the specified activities associated with the Contract. Notwithstanding the foregoing, the suspension of wireless services under the Contract is limited to two (2) ninety (90) day periods (a total of 180 days) per twelve (12) month period. Within ninety (90) days, or any longer period agreed to by the Contractor, the Department will either (1) issue a notice authorizing resumption of work, at which time activity will resume, or (2) terminate the Contract for convenience. If the Department fails to provide notice in accordance with this section, suspended lines will be automatically restored to active billing status on the 91st day following each suspension period. Suspension of work will not entitle the Contractor to any additional compensation. However, the Customer will remain responsible to compensate Contractor for services ordered and delivered under the terms of this Contract through the date of termination. For the avoidance of doubt, the Contractor will not be compensated for any suspended services during the time of suspension. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 4 of 29 Mobile Communications Services 1.3.2 Termination for Convenience The Contract may be terminated by the Department in whole or in part at any time, when, at the sole discretion of the Department, it is deemed to be in the best interest of the State of Florida to do so. The Department shall provide Contractor thirty (30) days’ advanced written notice of such termination. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed, prior to the termination, for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 1.3.3 Termination for Cause If the performance of the Contractor is not in compliance with the Contract requirements the Department may, at its sole discretion, (a) terminate the Contract pursuant to Rule 60A-1.006, F.A.C, by notifying the Contractor of the deficiency with a requirement that the deficiency be corrected within a specified timeframe, which shall generally not be less than thirty (30) days from such notice, or (b) take other action deemed appropriate by the Department. 1.3.4 Termination Assistance In case of termination, whether for cause or for convenience, the Contractor will provide prompt and thorough transition assistance and cooperation, including as specified in Subsection 3.24, Transition for Future Iterations of this Service, of the Statement of Work (SOW). SECTION 2. CONTRACT DOCUMENTS AND HIERACHY The Contract including any exhibits referred to herein, constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. The Contract consists of the documents listed below, and in the event any of these documents conflict, the conflict will be resolved in the following order of priority (highest to lowest): 1. This Final Contract document; 2. Attachment A – Definitions and Acronyms; 3. Attachment B – Final Statement of Work 4. Attachment C – Final Service Level Agreements; 5. Attachment D – Contractor’s Pricing, which consists of: a. Exhibit 1 – Vendor’s Services and Discounts Pricing (i.e., End-User Price List) b. Exhibit 2 – Vendor’s Device List 6. Attachment E – Instructional Document for Request for Best and Final Offer to ITN DMS-19/20-006; and 7. Attachment F – ITN DMS-19/20-006. In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000, is included herein by reference but is superseded in its entirety by the Contract. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 5 of 29 Mobile Communications Services SECTION 3. PAYMENT AND FEES 3.1 Price Adjustments Pricing may be updated in accordance with SOW Section 1.5, Update Process to End User Price Lists and Vendor’s Equipment List. 3.2 Price Decreases During the term of the Contract (including renewal years), the Department encourages the Contractor to offer price decreases that are in line with increased efficiencies and added infrastructure enhancements. The Department reserves the right to further negotiate reduction in pricing for the renewal years. The following additional price decrease terms apply: 3.2.1 Volume Discounts Contractor may offer additional discounts for one-time delivery of large single orders. 3.2.2 Competitive Pricing The Parties agree to review on an annual basis the competitiveness of the prices stated in the Contractor’s most recent EUPL for services, features and devices by comparing the combined pricing for all services, features and devices provided under this Contract to the combined pricing charged by Contractor to any similarly situated United States State government customer for a mix of services, features and devices substantially similar in scope and volume to those provided under this Contract, taking into account the particular characteristics of both contracts such as performance standards, pricing terms, and contract terms and conditions. If after review the Parties determine that such similarly situated customer of the Contractor is receiving services, features and devices from the Contractor at a combined price below the pricing on the Contractor’s current EUPL, the Contractor shall submit an updated EUPL with revised lower pricing; except that Contractor will have no obligation to amend pricing to the extent that the combined price difference results from services, features and devices provided by third parties, unless and to the extent that Contractor can obtain reduced pricing from such third parties using reasonable efforts. In connection with the review described in this Section 3.2.2, Contractor has no obligation to provide DMS with Contractor’s or its subcontractors’ or suppliers’ trade secrets or confidential information not otherwise required to be provided under this Contract. 3.2.3 Sales Promotions In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Contractor may conduct sales promotions involving price reductions for a specified lesser period provided the Customer meets all qualifications of the promotion. Contractor must submit documentation to the Customer and to the Department identifying the proposed (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 6 of 29 Mobile Communications Services 3.3 Purchase Orders and Communication Service Authorizations A Customer may use Purchase Orders (POs) issued through MyFloridaMarketPlace (MFMP) or Purchase Orders issued through the Communications Services Authorization and Billing (CSAB) system (known as Communication Service Authorizations (CSAs) to buy commodities or services. The Department may also issue POs or CSAs on behalf of Customers. The Contractor must provide commodities or services pursuant to POs or CSAs. The PO or CSA period of performance survives the expiration of the Contract. All terms and conditions of the Contract will be incorporated into the PO or CSA and will survive the termination of the Contract. The duration of POs or CSAs must not exceed the expiration of the Contract by more than twelve (12) months, unless they have been entered into pursuant to an Extended Pricing Plan, in which case they may not exceed the expiration of the Contract by more than thirty-six (36) months. Extended Pricing Plans are discounted prices offered in exchange for a Customer’s commitment to lease commodities or purchase contractual services for an extended time. Requested terms and conditions may be added to the PO, subject to negotiation between the Customer and Contractor. 3.4 Payment Invoicing Payment will be made in accordance with section 215.422, F.S. The Contractor will be paid upon submittal of an invoice to the Department, or Customer if direct billed, after delivery and acceptance of commodities or contractual services is confirmed and the invoice is accepted by the Customer. The Contractor shall submit invoices for fees or other compensation for services or expenses in sufficient detail for a proper pre-audit and post- audit, and electronic invoices should include the Contract number and the Contractor’s Federal Employer Identification Number. The Department reserves the right to request additional documentation as needed, and Contractor will follow all invoice directives in the SOW and this Contract document. Contractor shall identify/flag all State agency Customer accounts as “Government Accounts” for which service will not be interrupted due to an outstanding balance, disputed amount owed, or late payments due without prior receipt of a written notice of nonpayment, three (3) contact attempts, and a minimum sixty-one (61) day period after payment due date for State agency Customers to cure a payment default. 3.5 Travel Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and, if authorized, may be reimbursed only in accordance with section 112.061, F.S. 3.6 Annual Appropriation Pursuant to section 287.0582, F.S., the Department’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 MyFloridaMarketPlace Transaction Fee The State of Florida, through the Department, has instituted MFMP, a statewide eProcurement system. Pursuant to section 287.057(22), F.S., all payments issued by Customers to the Contractor for purchases of commodities or contractual services will be assessed a Transaction Fee as prescribed by Rule 60A-1.031, F.A.C., or as may otherwise be established by law, which the Contractor shall pay to the State. For payments within the State of Florida accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 7 of 29 Mobile Communications Services Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to subsection (2) of Rule 60A-1.031, F.A.C. By submission of these reports and corresponding payments, the Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State of Florida or its designee. The Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor’s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in breach. VENDORS DELINQUENT IN PAYING TRANSACTION FEES SHALL BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE. 3.8 Taxes Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer unless authorized by Florida or Federal law. The Contractor is authorized to collect government-imposed taxes, surcharges, and fees. 3.9 Return of Funds Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor by the Department or Customer. The Contractor must return any overpayment within two (2) billing cycles after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT ADMINISTRATION 4.1 Department’s Contract Administrator The Department’s Contract Administrator, whose primary responsibility will be to maintain the Contract file, is as follows: Caitlen Boles Departmental Purchasing Department of Management Services 4050 Esplanade Way, Tallahassee, FL 32399 Telephone: (850) 410-1423 Email: Caitlen.Boles@dms.fl.gov In the event that the Department changes the Department’s Contract Administrator, the Department will notify the Contractor’s Contract Manager in writing via email and document such in the Contract file. Such changes do not require a formal written amendment to the Contract. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 8 of 29 Mobile Communications Services 4.2 Department’s Contract Manager The Department’s Contract Manager, who is primarily responsible for enforcing the performance of the Contract terms and conditions and will serve as a liaison with the Contractor, will be as follows: Jonathan Rakestraw Division of Telecommunications Department of Management Services 4030 Esplanade Way, Tallahassee, FL 32399 Telephone: (850) 921-0857 Email: jonathan.rakestraw@dms.fl.gov In the event that the Department changes the Department’s Contract Manager, the Department will notify the Contractor in writing via email. Such changes do not require a formal written amendment to the Contract. 4.3 Department’s Product Manager The Department’s Product Manager, who is primarily responsible for monitoring the performance of the Contract terms and conditions and will serve as a liaison with the Contractor, will be as follows: Raghib Quereshi Division of Telecommunications Department of Management Services 4030 Esplanade Way, Tallahassee, FL 32399 Telephone: (850) 413-0319 Email: raghib.qureshi@dms.fl.gov In the event that the Department changes the Department’s Product Manager, the Department will notify the Contractor in writing via email. Such changes do not require a formal written amendment to the Contract. 4.4 Contractor’s Contract Manager The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be as follows: Miko Baldwin Cellco Partnership d/b/a Verizon Wireless 10170 Junction Drive, 2nd Floor, Annapolis Junction, MD 20701 Telephone: (240) 280-3563 Email: Miko.Baldwin@vzw.com In the event that the Contractor changes its Contract Manager, the Contractor will notify the Department’s Contract Manager in writing via email. Such a change does not require a formal written amendment to the Contract. 4.5 Contractor’s Account Manager The Contractor’s Account Manager, who will serve as a liaison with the Department’s Contract Administrator, will be as follows: DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 9 of 29 Mobile Communications Services Tom Madden Cellco Partnership d/b/a Verizon Wireless 4075 Esplanade Way, Suite 275, Tallahassee, FL 32399 Telephone: (850) 294-5171 Email: Tom.Madden@verizonwireless.com In the event that the Contractor changes its Account Manager, the Contractor will notify the Department’s Contract Manager in writing via email. Such changes do not require a formal written amendment to the Contract. SECTION 5. CONTRACT MANAGEMENT 5.1 Notices All notices required under the Contract must be delivered to the designated Contract Manager by certified mail, return receipt requested, reputable air courier service, email, or personal delivery, or as otherwise identified herein or by the Department. 5.2 Change Request The Department’s Contract Manager may authorize operational changes to services and infrastructure that do not have a pricing impact (non-billable changes) via a written change request to the Contractor. Such authorized operational changes do not require a Contract amendment but will be memorialized in writing and placed in the Contract Managers’ files. The Department reserves the right to make the final determination if a change request or Contract amendment is required. Any change that would allow the Contractor to offer less of any deliverable, including commodities, services, technology, or software, requires a Contract amendment. Equipment List and End User Price List updates must be made in accordance with SOW Section 1.5, End User Price Lists (EUPLs) and Vendor’s Device List, and do not require an amendment or change request. 5.3 Diversity Reporting The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each Customer purchasing under the Contract. 5.4 Designated Centralized Nonprofit Agency Subject to the agency determination and to the extent applicable as provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 10 of 29 Mobile Communications Services SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about the designated centralized nonprofit agency and the commodities or contractual services it offers is available at https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements/(contractType)/4577. 5.5 PRIDE Subject to the agency determination and to the extent applicable as provided for in sections 946.515 and 287.042(1), F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at http://www.pride-enterprises.org. SECTION 6. COMPLIANCE WITH LAWS 6.1 Conduct of Business The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, State, and local agencies having jurisdiction and authority. These may include, but are not limited to, Chapters 282 and 287, F.S., Subtitle 60FF, F.A.C., the Communications Assistance for Law Enforcement Act, the Payment Card Industry DSS, IRS Publication 1045, Section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act,, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The Contractor must comply with and must assist the Department and Customers with compliance with Subtitle 60FF, F.A.C., (and Subtitle 60GG, F.A.C., if applicable). 6.2 Dispute Resolution, Governing Law, and Venue Any dispute concerning performance of the Contract, which is not resolved by mutual agreement of the Parties, will be promptly submitted in writing to the other party in accordance with Contract Section 5.1, Notices. The Parties shall designate individuals DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 11 of 29 Mobile Communications Services with authority to resolve the dispute, which for the Department, will be the Department’s Contract Manager, and such individuals shall work diligently and in good faith to resolve the dispute within sixty (60) days. If the dispute cannot be resolved after sixty (60) days, the dispute shall be decided by the Department's Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Department’s Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives any and all privileges and rights relating to venue it may have under Chapter 47, F.S., and any and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those based on convenience. The Contractor hereby submits to venue in the county within the State of Florida chosen by the Department. 6.3 Department of State, Registration Consistent with Chapters 605 through 623, F.S., the Contractor must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 6.4 Suspended, Convicted, and Discriminatory Vendor Lists In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List during the term of the Contract. 6.5 Scrutinized Companies—Termination by the Department The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. Notwithstanding the foregoing, the Parties are aware of the Eleventh Circuit Court’s decision in Odbrecht Constr. v. Sec’y, Fla. DOT, 715 F.3d 1268 (11th Cir. Fla. 2013), and agree that the provisions of sections 287.135(1)-(5), F.S., pertaining to a company engaged in business operations in Cuba or Syria shall not apply to this Contract unless and until the Eleventh Circuit Court’s decision in Odebrecht Constr. v. Sec’y, Fla.DOT, 715 F.3d 1268 (11th Cir. Fla. 2013) is overturned. 6.6 Cooperation with Inspector General Pursuant to section 20.055(5), F.S., Contractor, and its subcontractors, if any, understand and will comply with their duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any type of information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 12 of 29 Mobile Communications Services may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs include, but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. 6.7 E-Verify The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. In order to implement this provision, the Contractor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the DMS Contract Manager within five (5) days of Contract execution. This section serves as notice to the Contractor regarding the requirements of section 448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a public contract for at least one (1) year after the date of such termination. The Department reserves the right to order the immediate termination of any contract between the Contractor and a subcontractor performing work on its behalf should the Department develop a good faith belief that the subcontractor has knowingly violated section 448.095(1), F.S. SECTION 7. WORKERS’ COMPENSATION, GENERAL LIABILITY INSURANCE, INDEMNIFICATION, AND LIMITATION OF LIABILITY 7.1 Workers’ Compensation Insurance The Contractor shall maintain Workers’ Compensation insurance in compliance with the statutory requirements of the state(s) of operation, as evidenced by a Certificate of Insurance satisfactory to the Department, for the protection of employees not otherwise protected. The Contractor must require all subcontractors to similarly maintain Workers’ Compensation Insurance for all of the latter’s employees. 7.2 General Liability Insurance At all times during the duration of the Contract, the Contractor, at its sole expense, and its subcontractors, if any, shall carry insurance coverage of such types and with such terms and limits as may be reasonably associated with the Contract. All insurance shall be with insurers authorized to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide the Department with Certificate(s) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured within thirty (30) days after Contract execution and on the Contract anniversary date each year of the Contract. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 13 of 29 Mobile Communications Services Upon receipt of notice from its insurer(s), the Contractor must submit via email, to the Department’s Contract Manager, notice of any cancellation of any required insurance that is not replaced at least thirty (30) calendar days prior to cancellation. In the event of cancellation, the Contractor will be responsible for securing a replacement insurance policy in accordance with this section within thirty (30) Business Days after the final date of the cancelled policy. 7.3 Indemnification The Contractor agrees to indemnify, defend, and hold the Department, Customers, and the State of Florida, its officers, employees, and agents harmless from all third-party fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right or out of any acts, actions, breaches, neglect or omissions of the Contractor, its employees, agents, subcontractors, assignees or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees or delegates are not independent contractors in relation to the Department. However, the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State, the Department, or a Customer, nor shall the foregoing indemnification obligations apply to a Customer’s misuse or modification of Contractor’s products or a Customer’s operation or use of Contractor’s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit or in the Contractor’s opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Department and Customer the right to continue using the product or to modify it, in accordance with the Contract terms and conditions, to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer and Department the right to continue using the product, the Contractor shall remove the product and refund the Customer and Department the amounts paid in excess of a reasonable rental for past use. The Department and Customer shall not be liable for any royalties. The Contractor’s obligations under the preceding two paragraphs with respect to any legal action are contingent upon the Department or State or Customer giving the Contractor: (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. The Contract does not constitute a waiver of sovereign immunity or consent by the Department or the State of Florida or its subdivisions to suit by third parties. 7.4 Limitation of Liability For all claims against the Contractor under any PO, CSA, or contract entered into under this Contract, and regardless of the basis on which the claim is made, the Contractor’s liability under such a PO, CSA, or contractfor direct damages shall be limited to the greater of $100,000 or two (2) times the dollar amount of such PO, CSA, or contract. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 14 of 29 Mobile Communications Services Unless otherwise specifically enumerated in the Contract, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The limitations of this section do not apply to the Contractor’s obligations under section 7.3. Indemnification, and section 9.5, Other Indemnifications and Credit Monitoring, of the Contract. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY 8.1 Public Records Solely for the purpose of this section, the Department’s Contract Manager is the agency custodian of public records. If, under this Contract, the Contractor is providing services and is acting on behalf of the Department, as provided in section 119.0701, F.S., the Contractor shall: 1. Keep and maintain public records required by the Department to perform the service. 2. Upon request from the Department’s custodian of public records, provide the Department 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 in Chapter 119, F.S., or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the Department. 4. Upon completion of the Contract, transfer, at no cost, to the Department all public records in possession of the Contractor or keep and maintain public records required by the Department to perform the service. If the Contractor transfers all public records to the Department 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 Department, upon request from the Department’s custodian of public records, in a format that is compatible with the information technology systems of the Department. 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 AT THE TELEPHONE NUMBER, EMAIL ADDRESS AND MAILING ADDRESS PROVIDED FOR THE CONTRACT MANAGER. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 15 of 29 Mobile Communications Services 8.2 Protection of Trade Secrets or Confidential Information If the Contractor considers any portion of materials made or received in the course of performing the Contract (“contract-related materials”) to be trade secret under section 688.002 or 812.081, F.S., or any other applicable law, or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be responsible for responding to and resolving all claims for access to contract-related materials it has designated trade secret or otherwise confidential. If the Department is served with a request for discovery of contract-related materials designated by the Contractor as trade secret or otherwise confidential, the Contractor will be responsible for filing the appropriate motion or objection in response to the request for discovery. The Department will provide materials designated trade secret or otherwise confidential if the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential. The Contractor will protect, defend, indemnify, and hold harmless the Department for third-party claims, costs, fines, and attorney’s fees arising from or relating to its designation of contract-related materials as trade secret or otherwise confidential. 8.3 Document Management and Record Retention The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to the Contract, including those required by Section 6.6, Cooperation with Inspector General. Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract, or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at:http://dos.myflorida.com/library-archives/records-management/general-records- schedules/. 8.4 Intellectual Property No provision of this Agreement shall be construed as vesting in the Department any control, ownership or rights in any facilities, operations or intellectual property of Contractor. The Parties agree that this Contract does not contemplate any development work, e.g., of software or any other intellectual property, for or on behalf of Customer that requires additional IP ownership rights to vest in Customer. In the event the Parties agree that the Contractor will perform custom development work for or on behalf of Customer, which development work warrants the license or assignment of additional IP rights to Customer, the Parties shall enter into a separate agreement setting forth the work to be completed, the fees to be paid, and the rights to be assigned. SECTION 9. DATA SECURITY REQUIREMENTS 9.1 Duty to Secure State Data The Contractor will implement and maintain best practices for technical and organizational controls to protect the security of State Data, including, but not limited to, keeping a secure area around any displayed or otherwise visible State Data and such data is stored and DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 16 of 29 Mobile Communications Services secured when not in use. The Contractor will be responsible for ensuring that all Persons it contracts with to maintain, store, or process State Data on its behalf will comply with all data security requirements of this section. The Contractor will also comply with any other applicable State or federal rules and regulations regarding security of information. The State will remain the owner of all State Data and any other data made available by the State to the Contractor pursuant to this Contract. Unless otherwise agreed in writing, the Contractor and its subcontractors will not perform any of the services under this Contract from outside of the United States. Notwithstanding the previous statement, services under this Contract relating to help desk services, system maintenance, and order processing review may be performed outside of the United States. Access to data that is not classified as personal information pursuant to section 501.171, F.S., or data that is not classified as confidential or exempt pursuant to any other Florida or federal law is allowed from outside the United States under this Contract, provided that the access is provided in compliance with Chapter 60GG-2, F.A.C. Except as provided above, the Contractor will not allow, through its action or inaction, any State Data to be sent by any medium, transmitted, or to be Accessed outside of the United States. The Contractor will not store any State Data outside of the United States. The Contractor shall comply with section 501.171, F.S. The Parties agree that the Contractor shall provide the notifications required by sections 501.171(3) and (4), F.S. on behalf of the Department, in accordance with section 501.171(6)(b), F.S. 9.2 State Data Access The Contractor shall retain a list of all Persons, as defined in Attachment E – Definitions and Acronyms, with Access to State Data, including a statement confirming that each Person has passed the background screening required herein. This statement shall not include the substance of the screening results, only that the Person has passed the screening. The Contractor shall follow and maintain its written security policy. The security policy or a high-level summary of the security policy subject to DMS acceptance is subject to disclosure within thirty-six (36) hours upon written demand by the Department or its designated agents or auditors and are subject to audit and screening. The security policy may be substituted with a high-level summary of the security policy. The high-level summary of the security policy is subject to DMS acceptance. The Contractor shall document and record, with respect to each instance of Access to State Data: 1. To the extent known, the identity of all individual(s) who Accessed State Data in any way, whether those individuals are authorized Persons or not; 2. The duration of the individual(s)’ Access, including the time and date at which the Access began and ended; 3. The identity, form, and extent of State Data Accessed, including, but not limited to, whether the individual Accessed partial or redacted versions of State Data, read-only versions of State Data, or editable versions of State Data; and DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 17 of 29 Mobile Communications Services 4. The nature of the Access, including whether the State Data was edited or shared with any other individual or entity during the duration of the Access, and, if so, the identity of the individual or entity. The damages that would result from the Contractor’s failure to compile, retain, and provide access to the written policy (or the aforementioned high-level summary) and information required in this subsection are by their nature impossible to ascertain presently and will be difficult to ascertain in the future. The issues involved in determining such damages will be numerous, complex, and unreasonably burdensome to prove. The Contractor therefore agrees to credit the Department the sum of $5,000 for each breach of this subsection. The parties acknowledge that these credits are liquidated damages, exclusive of any other right to damages, not intended to be a penalty, and solely intended to compensate for unknown and unascertainable damages. 9.3 Violations of Data Security Requirements A “Security Breach” in this Section 9 means an unauthorized Access of State Data while it is within the Contractor’s control. Good faith Access of State Data by a Person, as defined in Attachment E – Definitions and Acronyms, does not constitute a security breach, provided that the information is not used for a purpose unrelated to the furtherance of the Contract or subject to further unauthorized Access. However, unauthorized Access includes incidents where Persons with authorized Access for certain purposes otherwise gain Access for unauthorized purposes. The Contractor agrees that a Security Breach, including any violations of Section 9.1, Duty to Secure State Data, will entitle the State to a credit commensurate with the Department and Customer’s internal staffing and administrative costs associated with managing the Security Breach or violation of Section 9.1, Duty to Secure State Data, as determined by the Department. Such credits will not preclude the State from recovering other damages it may suffer as a result of the Security Breach or violation of Section 9.1, Duty to Secure State Data. 9.4 Notification Requirements In the event of a Security Breach, including any violations of Section 9.1, Duty to Secure State Data, or a credible allegation of a Security Breach or violation of Section 9.1, Duty to Secure State Data (as determined by the Contractor or the Department), the Contractor must notify the Department’s Contract Manager and the affected Customer as expeditiously as practicable in writing or by phone, but in all instances no later than one (1) Business Day of confirmation of Security Breach impacting the Services or credible allegation . Notification is required regardless of the number of persons or type of State Data affected or potentially affected. The notification must be clear and conspicuous and include a description of the following: 1. The incident in general terms; 2. The type of information, to the extent known or should have been known, that was subject to the violations of Section 9.1, Duty to Secure State Data, or credible allegation of Security Breach; 3. The type and number of entities and individuals who were, or potentially have been, affected by the incident, to the extent known or should have been known; and DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 18 of 29 Mobile Communications Services 4. The actions taken by the Contractor to protect the State Data from further unauthorized Access. However, the description of those actions in the notice may be general so as not to further increase the risk or severity of the Security Breach. The Contractor must also as expeditiously as practicable, but no later than seventy-two (72) hours from the time of discovery, set up a conference call with the Department’s Contract Manager. The conference call invitation must contain a brief description of the nature of the event. When possible, a thirty (30) minute notice will be given to allow Department personnel to be available for the call. If the designated time is not practical for the Department, an alternate time for the call will be scheduled. All available information about the Security Breach or suspected Security Breach must be shared on the call. The Contractor must answer all questions based on the information known at that time and answer additional questions as additional information becomes known. The Contractor must provide the Department with final documentation of the incident including all remedial actions of the Contractor. 9.5 Other Indemnifications and Credit Monitoring The Contractor shall be fully liable for the actions of all Persons, as defined in Attachment E – Definitions and Acronyms, and shall fully defend, indemnify, and hold harmless the Department, Customers, the State of Florida, its officers, directors and employees from any third-party claims, suits, actions, damages, proceedings, and costs of every name and description, including attorney’s fees, to the extent arising or resulting from a violation by the Contractor or a Person, as defined in Attachment E – Definitions and Acronyms, of Section 9, Data Security, and Section 13, Background Screening and Security, resulting in the Security Breach of State Data. The Contractor shall provide credit monitoring services at its own cost for those individuals affected or potentially affected or by a Security Breach caused by the Contractor’s negligence or willful misconduct, or violation of this agreement of these sections by the Contractor or a Person, as defined in Attachment E – Definitions and Acronyms, for a twelve-month period of time following the Security Breach. SECTION 10. GRATUITIES AND LOBBYING 10.1 Gratuities The Contractor will not, in connection with the Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying Funds provided under this Contract shall not be used to violate the provisions of sections 11.062 and 216.347, F.S. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after Contract execution and during the Contract’s term. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 19 of 29 Mobile Communications Services SECTION 11. CONTRACT MONITORING 11.1 Performance Standards The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof as it relates to orders provided under this Contract. Coordination must be maintained by the Contractor with representatives of the Customer, the Department, or of other agencies involved in the Contract on behalf of the Department. 11.2 Performance Deficiencies and Service Level Agreements Service Level Agreements (SLAs) dictate the levels of service delivery for individual services. The parties acknowledge that these SLAs contain financial consequences, as required by section 287.058, F.S., are exclusive of any other right to damages, and are not intended to be a penalty. The Contractor therefore agrees to credit the Department consistently with the Contract, including as set forth in Attachment C - Service Level Agreements. Financial consequences that are due to a Customer after the completion of service, or exceed any payment due to the Contractor, shall be submitted by check rather than as a credit. One, multiple, or recurring violations of a SLA may be considered a breach of the Contract and may result in a suspension or cancellation of PO(s) or CSA(s) pursuant to Section 1.3.3 of the Contract. The Department reserves the right to determine when violation(s) of SLAs constitute a breach of the Contract or will result in a suspension or cancellation of PO(s) or CSA(s). The Department’s determination of a breach of the Contract or suspension or cancellation of PO(s) or CSA(s) will depend on the number and severity of the SLA violation(s), disruption to service, Contractor’s response, and other factors. In addition to the processes set forth in the Contract (e.g., SLAs), if the Department determines that there is a performance deficiency that requires correction by the Contractor, then the Department will notify the Contractor in writing. The correction must be made within a timeframe specified by the Department. The Contractor must provide the Department with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department. If the corrective action plan is unacceptable to the Department, or implementation of the plan fails to remedy the performance deficiencies, the Department will retain ten percent (10%) of the total invoice amount and may suspend or cancel PO(s) or CSA(s) or may suspend work or terminate the Contract as set forth in Section 1.3, Suspension of Work and Termination. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited in order to compensate the Department for the performance deficiencies and the Department may suspend or cancel PO(s) or CSA(s) or may terminate the Contract as set forth in Section 1.3, Suspension of Work and Termination. 11.3 Timely Performance The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 20 of 29 Mobile Communications Services Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or Customer of the steps the Contractor is taking or will take to do so and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department or Customer and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department or Customer’s delay. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor’s control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department or Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) business days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) business days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department or Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department or Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department or Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants the same level of preferential treatment that it would grant to similarly situated government Customers with respect to devices, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS 12.1 Performance or Compliance Audits The Department may conduct, or cause to have conducted, either or both performance and compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review copies of all the Contractor’s and subcontractor’s relevant data and records that directly relate to the Contract. The Parties shall agree in writing on the scope of the inquiry, timeframe, location (if an audit is to be conducted), and other terms and conditions before work to satisfy the inquiry is commenced. To the extent necessary to verify the Contractor’s claims for DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 21 of 29 Mobile Communications Services payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners or agents of the Contractor, providing services directly under o the Contract, may be inspected by the Department upon fifteen (15) days’ written notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners or agents providing services directly under this Contract are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts directly relating to the Contract. The State of Florida’s Chief Financial Officer and the Office of the Auditor General also have authority to perform audits and inspections. 12.2 Payment Audit Records of costs incurred under terms of the Contract will be maintained in accordance with Subsection 8.3, Document Management and Record Retention. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work related to this Contract, and all other records of the Contractor and subcontractors considered necessary by the Department, State of Florida’s Chief Financial Officer, or the Office of the Auditor General. 12.3 Document Inspection In accordance with section 216.1366, F.S., the Department is authorized to inspect the: (a) financial records, papers, and documents of Contractor that are directly related to the performance of Contract or the expenditure of state funds; and (b) programmatic records, papers, and documents of Contractor which the Department determines are necessary to monitor the performance of Contract or to ensure that the terms of the Contract are being met. Contractor shall provide such records, papers, and documents requested by the Department within ten (10) business days after the request is made. SECTION 13. BACKGROUND SCREENING AND SECURITY All Contractor employees, subcontractors and agents performing work under the Contract must comply with all security and other requirements of the Department or the Customer. 13.1 Background Screening In addition to any background screening required by the Contractor as a condition of employment, the Contractor warrants that it will have conducted a criminal background screening of, or ensure that such a screening is conducted for, each of its employees, subcontractor personnel, independent contractors, leased employees, volunteers, licensees, or other person, hereinafter referred to as “Person” or “Persons,” operating under its direction with Access to State Data or who enter either the premises or facilities where State Data is stored or accessible. Contractor is not required to conduct the aforementioned background screening of a Person if that Person does not have Access to State Data and if that Person, whenever on Customer premises or facilities, is escorted by Customer authorized personnel. The Contractor warrants that all Persons will have passed the background screening described herein before they have Access to State Data or begin performing services under the Contract. The look-back period for such background screenings shall be for a minimum of six (6) years where six (6) years of historical information is available. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 22 of 29 Mobile Communications Services The minimum background check process will include a check of the following databases through a law enforcement agency or a Professional Background Screener accredited by the National Association of Professional Background Screeners or a comparable standard: 1. Social Security Number Trace; and 2. Criminal Records (Federal, State, and County criminal felony and misdemeanor, national criminal database for all states which make such information available). The Contractor agrees that each Person will be screened as a condition prior to performing services or having Access to State Data. The Contractor is responsible for any and all costs and expenses in obtaining and maintaining the criminal background screening information for each Person described above. The Contractor will maintain documentation of the screening in the Person’s employment file or applicable Contractor system. The Contractor will abide by all applicable laws, rules, and regulations including, but not limited to, the Fair Credit Reporting Act and/ any equal opportunity laws, rules, regulations, or ordinances. 13.2 Disqualifying Offenses If at any time it is determined that a Person has a criminal misdemeanor or felony record, regardless of adjudication (e.g., adjudication withheld, a plea of guilty or nolo contendere, or a guilty verdict), within the last six (6) years, where six (6) years of historical information is available, from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that Person from any position with Access to State Data or directly performing services under the Contract. The disqualifying offenses are as follows: 1. Computer related crimes 2. Information technology crimes; 3. Fraudulent practices; 4. False pretenses; 5. Fraud; 6. Credit card crimes; 7. Forgery; 8. Counterfeiting; 9. Violations involving checks or drafts; 10. Misuse of medical or personnel records; and 11. Felony theft. If the Contractor finds a Disqualifying Offense for a Person within the last six (6) years where six (6) years of historical information is available from the date of the court’s disposition, it may obtain information regarding the incident and determine whether that Person should continue providing services under the Contract or have Access to State Data. The Contractor will consider the following factors only in making the determination: i) nature and gravity of the offense, ii) the amount of time that lapsed since the offense, iii) the rehabilitation efforts of the Person, and iv) relevancy of the offense to the job duties of the Person. If the Contractor determines that the Person should be allowed Access to State Data, then Contractor shall maintain all criminal background screening information and the rationale for such Access in the Person’s employment file. The Contractor will promptly notify the Department of any determinations made pursuant to this subsection. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 23 of 29 Mobile Communications Services The Department reserves the right to require removal of any Persons from performing work on the Contract for any reason. 13.2.1 Refresh Screening Contractor will ensure that all background screening of key staff will be refreshed every five (5) years from the time initially performed for each Person during the term of the Contract. 13.2.2 Self-Disclosure The Contractor shall ensure that all key staff have a responsibility to self-report within three (3) calendar days to the Contractor any updated court disposition regarding any disqualifying offense, regardless of adjudication (e.g., adjudication withheld, a plea of guilty or nolo contendere, or a guilty verdict). The Contractor shall immediately reassess whether to disallow that Person Access to any State of Florida premises or from directly performing services under the Contract. In addition, the Contractor shall ensure that all key staff have a responsibility to self-report to the Contractor within three (3) calendar days, any arrest for any Disqualifying Offense. 13.3 Department’s Ability to Audit Screening Compliance and Inspect Locations The Department reserves the right to audit the Contractor’s background screening process upon fifteen (15) days prior written notice to the Contractor during the term of the Contract. The parties shall agree in writing on the scope of the inquiry, timeframe, location (if an audit is to be conducted), and other terms and conditions before work to satisfy the inquiry is commenced. The Department will have the right to inspect the Contractor’s working area, computer systems, and/or locations to ensure that Access to State Data is secure and that the background screening process is in compliance with the Contract and all applicable state and federal rules and regulations. SECTION 14. COMMUNICATIONS AND CONFIDENTIALITY 14.1 Public Statements The Contractor shall not, without first notifying the Department’s Contract Manager and securing the Department’s prior written consent, make public statements or publicly disseminate any information which concern the Contract or its subject matter, including, but not limited to: 1. disclose or permit disclosure of any data or information obtained or furnished in accordance with the Contract, 2. use any statement attributable to the Department or its employees, 3. mentioning the Contract in a press release or other promotional material, or 4. otherwise linking Contractor’s name and either a description of the Contract or the name of the State, the Department or any Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. Public statements include press releases, publicity releases, promotions, marketing materials, corporate communications, or other similar communications. If provided, the Department’s written consent shall not be construed to supersede or waive the Contract requirements imposed on the Contractor to maintain confidential information. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 24 of 29 Mobile Communications Services The Contractor will not use the State of Florida seal, name, or logo of the Department or State of Florida, or Contractor’s relationship to the Department for any purpose without the prior written consent of the Department. The Contractor may refer to the Contract as an experience citation with other customers without prior approval. The Contractor shall have the following obligations with respect to the marketing of this Contract to any Customers: 1. To use its commercially reasonable efforts to further the promotion, advertising, and marketing of services available under this Contract; and 2. To use its commercially reasonable efforts to promote the equitable utilization of this Contract to Other Eligible Users to any other cooperative purchasing contract for similar services. 14.2 Confidential Information The Contractor must maintain confidentiality of all confidential data, files, and records related to the services and commodities provided pursuant to the Contract and must comply with all applicable state and federal laws, including, but not limited to Chapter 119, F.S., and sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 15. LICENSING All services shall include all required licenses for Customers to utilize the services at no additional cost to the Customer. This section does not govern Contractor or third-party software (which includes applications and enhancement software) sold separately, which are not necessary to provide the WDS, WVS, or public safety services under this Contract (as examples device operating software or device firmware). Any software (which includes applications and enhancement software) licensed separately by the Contractor or its third-party supplier to Customers for use will be governed by the written terms and conditions applicable to such software or application (e.g., End User License Agreements (EULAs)). When Customers purchase any software (which includes applications and enhancement software) licensed separately, applicable terms and conditions (e.g., EULAs will be provided to Customers and may be provided via URL or click-through at point of sale or upon login to the third-party software application. The Contract will take precedence over any and all EULA’s conflicting terms. Any provisions in applicable terms and conditions that require the Department to indemnify the Contractor are inapplicable. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 25 of 29 Mobile Communications Services SECTION 16. PERFORMANCE BOND Within thirty (30) days of Contract execution, Contractor will deliver to the Department’s Contract Manager a performance bond in the amount of $500,000 (five hundred thousand). This shall also apply to any renewal years. The bond shall name the Department as the beneficiary and will be used to guarantee satisfactory performance by the Contractor throughout the term of the Contract. 1. The performance bond shall be maintained throughout the term of the Contract. The performance bond must be issued by an acceptable surety company, as determined by the Department, and which surety must be licensed to do business in the State of Florida. The insurer or bonding company shall pay losses suffered by the State of Florida directly to the Department. 2. The Contractor and insurer or bonding company shall provide the Department prior written notice or immediate notice upon knowledge of any attempt to cancel or to make any other material change in the status, coverage, or scope of the performance bond, or of the Contractor’s failure to pay bond premiums. 3. The Department shall not be responsible for any premiums or assessments on or in relation to the performance bond. 4. The performance bond is to protect the Department and the State against any loss sustained through failure of the Contractor’s performance in accordance with the Contract. No payments shall be made to the Contractor until the performance bond is in place and approved by the Department in writing. 5. Within thirty (30) days of Contract execution, and by Contract execution anniversary each year following, the Contractor shall provide the Department with a surety bond continuation certificate or other acceptable verification that the performance bond is valid and has been renewed for an additional year. 6. The performance bond provided under this section shall be used solely to the extent necessary to satisfy the damage claims made by the State of Florida pursuant to the terms of the Contract. In no event shall the performance bond be construed as a penalty bond. 7. No sooner than two (2) years after Contract execution, if it is in the best interest of the State of Florida, as determined by the Department, the Contractor’s performance bond may be reduced for the remainder of the term. This reduction shall require an amendment to the Contract with the agreement of both parties. SECTION 17. CUSTOMER OF RECORD The Department is considered the Customer of Record for all services for the purposes of the Federal Communications Commission and Customer Proprietary Network Information. SECTION 18. SPECIFIC APPROPRIATION The following is the specific State fund from which the State will make payment under the first year of the Contract: General Appropriations Act (Florida Law) 2845 SPECIAL CATEGORIES DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 26 of 29 Mobile Communications Services CENTREX AND SUNCOM PAYMENTS FROM COMMUNICATIONS WORKING CAPITAL TRUST FUND SECTION 19. MISCELLANEOUS 19.1 Warranty of Contractor’s Ability to Perform The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall notify the Department of any regulatory or legal actions filed by any federal, state, or local government entity and any other litigation that is reasonably likely to have a material adverse impact on the Contractor’s ability to perform under this Contract within thirty (30) days of the action being filed. The Contractor must notify the Department of any legal actions filed against it for a breach of a contract that is of similar size and scope to this Contract within thirty (30) days of the action being filed, unless such legal action is withdrawn or dismissed within such thirty (30) day period. Failure to notify the Department of a legal action within thirty (30) days of the action will be grounds for termination for cause of the Contract. The Contractor shall within five (5) calendar days notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. 19.2 Subcontractors, Affiliates, Partners, Teammates, Third-Party Vendors The Contractor is fully responsible for satisfactory completion of all subcontracted work, including work by affiliates, partners, teammates, and all other third-party vendors, in accordance with the terms and conditions of the Contract. 19.3 Assignment The Contractor will not sell, assign, or transfer any of its rights, duties or obligations under the Contract without the prior written consent of the Department, which shall not be unreasonably withheld. However, the Contractor may assign its right to receive payment under the Contract without the Department’s consent upon written notice to the Department, with documentation supplied to the Department as required. In the event of any permitted assignment, the Contractor remains secondarily liable for performance of the Contract, unless such responsibility is waived by the Department in writing. The Department may assign the Contract with prior written notice to the Contractor. 19.4 Independent Contractor The Contractor is an independent contractor. The Contractor and its employees, agents, representatives, and subcontractors, affiliates, partners, teammates, and all other third-party vendors are not employees or agents of the Department and are not entitled to the benefits of State of Florida employees. The Department will not be bound by any acts or DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 27 of 29 Mobile Communications Services conduct of the Contractor or its employees, agents, representatives, or subcontractors, affiliates, partners, teammates, and all other third-party vendors. 19.5 Risk of Loss Matters of inspection and approval are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer or the Department rejects a commodity at Contractor’s expense, it may be returned within thirty (30) days of receipt, and the risk of loss will remain with the Contractor. For Contractor-installed in-building infrastructure owned by the Contractor (e.g., bidirectional amplifiers, including antennas and power), Contractor will remove the commodity (except for cabling) from the premises within thirty (30) days, after notification of rejection, removal fees may be applicable, and the risk of loss will remain with the Contractor. For Contractor-installed in-building infrastructure, commodities not removed by the Contractor within thirty (30) days of receipt of notification will be deemed abandoned by the Contractor, and the Customer or the Department will have the right to dispose of it as its own property. Contractor will reimburse the Customer or the Department for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities 19.6 Safety Standards Performance of the Contract for all commodities or contractual services must comply with applicable requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 19.7 Ombudsman A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. 19.8 Time is of the Essence Time is of the essence regarding each and every obligation of the Contractor. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 19.9 Waiver The delay or failure by the Department or Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 19.10 Modification and Severability With the exception of the process described in Section 5.2, Change Requests, this Contract may only be modified by a written agreement signed by the Department and the Contractor. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 28 of 29 Mobile Communications Services Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. SIGNATURE PAGE IMMEDIATELY FOLLOWS DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––– Contract No.: DMS-19/20-006C Page 1 of 2 Attachment A: Definitions and Acronyms 4050 Esplanade Way Tallahassee, FL 32399-0950 850-488-2786 Ron DeSantis, Governor Contract No.: DMS-19/20-006C Attachment A – Definitions and Acronyms All personal pronouns used in the Contract, whether used in the masculine, feminine, or gender-neutral, shall include all other genders; the singular shall include the plural; and the plural shall include the singular. The following definitions and acronyms apply to the Contract in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60FF-1, Florida Administrative Code (F.A.C.). In the event of a conflict, the definitions provided in this document will prevail. Access When capitalized, this means review, inspect, transmit, approach, instruct, communicate with, store data in, retrieve data from, or otherwise make use of any State Data, regardless of type, form, or nature of storage; Access to a computer system or network includes local and remote access. Business Days Monday, Tuesday, Wednesday, Thursday, and Friday, excluding weekends and State paid holidays as set forth in section 110.117, F.S. Contractor The Responsive and Responsible Respondent awarded this Contract pursuant to ITN DMS-19/20-006. This definition supersedes the definition in section 287.012(7), F.S. CPNI Customer Proprietary Network Information. The definition of CPNI is the Title 47 U.S. Code § 222(h) (2019) definition. CRR Cost Recovery Rate. The Department’s monthly cost recovery charge applied to Customer invoices. CSAB Communications Service Authorization and Billing system. https://portal.suncom.myflorida.com/start/#/login Customers The entities that are provided services under this Contract, including State agencies, which are required to use the SUNCOM Network, and other entities authorized to use the SUNCOM Network in accordance with Chapter 282, F.S. End-user The individual that utilizes the device that consumes the resources defined by the monthly plan. The End-user’s employer is the Customer. EUPL End User Price List HA/HR Highly-available and Highly-reliable. Systems, services, and implementations designed to eliminate planned downtime and prevent unplanned downtime; methods utilize specific hardware, software, and processes; typically implemented in mission critical services. IP Internet Protocol IPsec An Internet Engineering Task Force standard. Text from RFC 4301 - IPsec creates a boundary, between unprotected and protected interfaces, for a host or a network. Traffic traversing the boundary is subject to the access controls specified by the user or administrator responsible for the IPsec configuration. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Attachment A – Definitions and Acronyms Contract No.: DMS-19/20-006C Page 2 of 2 Attachment A: Definitions and Acronyms IPsec Tunnel Tunnels are a design technique utilized by telecommunications service providers to manage traffic. IPsec tunnels are used to create closed user groups to enforce segregation of traffic. IPsec tunnels are a specific type of tunnel which provides security services for IP packets through encryption, authentication, and protection against replay. MFN MyFloridaNet OEU Other Eligible Users. The entities provided services under this Contract that are not State agencies and are not required to use the SUNCOM Network but are otherwise authorized to use the SUNCOM Network in accordance with Chapter 282, F.S. These include, but are not limited to, political subdivisions of the State, including counties, municipalities, school districts, and water management districts. Also included are, private nonprofit elementary and secondary schools conditioned upon certain requirements, universities, libraries of community colleges, and nonprofit corporations. Person When capitalized in Sections 9 and 13 of the Final Contract, this means the Contractor’s employees, subcontractor personnel, independent contractors, leased employees, volunteers, licensees, or other person operating under the Contractor’s direction with Access to State Data or who enters either the premises or facilities where State Data is stored or accessible. Reply A formal response to ITN No. DMS-19/20-006. Respondent An entity that submitted a Reply to ITN No. DMS-19/20-006. SLA Service Level Agreement SLA Clock Service Level Agreement Clock. The SLA clock refers to how a deliverable will be measured in terms of time for completion as stated in the particular SLA. SNMP Simple Network Management Protocol State The State of Florida State Data All documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by the Contractor in its performance under this Contract. Subcontractor A third party performing work under the Contract at the direction of the Contractor, including affiliates, partners, teammates, and all other third-party vendors. VPN Concentrator Virtual Private Network Concentrator. A device, or collection of devices, built to manage secure connections within or between infrastructures. VRF Virtual Routing and Forwarding WDS Wireless Data Service WVS Wireless Voice Service DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 1 of 66 Attachment A: Statement of Work Mobile Communication Services Best and Final Offer ATTACHMENT A – STATEMENT OF WORK FOR MOBILE COMMUNICATION SERVICES ITN NO: DMS-19/20-006 INVITATION TO NEGOTIATE THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 2 of 66 Attachment A: Statement of Work Mobile Communication Services Table of Contents 1. Statement of Work Introduction ...................................................................................... 6 1.1 Mobile Communication Services Portfolio ...................................................................... 6 1.2 MCS Objectives .............................................................................................................. 7 1.3 MyFloridaNet .................................................................................................................. 7 1.4 End User Price Lists and Vendor’s Device List .............................................................. 7 1.5 Evolving Technology .................................................................................................... 11 2. Contractor Staffing ....................................................................................................... 14 2.1 Staffing Responsibilities ............................................................................................... 15 2.2 Key Staff Position - Account Manager .......................................................................... 18 2.3 Key Staff Position - Project Manager ............................................................................ 19 2.4 Key Staff Position - Business Operations Manager ...................................................... 19 2.5 Key Staff Position - Engineering and Design Manager ................................................ 20 2.6 Key Staff Position - Operations and Security Manager ................................................ 20 2.7 Customer Support Team .............................................................................................. 21 3. Services and Devices for Mobile Communication Services ......................................... 22 3.1 Wireless Voice Services ............................................................................................... 22 3.2 Wireless Data Service .................................................................................................. 22 3.3 Wireless Data Service - IP Addresses .......................................................................... 23 3.4 Wireless Data Service – Access Circuit ....................................................................... 23 3.5 Wireless Data Service - Closed User Groups .............................................................. 25 3.6 Wireless Data Service – Network-to-Network Interface Design ................................... 26 Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 3 of 67 Attachment A: Statement of Work Mobile Communication Services 3.7 Wireless Data Service –Traffic Mapping into MyFloridaNet ......................................... 36 3.8 Wireless Data Service – Traffic Directly to the Internet ................................................ 37 3.9 Wireless Data Service - Test Plan ................................................................................ 39 3.10 State of Florida Coverage ............................................................................................. 39 3.11 Roaming ....................................................................................................................... 40 3.12 Security ......................................................................................................................... 40 3.13 Reviews of the Contractor’s Service ............................................................................. 43 3.14 Emergency Services ..................................................................................................... 44 3.15 Contractor’s Service Delivery Costs ............................................................................. 45 3.16 Highly Available and Highly Reliable Design Characteristics ....................................... 46 3.17 Reports, Updates, and Notifications Requirements ...................................................... 47 3.18 Service Level Agreement Operational Process ............................................................ 48 3.19 Customer Support ........................................................................................................ 52 3.20 Contractor’s MCS Portal ............................................................................................... 57 3.21 Devices ......................................................................................................................... 60 3.22 Cooperation with Other Contractors ............................................................................. 62 3.23 Customer Migration ...................................................................................................... 62 3.24 Transition for Future Iterations of this Service .............................................................. 64 3.25 Contractor Meetings with DMS ..................................................................................... 66 3.26 Project Management .................................................................................................... 68 3.27 Project Management - Services Infrastructure Checklist .............................................. 72 4. Public Safety Service Plans and Devices ..................................................................... 74 Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 4 of 67 Attachment A: Statement of Work Mobile Communication Services 4.1 Deployable Technologies ............................................................................................. 74 4.2 Local Control ................................................................................................................ 77 4.3 Local control portal ....................................................................................................... 77 4.4 Public Safety Standards ............................................................................................... 80 4.5 Demonstration Devices ................................................................................................ 81 4.6 Public Safety Customer Support .................................................................................. 81 4.7 Public Safety Reporting ................................................................................................ 83 4.8 Public Safety Marketing ................................................................................................ 84 5. Business Operations .................................................................................................... 96 5.1 General Description of the SUNCOM Business Model ................................................. 96 5.2 Communications Service Authorization and Billing Transaction Flowchart .................. 96 5.3 Communications Service Authorization and Billing – Official Record ........................... 99 5.4 Communications Service Authorization and Billing - Interface with Contractor ............ 99 5.5 Communications Service Authorization and Billing Service Catalog .......................... 100 5.6 Taxes and Government Sanctioned Fees .................................................................. 100 5.7 User Access Privileges for the Contractor .................................................................. 101 5.8 Work Orders ............................................................................................................... 101 5.9 Inventory ..................................................................................................................... 102 5.10 Invoicing Requirements .............................................................................................. 102 5.11 Electronic Substantiating Detail File ........................................................................... 102 5.12 Audit of Contractor Invoices ....................................................................................... 103 5.13 Mandatory Interface with the Contractor .................................................................... 103 Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 5 of 67 Attachment A: Statement of Work Mobile Communication Services 5.14 Properly Authorized Work Orders ............................................................................... 103 5.15 General Billing Requirements ..................................................................................... 103 5.16 Billing Start ................................................................................................................. 103 6. Direct Ordering and Billing .......................................................................................... 104 6.1 Services and Devices Sold to Direct-Billed Customers .............................................. 104 6.2 Cost Recovery Rate ................................................................................................... 104 6.3 Contract Association on Direct-Billed Accounts ......................................................... 105 6.4 Monthly Reporting of Direct-Billed Accounts .............................................................. 105 6.5 Quarterly Reporting of Direct-Billed Accounts ............................................................ 106 6.6 Customers Liability ..................................................................................................... 106 Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 6 of 67 Attachment A: Statement of Work Mobile Communication Services 1. Statement of Work Introduction This Attachment A – Statement of Work (SOW) describes cellular voice and data services, secure access to MyFloridaNet (cellular data-only devices), and other related telecommunication services, cellular phones, associated devices, accessories, and features, collectively referred to herein as Mobile Communication Services (MCS). All requirements contained in this SOW are Contract requirements. Deliverables and associated financial consequences (hereinafter referred to as “Service Level Agreements” or “SLAs”) are specified on Attachment C – Service Level Agreements. 1.1 Mobile Communication Services Portfolio Mobile Communication Services are described below as well as in the public safety services in Section 4. 1.1.1 Wireless Voice Services (WVS), includes plans and cellular phones, smart phones, tablets, and other similar devices capable of making voice calls to cellular devices (cellular voice) and to traditional phones on the Public Switched Telephone Network (PSTN). This set of services also provides broadband access for email, internet browsing, texting, and numerous applications. 1.1.2. Wireless Data Services (WDS), includes a similar set of broadband services and devices as WVS but does not provide cellular voice and does not include PSTN voice connectivity. This set of services can provide secure data access into MyFloridaNet (for additional information, see Section 1.4, MyFloridaNet, below). Both sets of services include broadband data service plans governing the Customer’s monthly allotment for broadband access. 1.1.3 Web portals for both WVS and WDS. Customers utilize the DMS Communications Service and Billing system (CSAB) to review all MCS offerings, which are found on the End User Price List (EUPL). Orders are either placed directly via MyFloridaMarketPlace (MFMP), CSAB, or direct with the Contractor. For additional information regarding the EUPL, see Section 5, Business Operations. 1.1.4. Accessories include, but are not limited to, antennas, phone cases, tablet cases, headphones and ear buds, chargers, screen protectors, foldable keyboards, belt clips, and hands-free kits. 1.1.5. Equipment includes, but is not limited to, smartphones, basic phones, air cards, hot spots, tablets, and public safety wearables (within the optional subsection on Public Safety Service Plans and Devices). Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 7 of 67 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 1.2 MCS Objectives In accordance with the Department’s objectives for MCS, the Contractor shall provide: 1. Services and devices that keep pace with rapidly evolving technologies and related service plans. 2. A range of rate plans with a wide variety of up-to-date features. 3. Customer support services, including the Contractor’s MCS portal and superior staffing, with the best possible customer service. 4. Clearly articulated adoption of standards and designs in this SOW. 5. Complete and timely reporting on services to the Department and Customers. 6. Service strength with as much 4G/4G LTE or better service coverage as possible. 7. Highly-Available, Highly-Reliable (HA/HR) infrastructures. 8. Support for devices and software systems from different manufacturers. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 1.3 MyFloridaNet MyFloridaNet (MFN) is the State’s Multiprotocol Label Switching data network. MFN allows State agencies and other authorized users to communicate with each other. Information about MFN is available at: https://www.dms.myflorida.com/business_operations/telecommunications/suncom2/data_services/myfloridanet_2 No response required. By submitting a Reply, Respondent has read and understands the statements contained in this subsection. 1.4 End User Price Lists and Vendor’s Device List This subsection applies to both WVS and WDS. 1.4.1 EUPL and Vendor’s Device List The format of the EUPL and Vendor’s Device List must be approved by the Department. The Contractor must have one (1) EUPL and one (1) Vendor’s Device List that incorporate all offerings. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 8 of 67 Attachment A: Statement of Work Mobile Communication Services The Vendor’s Device List should include all proposed devices, including, at a minimum, cellular phones, smartphones, tablets, broadband access devices (data-only), cellular mobile broadband devices (support for internet access), devices supporting secure access to MFN, and accessories. Devices may be shown with a variety of packages, with detailed pricing, and descriptions of associated services, devices and/or features. Any services, devices, and/or features provided at no cost should be identified as $0.00. Vendor’s Device List may also include Public Safety wearables and other Public Safety wireless enabled devices. All devices shall include an AC charger at no additional cost, however additional or replacement AC chargers may be offered with a cost associated. Contractor’s may offer a price discount if a chargeable device is sold without an AC charger included. For all items listed below, the Vendor’s Device List should include: manufacturer and model, vendor’s identification number (SKU), vendor’s commercially advertised retail price as of the date the EUPL is submitted to the Department, State purchase price, and any promotional pricing, as well as the following device-specific information: 1. Smartphones a. Operating system, camera, removable memory (if available), hearing aid compatibility, mode, and other features. b. At least one (1) unlocked iPhone and one (1) unlocked Android smartphone. 2. Air Cards, USBs, and hotspots a. Mode, compatibility with 4G LTE, compatibility with 5G, compatibility with Apple Operating Systems (iOS, Mac OS), compatibility with Microsoft Operating systems (Windows), external antenna, and other features. 3. Tablets a. Operating system, camera, removable memory (if available), and other features. 4. Basic Phones. a. At least one (1) basic phone that is available to Customers at no charge, other than the cost of the purchased service plan. 5. Accessories a. May include phone cases, tablet cases, headphones and ear buds, chargers, screen protectors, foldable keyboards, belt clips, and hands-free kits. 6. Public Safety Wearables a. Contractor’s EUPL should state service prices as monthly recurring charges (MRC) or non-recurring charges (NRC). The EUPL should include, as applicable, the following information for provided services and devices, at a minimum: 1. Non-pooled Plans a. Pricing and details of all non-pooled plans, which may include: i. Voice per minute rate plans: usage based, limited ii. Unlimited plans: voice; voice and text; voice, text, and data; voice, data, messaging, and hotspot iii. Messaging plans: limited and unlimited Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 9 of 67 Attachment A: Statement of Work Mobile Communication Services iv. Data only device plans: per megabyte data plan, data plan with tethering, data plan without tethering, and unlimited data b. Relevant unit pricing, including price per minute, variation of price per minute for nights and weekends, monthly rollover of minutes or data. c. Description of services included in the monthly recurring costs, including the number of messages (SMS/MMS), minutes (anytime, nights, or weekends), data limits, and included features, such as call waiting. i. Detail how airtime and other measured usage are billed; for example, in full-minute increments, rounded up to the next full increment at the end of each call for billing purposes, unanswered outgoing calls incurring airtime. ii. Description of billing for calls directly dialing or receiving from the same carrier. iii. If the pricing changes for nights and weekends, describe the times the carrier deems are nights and weekends and any changes to charges during this time. iv. Detail any prohibited activities, such as those prohibited for compliance with the law or to prevent interference with the network. 2. Pooled Plans a. Pricing and details of all pooled plans, which may include: i. Description of tiers, including the number of minutes included in the plans. b. Relevant unit pricing, including price per minute, variation of price per minute for nights and weekends, monthly rollover of minutes or data. c. Describe: i. how the minutes are aggregated and credits are applied; ii. how a Customer can have more than one pool; iii. rollover minutes; iv. pool limitations, e.g., limits to the number of users; and v. included features, such as call waiting. 3. Push-to-Talk a. Pricing and details of all push-to-talk plans, which may include: i. Standalone push-to-talk and add-on push-to-talk plans. ii. Relevant unit pricing including price per minute, variation of price per minute for nights and weekends, monthly rollover of minutes or data. iii. Description of services included in the monthly recurring costs and included features 1. Detail how measured usage is billed, for example, in full-minute increments, rounded up to the next full increment at the end of each call for billing purposes, or unanswered outgoing calls incurring airtime. 2. If the pricing changes for nights and weekends, describe the times the carrier deems are nights and weekends and any changes to charges during this time. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 10 of 67 Attachment A: Statement of Work Mobile Communication Services 3. Detail any prohibited activities, such as those prohibited for compliance with the law or to prevent interference with the network. 4. Machine-to-Machine a. Pricing and details of all machine-to-machine and internet of things service plans which may include: i. Description of tiers, including the usage caps of each tier. One (1) MB to twenty (20) GB requested, at minimum. b. Relevant unit pricing, including price per minute, variation of price per MB for nights and weekends, and monthly rollover of minutes or data. c. Description of services included in the monthly recurring costs and included features. i. Detail how measured usage is billed. ii. Detail any prohibited activities, such as those prohibited for compliance with the law or to prevent interference with the network. 5. Discounts a. All proposed discounts off accessories and devices. b. State what published price the discount percentage applies to (MSRP, vendor published catalog, etc.). i. Describe any additional proposed discounts, such as 100% discount off activation fees. ii. Specific pricing for devices should be listed in the Vendor's Device List. 6. Additional Features, Fees, and Other Items a. The EUPL may describe and detail any additional offerings that are contemplated within the SOW. i. These may include chargeable features, such as robo-call blocking, mobile device management, etc. ii. The EUPL may also include tiered pricing. b. There will be no activation fees for services and devices purchased off the Contract. c. There are no termination fees for services purchased off of the Contract. d. Rate plans shall be month to month, unless otherwise agreed in writing by the DMS Contract Manager. e. In the event that a rate plan includes a device subsidy and the Customer terminates services early, the Contractor may bill the Customer for the unpaid portion of the subsidized amount on the Customer’s invoice. For example, a device is offered at discounted price if purchased with a twenty-four (24) month rate plan. In the event a Customer purchases a subsidized device and the Customer terminates services early, or moves to a lesser price plan or disconnects the devices from the Contractor’s network within twenty-four (24) months of the device activation, the Contractor may bill the Customer for the unpaid portion of the subsidized amount of the device. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 11 of 67 Attachment A: Statement of Work Mobile Communication Services 1.4.2 Update Process to EUPL Given the fast pace of technological progress, DMS anticipates that plans and devices will improve and undergo alterations, within the scope of the Contract, over the term of the Contract. Changes in service plans, features, devices, or technology offered by the Contractor in the same, alternative, or equivalent form and within the scope of the Contract are permissible updates. Updates may be prompted by the Contractor, DMS, or Customers. Some updates may be accomplished via the change request process described in Section 5.2, Change Request, of the Contract; however, at DMS’s sole discretion, updates may require a Contract amendment. Contractor-Requested Updates. The Contractor may request updates to its EUPL and Vendor’s Device List throughout the Contract term. Such requests must be emailed to the DMS Contract Manager for review and approval. DMS has absolute discretion to approve or deny Contractor- requested updates. The Contractor shall not offer Customers changes in plans, features, devices, or technology prior to obtaining DMS’s written approval. The Contractor shall not offer any updated prices or rate structures until changes have been approved by DMS and DMS has published an updated EUPL. When requested by DMS, the Contractor shall provide documentation on the requested update, including, but not limited to, market research and service and device specifications. DMS may review the information from the Contractor and any other source. DMS will not approve an update request until and unless the criteria below is met to its satisfaction. However, DMS reserves the right to deny an update request even if all of the criteria are met. The Contractor shall: 1. Substantially demonstrate the combined pricing is competitive to market rates offered under state government contracts similar in size, scope and terms, specifically that it is equal to or less than combined pricing for similar offerings in the State of Texas, State of California, and State of New York and excluding rates for commercial contracts; 2. Fully demonstrate the pricing is related to and is in line with currently offered pricing for similar services and equipment within the EUPL and/or the Vendor’s Device List; and 3. Fully demonstrate the proposed pricing is in accordance with Contract Section 3.2.2, Preferred Pricing. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 1.5 Evolving Technology This section is applicable to all services and equipment, including devices. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 12 of 67 Attachment A: Statement of Work Mobile Communication Services The Contractor shall ensure delivery of services and devices that keep pace with rapidly evolving technologies and related service plans. The Vendor’s Device List and EUPL must be kept up-to- date, in accordance with the process detailed within SOW Subsection 1.5, End User Price Lists and Vendor’s Device List, offering the latest generation of devices and related service plans. The Contractor’s IP infrastructure must provide evolving technologies and offer Customers the latest generation of telecommunications infrastructure and devices. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Provide a detailed description of the following: a. How Respondent will ensure delivery of services and devices that keep pace with rapidly evolving technology and related service plans. b. Describe the Respondent's commitment and plan to offer the latest generation of installed infrastructure supporting MCS (the Respondent's IP infrastructure). Verizon’s Evolving Technology Verizon acknowledges the importance of ensuring delivery of services and devices that keep pace with rapidly evolving technologies and related service plans for customers purchasing under the State of Florida contract for Mobile Communication Services. In order to achieve this end, your Government Account Manager will keep DMS’s authorized POC abreast of developments made possible through technological advancements as they become commercially available. As new technology becomes commercially available, DMS may add new plans, features and equipment that take advantage of the technology’s functionality. If new equipment is needed, then the State may order new equipment in accordance with the terms and conditions for equipment upgrades as outlined in your overarching contract. Please note that the purchase of new equipment may require an extension of applicable line terms. Verizon acknowledges the requirements for updating Vendor’s Device List and EUPL as detailed within SOW Subsection 1.5, End User Price Lists and Vendor’s Device List. In order to ensure that we are offering the latest generation of devices and related service plans to DMS, Verizon can provide DMS with Quarterly Business Reviews (QBRs). These QBRs include, but are not limited to: a review of your recent account activity; cost saving opportunities and account optimization strategies; a discussion of new technologies, products and services; and any other items that you would like to discuss with us. From time-to-time your Government Account Manager may present new products, services, and offers outside of the QBR. Our Commitment to the Verizon Wireless Network Network leadership is the central element of our strategy, and we are continually investing in our network to extend our leadership. Since 2000, we have invested more than $145 billion nationwide to build and enhance our wireless network, and continue to make significant network-related capital investments, including spectrum acquisitions. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 13 of 67 Attachment A: Statement of Work Mobile Communication Services We’ve deployed multiple LTE Advanced features on our network that already contribute to our unparalleled, award-winning network performance; and we’ve led the charge in harnessing unlicensed spectrum with our work on LTE-Unlicensed (LTE-U) (precursor to License Assisted Access [LAA]) and Citizens Band Radio Service (CBRS) @ 3.5 GHz. By design and with consistent investment over time, we are in a great position to continue to meet the needs of our customers with the nation’s most reliable network, and to extend our lead over the competition. We are focusing our capital spending on adding capacity and density to our 4G LTE network while also building our next generation 5G network. We are densifying our network by utilizing small cell technology, in-building solutions and distributed antenna systems. Network densification enables us to add capacity to address increasing mobile video consumption and the growing demand for Internet of Things (IoT) products and services on our 4G LTE and 5G networks. Our thoughtful technology choices, well-rounded spectrum assets and excellence in execution position us for continued 4G distinction and 5G leadership. Verizon has multiple network-related projects underway or planned for the near future. 5G Technology Verizon is here. 5G will deliver enhanced fixed and mobile broadband, low-latency services and massive scale for IoT, which will transform all industries. 5G won’t be a wireless “evolution,” with better speeds and feeds, but a true revolution changing the way we work and interact: This means more connected services and devices, and higher broadband capacity that can benefit our entire society. We started with America’s most reliable network. Now, we’re providing 5G Nationwide coverage for more than 200+ million people in 1,800+ cities. And, we have expanded our 5G Ultra Wideband, the fastest in the world*, to select areas of 57 cities. • 5G Ultra Wideband uses the high-band, ultra-wide millimeter wave spectrum to deliver 5G. These ultrafast speeds and reduced lag time (latency) can enable advancements in technology such as augmented and virtual reality, autonomous cars, connected cities and more. • 5G Nationwide uses low-band spectrum enabled by dynamic spectrum sharing (DSS), which allows customers with 5G-enabled devices to use the high- frequency millimeter spectrum 5G Ultra Wideband network where it is available and fall back on the low-frequency 5G Nationwide network where it is not available. With these 5G technologies, our network has the power to deliver on eight capabilities, or currencies: Peak data rates, mobile data volumes, mobility, number connected devices, energy efficiency, service deployment, reduced latency and improved reliability. Initially, customers should expect our 5G Nationwide network to perform similarly to our award winning 4G LTE network. Performance and coverage will continue to grow over time. *Global claim from May 2020, based on Opensignal independent analysis of mobile measurements recorded during the period January 31 – April 30, 2020. © 2020 Opensignal Limited Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 14 of 67 Attachment A: Statement of Work Mobile Communication Services For Verizon, there are four critically important foundational elements that underpin the construction of our 5G network: Optical fiber, abundant Radio Frequency spectrum, Software-Defined Networks (SDN) and mobile-edge computing (MEC). • Fiber: We are reinventing our network architecture around a common fiber platform that will support both our wireless and wireline businesses. • Spectrum: In addition to our low and mid-band spectrum, we have spectrum licenses in the 28 and 39 Gigahertz (GHz) band, collectively called millimeter- wave spectrum, which is being used for our 5G-technology deployment. • Software-Defined Networks (SDN): As organizations strive to stay ahead of the competition in an increasingly digital economy, we’ve expanded our offerings to help them accelerate their digital transformation to support future 5G capabilities. Verizon’s Virtual Network Services will support 5G devices on software-defined wide area network (SD-WAN) platforms, making it easier to manage network traffic and application performance across a wide area network on both public and private networks. An extension of SDN is network slicing, the ability to partition the network into varying service levels of performance and offerings. • Mobile Edge Compute (MEC): We will use multi-access edge computing to move intelligence to the edge of the network, to minimize latency, and to maximize network efficiency. We will also build in privacy measures that understand data context, including location. Verizon's network legacy is rooted in being the first to deliver to customers the next- generation of wireless technology, nationwide, before any other carrier. • On October 1, 2018, we launched the first commercial 5G network – our 5G Home Internet service for consumers – in parts of four cities on our 5G Ultra Wideband network; additional cities continue to be added • In 2019, Verizon focused on dense, downtown areas and public spaces, and then rapidly expanded 5G availability • Through October 2020, Verizon has launched our 5G Ultra Wideband mobile network in select areas of 57 cities as well as parts of 43 stadiums and arenas and 7 airports, with a goal of 60 cities by the end of 2020 • On October 13, 2020, Verizon launched its 5G Nationwide network enabled by DSS in 1,800+ cities With 5G, we will continue to drive innovation across the technology landscape to bring new solutions to market for our customers. Your Government Account Manager can provide additional network roadmap information through an Executive Briefing. 2. Contractor Staffing This section is applicable to all services. The terms “Contractor staff” and “staff” include all staff employed by the Contractor providing services under the Contract and by its subcontractors providing services under the Contract. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 15 of 67 Attachment A: Statement of Work Mobile Communication Services The Contractor shall provide sufficient, qualified staff to oversee and carry out the services of this Contract. The Contractor shall designate individuals in its organization to be contacts for DMS and its Customers in accordance with the following subsections. 2.1 Staffing Responsibilities 1. The Contractor staffing responsibilities include conducting all components of the Contract in a timely, efficient, productive, consistent, courteous, and professional manner. 2.The Contractor shall provide a sufficient number of Contractor staff to handle the workload projected for the start of the Contract and shall be scalable and flexible so staffing can be adapted as needed. 3.The Contractor shall devote the staffing time and resources necessary to successfully manage the Contract and provide the ongoing services, including having sufficient staff available for telephonic, email, and on-site consultations. 4. The Contractor shall provide each of its staff members orientation and training on all components of the Contract prior to allowing the staff member to work on any component of the Contract. The Contractor shall provide the DMS Contract Manager with documentation of this training upon request. 5.Key Staff. a.The Contractor shall initially fill all key staff positions and keep the key staff positions filled throughout the term of the Contract. Key staff positions will be filled within sixty (60) days from Contract execution. Attachment C, SLA- A1(a). b.The Contractor will only fill key staff positions with persons that fulfill the minimum job qualifications in accordance with this Section 2, Contractor Staffing. c.DMS reserves the right to review candidates being considered by the Contractor for a key staff position described in this Contract. d.DMS reserves the right to require the replacement of any staff who serve in a key staff position or as part of the Customer Support Team, and the Contractor shall remove such staff no later than ninety (90) calendar days’ from the date of DMS’s notice to the Contractor. e. Waiver. The Contractor may request a waiver of SLA-A1(b) from the DMS Contract Manager if it believes it has good cause to not fill a key staff position within the required timeframe. DMS will review any such requests on a case- by-case basis and respond within a reasonable timeframe. Determination of all waiver requests are at the sole discretion of DMS. SLA-A1(b) will be on hold while the Department is reviewing a request for waiver. f. Vacancy. i.It is understood and agreed that from time to time a vacancy may occur in key staff positions. For purposes of this Contract, a vacancy occurs when: the position is not initially filled; the position is not filled due to a resignation, retirement, termination, or reassignment; or the position is Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 16 of 67 Attachment A: Statement of Work Mobile Communication Services filled with a person who does not possess the minimum qualifications required to perform the job duties. A vacancy does not occur when: an employee is temporarily absent due to vacation, sick leave, or other temporary leave condition, such as training. In the case of a vacancy, the Contractor may arrange for the job duties to be provided by another employee who meets the minimum job qualifications until this position is filled. However, a temporary assignment will not suspend any Contractor Staffing SLAs. Key staff positions will be filled within one hundred and twenty (120) days of vacancy or within the timeframe established by the Department after a waiver of the one hundred and twenty (120)day requirement. Attachment C, SLA-A1(b). ii. The Contractor shall notify DMS of all vacancies of key staff positions within fourteen (14) days of the vacancy. Attachment C, SLA-A1(c). 6. Staffing Organization Chart. The Contractor shall develop a Staffing Organizational Chart to be implemented throughout the Contract term. Attachment C, SLA-A2. The chart will include all staff resources assigned to all components of the Contract to be approved by DMS. The final Staffing Organizational Chart must contain names, titles, and number of staff (full-time and part-time) proposed to support the Contract. The Contractor’s final Staffing Organizational Chart shall include a justification for the number of staff and the percentage of time each staff person will devote to the Contract. 7. Staffing Deficiencies. The Contractor is required to provide sufficient, competent, and capable staff to provide complete and timely services as required by the Contract. In the event DMS determines the Contractor has a staff deficiency, it will notify the Contractor in writing. A staff deficiency will include, at the Department’s discretion, insufficient number of staff, or insufficient level of competency in staff, to provide complete and timely services under this Contract. A staffing deficiency will also include the retention of staff thirty (30) days past a Department Contract Manager’s requirement to remove that staff member. The Contractor must remedy the identified staffing deficiencies by adding or replacing staff as reasonably required by the Department. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Provide a detailed description of the following: a. How Respondent will ensure the dedication of its proposed key staff positions, including the proposed percent of time dedicated to DMS; b. How Respondent will be prepared at all times to recruit credentialed, appropriately licensed, and highly qualified staff and the recruitment process for staff that will be assigned to the Contract; c. Respondent’s orientation and training for Respondent’s staff assigned to the Contract; Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 17 of 67 Attachment A: Statement of Work Mobile Communication Services d. How Respondent will ensure it employs all required positions and that there are sufficient staff to complete all requirements initially and throughout the duration of the Contract. Verizon’s Florida Government Support Since 2004, Verizon has used a dedicated government sales and support model for all government sales in the state of Florida. The team is solely dedicated to state and local government and specifically trained in government contracting, ethics and compliance. This team provides local frontline sales and support to public safety, state, and local government as well as local EOC support during times of crisis. Today the team consists of over 40 employees living in Florida with a combined 240 years of experience supporting the State of Florida Department of Management Services Wireless Contracts with Verizon. Structure: Managing Partners (MP) are responsible for teams that are geographically dispersed between North, Central and South Florida. Each MP team consists of Government Major Account Managers (GMAM) and Senior Managers (SM) reporting directly to the MP while a team of Government Business Account Managers (GBAM) report directly to the Senior Manager with a dotted line to the MP. In addition, there are Government Business Account Specialists (GBAS) dedicated to each MP team for customer and team support. Additional support for the MP teams is provided by a team of Government Solutions Architects (GSA) that are geographically assigned to support the local teams, Global Enterprise Advisors dedicated to supporting billing and escalations issues within our larger accounts, Coordinator Business Operations (CBO) supporting the operations aspects of our current contract and a Client Partner (CP) which functions as the account and contract manager. Current Head Count • Managing Partners- 2 • Senior Managers-3 • Client Partner-1 • CBO-1 • GMAM-10 • GBAM-13 • GBAS-5 • GSA-4 • GEA-3 Verizon must retain discretion and control over assignment of account management, customer support or other such Verizon personnel. Our prospective employees are investigated and reviewed to determine whether they merit employment at the positions for which they applied. All such information remains confidential and shared with third parties only on a need to know basis. Our employees are covered by the Verizon Code of Conduct, which can be provided for your review upon request. At any time, you may provide feedback to us regarding the skills, qualifications and performance of any member of the account management team. We will make every effort to notify you of any changes in your account team. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 18 of 67 Attachment A: Statement of Work Mobile Communication Services In the event of any change to any member of your account management team, we will work with DMS towards achieving a smooth transition. Additional account support procedures are available in the event of personnel change. In addition, you can use escalation procedures as well as the cross-trained skills and experience of many account support personnel. We may review any recommendations from you, as allowed by law, that will assist us in placing a Client Partner or Account Manager with the appropriate skills to support your account initiatives. Although our goal is continuity of the Verizon account team, we cannot guarantee that changes in personnel and staffing assignments will not occur during the term of your contract. The structuring of the Business and Government Customer Operations organization enables all members of the Business and Government Customer Operations organization to be cross-trained on all accounts with the goal of each customer receiving the same comprehensive professional customer service. 2.2 Key Staff Position - Account Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Account Manager as the primary contact for DMS during the Contract term, including renewals. This is a required key staff position The Contractor is required to provide a full-time Account Manager for all services under the Contract. The Account Manager will be the senior manager and primary contact with responsibility for all day-to-day MCS issues, including, but not limited to, coordination and resolution of all MCS activities. The Account Manager will be a senior staff member able to carry DMS concerns to the Contractor’s management personnel. The Account Manager or designated backup(s) must be available twenty-four (24) hours a day, 365 days of the year. The Account Manager is required to participate in the various workgroups to accomplish services available under MCS. The Account Manager shall possess the following minimum qualifications or equivalent experience: 1. A minimum three (3) years’ experience working with government clients in a government account management or sales role. 2. A knowledge of government business practices, including State practices and practices of Customers. 3. At least three (3) years’ work experience in the telecommunications industry. 4. Strong verbal and written communication skills, including the ability to communicate effectively at all levels of an organization. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 19 of 67 Attachment A: Statement of Work Mobile Communication Services If the Contractor is providing Public Safety Services, the Account Manager must have experience in the Public Safety proposed services. 2.3 Key Staff Position - Project Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Project Manager. This is a required key staff position that must remain filled until the Contractor completes, and the Department accepts, the project closure documentation required by Statement of Work section 3.26.4. The Project Manager shall oversee and take on the responsibility for the success of all projects. This individual will be the point of contact to coordinate all implementation and migration with DMS. This individual will manage and direct the planning of the Contractor’s staff and resources. The Project Manager is required to participate in the various workgroups to accomplish services available under MCS. The Project Manager shall possess the following minimum qualifications or equivalent experience: 1. The ability to be responsible for every aspect of all projects related to this Contract. 2. The ability to lead and direct teams to deliver projects within the constraints of schedule, budget, and resources. 3. Demonstrated knowledge and experience to appropriately apply a project management methodology to projects. 4. Experience using Microsoft Project and the ability to keep all projects updated frequently and accurately. 5. A current project management certification from the Project Management Institute, Scrum Master Certification from Scrum Alliance, CompTIA Project+ certification from CompTIA, a Lean Six Sigma certification, or other equivalent project management certification approved in writing by DMS, or at least two (2) years of equivalent work experience in lieu of a current project management certification. 2.4 Key Staff Position - Business Operations Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Business Operations Manager. This is a required key staff position. The Business Operations Manager shall oversee business operations, including billing, ordering, and related business operational procedures. The Business Operations Manager, acting as the DMS advocate, will be a Contractor senior staff member able to carry DMS concerns to the Contractor’s management personnel. As the advocate, the individual must have the authority to direct the Contractor’s staff to effect business operational procedures and related outcomes. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 20 of 67 Attachment A: Statement of Work Mobile Communication Services The Business Operations Manager is required to participate in the various workgroups to accomplish services available under MCS. The Business Operations Manager shall possess the following minimum qualifications or equivalent experience: 1. A minimum of three (3) years’ experience working with government clients. 2. Knowledge of government business practices, including State practices and practices of Customers. 3. Strong verbal and written communication skills, including the ability to communicate effectively at all levels of an organization. 2.5 Key Staff Position - Engineering and Design Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Engineering and Design Manager. This is a required key staff position. The Engineering and Design Manager shall function as the point of contact for all engineering and design issues. The individual will be responsible for directing all aspects of engineering and design concerns for the services. The individual must have the authority to direct the Contractor’s staff. The individual or designated backup(s) must be available twenty-four (24) hours a day, 365 days of the year to manage and oversee restoration of services and to respond to State requests. The Engineering and Design Manager is required to participate in the various workgroups to accomplish services available under MCS. The Engineering and Design Manager shall possess the following minimum qualifications or equivalent experience: 1. A minimum of three (3) years’ experience leading an engineering team responsible for services similar in size and scope to services available under MCS. 2. A Bachelor of Science degree or higher in an engineering discipline. Equivalent foreign degrees are also acceptable. Equivalent work experience of five (5) years is acceptable in lieu of a degree. 3. Five (5) years or more of engineering work experience. 2.6 Key Staff Position - Operations and Security Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Operations and Security Manager. This is a required key staff position. The Operations and Security Manager shall serve as the engineer capable of communicating with other engineers as needed to resolve day-to-day issues. The individual will communicate with DMS and engineers from other Contractors providing telecommunications to the State and, if applicable, subcontractors. The individual will function as the point of contact for the day-to-day Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 21 of 67 Attachment A: Statement of Work Mobile Communication Services networking, service, and security issues, typically those involving real-time concerns. The individual must have the authority to direct the Contractor’s staff. The Operations and Security Manager, or a designated backup(s), must be available twenty-four (24) hours a day, 365 days of the year as required to manage operational and security concerns and respond to State requests. The Operations and Security Manager is required to participate in the various workgroups to accomplish services available under MCS. The Operations and Security Manager shall possess the following minimum qualifications or equivalent experience: 1. A Bachelor of Science degree or higher in a computer science, information technology, engineering, or similar discipline. Equivalent foreign degrees are also acceptable. Equivalent work experience of five (5) years is acceptable in lieu of a degree. 2. Experience with business continuity and disaster recovery, including experience in development of disaster recovery plans. 3. Experience with information security architecture and security tools. 4. Knowledge of telecommunications industry best practices for service performance and security and applicable laws and regulations as they relate to security. 5. Knowledge of current technologies and processes used to establish and maintain networks with respect to security of MCS. The Operations and Security Manager should possess the following minimum qualifications: 1. It is preferred, but not required, that the Operations and Security Manager be a Certified Information Security Manager, a Certified Information Systems Security Professional, or hold another current industry-recognized security certification. 2.7 Customer Support Team The Contractor shall provide a Customer Support Team for this Contract. This team is not required to be full-time staff (part-time staff is acceptable) or exclusively dedicated to this Contract. However, the appropriate amount of staff at any given time (for example evening, weekend and holiday staffing may be less than weekday business hours) from the Customer Support team must be available twenty-four (24) hours a day, 365 days of the year. The Customer Support Team shall provide: 1. Timely Customer training in reaction to changes in services and features offered. 2. Timely resolution of service requests. 3. Full staffing for projects to implement new technologies, related services, and equipment features that are supported by the industry. 4. Timely closure for operational changes. 5. All applicable deliverables by the due dates as provided in the SLAs. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 22 of 67 Attachment A: Statement of Work Mobile Communication Services The Customer Support Team shall include at least one (1) named individual to act as the CSAB Administrator, with responsibilities described in Subsection 5.7, User Access Privileges for the Contractor. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3. Services and Devices for Mobile Communication Services 3.1 Wireless Voice Services This subsection is applicable only to WVS. The Contractor must provide WVS using digital technology as the primary communication mode. WVS will include cellular phones, smart phones, tablets, and other similar devices capable of making voice calls to cellular devices and to traditional phones on the PSTN. WVS will also include broadband access for email, internet browsing, texting, and numerous applications, such as those providing real-time traffic information. International calling must be disabled by default, but Customers will be permitted to place an order to enable international calling. The Contractor shall provide Customers with the option of having texting disabled. The Contractor will coordinate directly with the Customer regarding texting capabilities. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.2 Wireless Data Service This subsection is applicable to only Wireless Data Service. The Contractor must provide WDS. The Contractor will provide non-proprietary wireless broadband data communications. For State agencies, security policy requires the Contractor’s broadband data access to terminate on MFN by default. There may be instances where the Department’s policy will permit broadband data access to terminate directly on the internet. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 23 of 67 Attachment A: Statement of Work Mobile Communication Services 3.3 Wireless Data Service - IP Addresses This subsection is applicable to only Wireless Data Services. The following are minimum requirements: 1. DMS will provide the Contractor work orders containing IP addresses, or a range of IP addresses, to be associated with wireless devices.. The Contractor must configure MCS devices with IP address as part of the activation and setup for the device. For closed user groups the Contractor must configure 1) public IP addresses owned by the State and Other Eligible Users or 2) private IP addresses furnished by the State and Other Eligible Users. Since not all private IP address space is available for use on MFN, a mutually agreed upon private IP address allocation block assignment (or other agreed upon method) will be finalized within the negotiation process. 2. The Contractor is required to provide publicly routable IP addresses as needed to support all Customers in public user groups. 3. The Contractor will associate a particular wireless device with its closed user group (if any). The Contractor will assign an IP address to each wireless device and update the work order in CSAB with the specific IP address assigned before the Contractor closes the work order. A record of each closed user group and the associated wireless devices (including the electronic identifier and IP addresses) is maintained in CSAB. 4. The IP address assigned to a particular wireless device must be permanently assigned unless and until a work order provides that the Contractor change the address. Static IP addressing is acceptable as long as the address is coded (hard or electronically) within the device permanently. A unique IP address dynamically assigned to the device is acceptable as long as the address remains permanently assigned to that particular device. The dynamic IP address assignment mechanism must permanently assign the same address to the same device from an IP address pool assigned to a particular closed user group. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.4 Wireless Data Service – Access Circuit This subsection is applicable only to Wireless Data Services. Where Customers have non-MFN networks (for example, non-State Agency Other Eligible Users), Contractors may utilize the Contract to provide their End-users with wireless connectivity into that Customer’s network. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 24 of 67 Attachment A: Statement of Work Mobile Communication Services This design requires an access circuit between the Contractor’s IP networks and an Other Eligible User’s (OEU’s) network. These access circuits are not offered by DMS as a SUNCOM service. DMS is not involved in ordering, billing, provisioning, payment, network support, or other aspects of these circuits. OEUs utilize their organization’s procurement procedures to purchase their access circuit. All aspects of this wireless connectivity access are the responsibility of the OEU’s organization and the Contractor, not DMS. In accordance with SOW Section 3.15, Contractor will configure Contractor’s end of the tunnels, and the Customer will be responsible for the Customer’s end of the VPN. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 25 of 67 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.5 Wireless Data Service - Closed User Groups This subsection is applicable to only Wireless Data Services. The Contractor must develop, implement, and maintain a closed user group isolation method for WDS. The design must result in the segregation of all IP traffic into individual closed user groups. DMS may consider a virtual circuit, Virtual Local Area Network, or Virtual Routing and Forwarding (VRF) to be an acceptable closed user group design configuration method. Other Contractor- provided isolation methods are acceptable as long as the isolation method provides equivalent isolation design outcomes, as determined by DMS. The Contractor-created and maintained isolation method is required to be in continuous operation providing separation of wireless data traffic into distinct closed user groups. At all points between the wireless data device and MFN, Customer traffic must be isolated from all other traffic within the Contractor’s IP networks. There must be no alternate paths into or out of the isolated environment and no means for other entities or devices to access the isolated environment. The Contractor will place each device in the closed user group as defined by the CSAB work order. Customers will have the ability to have multiple closed user groups configured within the Contractor’s IP networks. No IP communications will be permitted between closed user groups within the Contractor’s IP networks. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 26 of 67 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.6 Wireless Data Service – Network-to-Network Interface Design This subsection is applicable only to Wireless Data Services. The Contractor must work with DMS and the MFN contractor to establish a network-to-network interface as shown in Figure 4 to route wireless data traffic across the internet to MFN. For redundancy, the interface design must use IPsec tunnels which connect to two (2) geographically separate gateways approved by DMS. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 27 of 67 Attachment A: Statement of Work Mobile Communication Services In each network-to-network interface location the Contractor must provide equipment and a corresponding design that will function as an IPsec Virtual Private Network (VPN) concentrator. Each interface will be configured with internet connectivity for the concentrators. The interface design must utilize a primary and secondary interconnection scheme preventing any downtime or performance impact to the connectivity with MFN or downtime for the service. Each interface will function equivalently, including the available internet bandwidth capacity, operational software images, and overall configuration. The interface locations must always automatically failover. The interface design must support VPN connectivity through the use of IPsec tunnels between the Contractor’s IP networks and MFN. The Contractor configures IPsec tunnels to create closed user groups for traffic between the Contractor’s IP networks and MFN. The Contractor routes closed user group traffic originating in the Contractor’s IP networks to MFN via the internet, in coordination with DMS and the MFN contractor. Using a design selected by the Contractor and approved by DMS, wireless data devices must be provisioned to continuously operate within closed user groups. The interconnectivity design, agreed on by the Contractor and DMS, must provide redundancy with automatic failover between MFN’s two (2) VPN interconnection locations. The Contractor’s Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 28 of 67 Attachment A: Statement of Work Mobile Communication Services interconnectivity design must be configured for the Contractor to monitor network connectivity between the Contractor’s IP networks and MFN. In the event of a connectivity issue between the Contractor’s network and MFN, the interconnection design must automatically failover and start routing traffic within the failover metric. Attachment C, SLA-B1. Successful failover means the interconnection with MFN operates without any loss of performance compared to the interconnection performance prior to failover, or an alternate solution, as proposed by the Contractor and accepted by DMS through the Change Request process. After the failure has cleared the Contractor’s interconnectivity design will, over time, automatically reestablish the tunnels to the MFN primary concentrator. The Contractor is not responsible for connectivity loss if the MFN VPN concentrators fail simultaneously. DMS will provide the Contractor with the configuration parameters for each closed user group’s IPsec tunnel. The Contractor must adhere to the configuration parameters while provisioning the concentrators. The Contractor must configure a unique IPsec tunnel for each closed user group’s IP traffic as specified by DMS. The closed user group naming convention (or network identifier) will be mutually agreed upon by DMS and the Contractor. Each closed user group’s network identifier must correlate to a unique IPsec tunnel. DMS will provide the Contractor with the MFN tunnel termination IP addresses, IPsec pre-shared authentication keys, and tunnel configuration parameters for each tunnel. All information regarding IP addresses, IPsec authentication keys, and tunnel configuration parameters must be treated as secure State data. At no time will the Contractor transmit this information in clear text. The Contractor must configure each unique IPsec tunnel to terminate on the primary MFN IPsec concentrator and also configure the tunnel to failover to the secondary MFN IPsec concentrator. Within Figure 4 above, this is shown as “MCS VPN Concentrator” directly adjacent to the MFN section. This is currently rented from and managed by the MFN contractor. DMS will provide the Contractor with two (2) unique publicly routable IP addresses for each closed user group’s IPsec tunnel (primary and secondary). The Contractor will use one (1) of the two (2) addresses to terminate the tunnel at the MFN primary concentrator location, and the other address will be used to terminate the failover tunnel at the MFN secondary concentrator location. The Contractor must provide and use at least two (2) publicly routable IP addresses for its IPsec interconnection design; one (1) IP address for the primary tunnel termination and one (1) to terminate the secondary tunnel. The Contractor will ensure that each wireless data device that traverses the IPsec interconnection will have a unique IP address permanently configured within the wireless modem or device (smartphone, handheld computer, laptop, etc.). Using the IP address provided by the Contractor, the Contractor must statically or dynamically assign each device within a unique closed user group a permanent IP address. The Contractor must configure each unique closed user group within its IP networks using the applicable IP addresses. At the MFN ingress point, each closed user group must be logically mapped into the appropriate MFN VRF. Adds, moves, or changes within a closed user group’s configuration require a work order. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 29 of 67 Attachment A: Statement of Work Mobile Communication Services The Contractor must upgrade the network-to-network interface when the encrypted throughput, processor utilization, or port speed reach seventy-five percent (75%) of capacity specific to the Contractor’s owned network to network connections and devices. Internet bandwidth must be upgraded by the Contractor if bandwidth utilization reaches seventy-five percent (75%) of capacity. All network-to-network interface upgrades must improve capacity by at least twenty percent (20%). Attachment C, SLA-B2. All upgrades are at no cost to the Department or Customers. The Contractor will give DMS, and the MFN network monitoring tools, read-only SNMP access (or an alternate solution, as proposed by the Contractor and accepted by DMS through the Change Request process) to monitor performance of the network, including network-to-network interface components. The Contractor must establish monitoring of SNMP performance metrics, which are measured over each five-minute sample. The primary and secondary VPN concentrators must support the following IPsec parameters: IPsec Parameters IKA (SA) Main Mode Encryption Strength 3DES Authentication Pre-Shared Key Diffie-Hellmans (D-H) Groups 2 or 5 (group-5 preferred) Perfect Forward Secrecy Pfs Data Integrity Hash Algorithm SHA IPsec (SA) Quick Mode Security Association (SA) Lifetime 86,400 seconds (maximum) Authentication Type HMAC-SHA Security Association (SA) Lifetime 28,800 seconds (maximum) Simultaneous Active Tunnels 1,000 (minimum) Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 30 of 67 Attachment A: Statement of Work Mobile Communication Services Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Describe the Respondent’s commitment to the appropriate industry standards. 3. Describe the design. 4. Describe the portion of the design used to trigger the automatic failover. 5. Describe the failover and failback processes. 6. Describe how you will maintain the security of your MFN interconnection. 7. Respondents may also propose an alternative design. Advantages of Verizon Wireless Private Network Verizon has been providing a Network to Network Interface into the MFN Network utilizing our Private Network Platform, as highlighted below, since 2012. The solution provides redundant connectivity into the VZ Network with a primary connection in Charlotte, NC and redundant/failover connection in Nashville, TN. As of 2018 these connections terminate into the new MFN2 network in Tallahassee, FL as the primary with Miami, FL being the redundant/failover connection. During migration to the MFN2 network, failover was tested and proved successful as did the successful migration of several live Closed User Groups. Verizon Wireless Private Network enables DMS to use the state existing MFN network routing schemes and network protocols to manage the state wireless devices via a secure link between the wireless environment and agency local area network (LAN). Verizon Wireless Private Network (Private Network) is a comprehensive solution that joins wireless devices to the organization’s internal IP network using a dedicated connection that isolates data from the public Internet. It extends a corporate IP network to wireless devices, while enabling your IT department to maintain the control and manageability that it needs. With Private Network, organizations can take charge of their evolving networks by: • Avoiding the exposure of wireless devices and internal networks to the inherent risks of solicited public Internet traffic. • Controlling which wireless devices can connect to the network. • Controlling which network resources the wireless devices and machines can access. • Leveraging the convenience of mobility and wireless technologies to introduce new opportunities. With Private Network, organizations can add devices to their own internal networks, with their own IP addressing, to be managed by their own support personnel. This empowers them to make wireless solutions part of their infrastructure and extend their core-computing networks farther, faster and easier. Private Network is also compatible with Verizon Mobile Device Manager. And organizations can be confident knowing that their Private Network is backed by the coverage, speed and reliability of Verizon. We can help organizations make the most of wireless communications to securely and cost effectively power their networks. Enhanced Features of Private Network Tiered Hierarchy Tiered Hierarchy design provides separate accounting/billing of data traffic for customers with multiple agencies, business units, departments or organizations whose data traffic traverses over a single Private Network. Billing can be separated for each agency, business Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 31 of 67 Attachment A: Statement of Work Mobile Communication Services unit, and department or organization profile. It allows the financial cost to be attributed to the correct company or department. Dynamic Mobile Network Routing Dynamic Mobile Network Routing (DMNR) allows accessing IPv4 addresses of devices that are connected to wireless router for easier support and management. DMNR is a network- based mobile technology providing dynamic routing and support for mobile or stationary routers in primary wireless access or automatic wireless backup configurations using Mobile IPv4-based Network Mobility (NEMO) protocol, without the need for Generic Routing Encapsulation (GRE) tunnels or network address and port translation. This delivers the any- site-to-any-site connectivity wireline customers expect when solutions extend the corporate network (e.g., intranet). Service Based Access Service Based Access (SBA) is an optional configuration for Private Network that allows subscribers to have the same experience with assisted GPS (aGPS); Multi-Media Services (MMS); and Visual Voicemail as they have on the consumer network but with the added security of Private Network. Traffic Management Traffic Management is a Private Network feature, available only for Verizon's 4G LTE devices, that provides customers with a premium and differentiated network experience. Private Network Traffic Management uses Quality of Service (QoS) technology to enable application differentiation over the LTE Private Network using standards-based IP packet marking. Private Network Traffic Management has a Monthly Access Fee per user according to the level of service selected. Private Network Traffic Management subscribers have access to two Classes of Services (CoS), Enhanced and Premium, to prioritize applications. • Enhanced: Allows mapping of business applications up to a maximum of 2.0 Mbps Business Critical CoS, with the remaining best effort applications mapped into the Best Effort CoS utilizing the remaining available LTE bandwidth. • Premium: Allows mapping of business critical applications up to a maximum of 12 Mbps Business Critical CoS, with the remaining best effort applications mapped into the Best Effort CoS utilizing the remaining available LTE bandwidth. Private Network Traffic Management subscribers have the flexibility of mapping their business critical applications to the respective CoS. Private Network Traffic Management (PNTM) capability is not available when roaming off the Verizon wireless network since the roaming partner’s network cannot establish the dedicated bearer, i.e., channel created between the device and gateway for transporting IP packets, used for PNTM. International Roaming International Roaming enables Private Network customers to have connectivity for their devices (such as Smartphones, Tablets, Machine-to-Machine/Internet of Things) when leaving the Verizon wireless network footprint (a.k.a. “outbound roaming”) on approved international roaming providers’ networks, whose wireless technologies include GSM, UMTS, HSPA, or 4G LTE. Account Records Streaming Private Network supports the option to have a direct feed of accounting records (Start and Stop fields/attributes) sent from the Verizon Data Streaming Server (DSS) to a designated Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 32 of 67 Attachment A: Statement of Work Mobile Communication Services customer accounting server at no additional cost. The customer will receive the raw data (without modification or customization) can be parsed per the customer’s reporting needs. The customer’s receiving server must be capable of receiving and acknowledging raw accounting information. Split Data Routing Verizon Wireless Private Network customers looking for a more efficient way to route data traffic can do so with our split data routing solution. When you split the data flow, you can send secure private data one way and public traffic another. This separation reduces a customer’s cost of managing in-house network capacity and firewall policies. Dual Access Point Name (APN) capability allows split data routing where the device uses multiple data connections—one to the Internet and another to Private Network. How it Works The functionality is device-driven, where the APN Class 3 (VZWINTERNET) data traffic is associated with an Internet designation and the APN Class 6 (the APN associated with the customer’s Private Network) data traffic is for the Private Network. • Device establishes data connectivity for APN Class 3 and 6. • Device routes data to the designated APN Class 3 or 6 Packet Data Network. • Customers must ensure that device security is implemented to protect private data from Internet data and to preclude: • mixing data packets associated with the Internet and Private Network • Internet data from traversing Private Network and private data traffic from the Internet • any Internet threats (e.g. virus, malware) from corrupting private data • Verizon will route Internet data to our Public gateway and private data to the Private Network gateway with the connection to the customer’s network. The wireless device selected must have the ability to: • Support multiple APNs including APN Class 3 and Class 6. • Route Internet designated data traffic using the APN Class 3 and data traffic categorized for the customer’s Private Network using APN Class 6. • Separate Internet and private data traffic to ensure Internet data uses APN Class 3 only and private data uses APN Class 6 only. Split Data Routing with Multi-Party Billing Split Data Routing with Multi-Party Billing extends Verizon’s billing and rating architecture to take a single MDN (Mobile Destination Number) and assign multiple financially responsible parties based on various service-based data streams from the same device. • Only available on government-liable devices with Verizon’s Private Network. • Verizon bills enterprise for Mobile Private Network traffic and bills other enterprises/consumer for Internet traffic. Verizon’s Commitment to Industry Standards Verizon complies with industry, statutory and regulatory requirements regarding safeguards and controls of protected information: Federal Communications Commission (FCC), Department of Justice (DoJ), Sensitive Personal Information (SPI), Customer Proprietary Network Information (CPNI), Payment Card Industry (PCI) & Intellectual Property. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 33 of 67 Attachment A: Statement of Work Mobile Communication Services Established cellular industry and performance standards serve as the foundation for our engineering, design, operation and quality assurance programs. Verizon has created enterprise-wide policies that conform to the International Organization for Standardization (ISO) 27002.2005 and National Institute of Standards and Technology (NIST) standards for the protection of customer and employee information. These policies cover security issues, such as account management, password standards, server configuration and a wide range of security topics. Verizon Wireless executives are active participants in national wireless industry associations and organizations focusing on the latest technology and public policy developments. They are invited regularly by these groups to take on leadership positions to lend their knowledge and expertise. DMS Private Network Design Today, Verizon Wireless uses VRF isolation to isolate closed user Groups and handoff traffic to the IPSec tunnels provisioned across the Internet. The Verizon Wireless Private Network offering is built around isolating the SUNCOM Client IP traffic from all other Private Network and Consumer traffic. At all points between the mobile device and the MFN network the SUNCOM Client IP traffic is encapsulated in a tunnel, isolated in a dedicated VLAN, VRF, PVC, etc. There are no “backdoor” or alternate paths into or out of this isolated environment which would allow access from any other entities or devices. It is a standard option to permit or deny traffic within and between different SUNCOM Closed user Groups. This can be done as granularly as needed such that Group A could be permitted to communicate with other Group A devices as well as Group B devices, whereas Group C could be blocked from talking to other Group C devices as well as Group A and Group B devices. Verizon has created and maintained closed user groups. The closed user group is designed and configured so to isolate one closed user group’s IP traffic from all other. Each closed user group correlates to one unique NNI IPSec tunnel in such a manner, the tunnel traffic can be mapped into the appropriate MyFloridaNet MPLS VRF associated with the closed user group by the MFN Service Provider. Redundancy Network redundancy provides a backup path when the primary connection experiences a failure and can no longer support data traffic. Each Private Network is built with a primary and secondary gateway where the secondary gateway acts as a hot standby to provide support when the primary gateway has experienced a failure and can no longer operate. Once the primary gateway becomes operational, traffic will be redirected to the primary gateway, and the secondary gateway will go back into hot standby mode. Connectivity redundancy provides a backup path when the primary connection between Verizon and the enterprise network experiences a failure that prevents traffic from moving over the connection. Verizon requires the connectivity redundancy. Verizon Wireless Private Network Security Data travels from wireless devices connected to the Radio Access Network, through the Private Network to a dedicated connection to the organization’s network. Each organization has its own Private Network whose traffic is kept isolated from the public Internet, avoiding unnecessary risk associated with unsolicited public Internet traffic. Only authorized subscribers may send and receive data. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 34 of 67 Attachment A: Statement of Work Mobile Communication Services With Private Network: 1) Devices are authenticated and authorized for each Private Network (only authorized data can traverse the designated network). 2) Data are routed per the customer-specific IP pools. 3) Dedicated Private Network Gateways are designated. 4) A direct connection is created between Private Network Gateways and the customer premises router. [See following diagram.] Connectivity Options With Private Network, you have the flexibility to connect in a way that makes the most sense for your network’s configuration. • Virtual private network (VPN). You can use VPNs to create a secure tunnel between your internal network and the Verizon gateway. Because your IT staff is probably familiar with setting up and managing VPN environments, this can be a simple and effective solution. With this option, all traffic from the Private Network gateway router is encrypted and sent over the tunnel, through the public Internet, to your organization location. It is possible to encrypt the entire path by layering additional technologies. IPsec Parameters Verizon Private Network VPN Complies Y/N IKA (SA) Main Mode Y Encryption Strength 3DES Y Authentication Pre-Shared Key Y Diffie-Hellmans (D-H) Groups 2 or 5 (group-5 preferred) Y Perfect Forward Secrecy Pfs Y Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 35 of 67 Attachment A: Statement of Work Mobile Communication Services Data Integrity Hash Algorithm SHA Y IPsec (SA) Quick Mode Y Security Association (SA) Lifetime 86,400 seconds (maximum) Y Authentication Type HMAC-SHA Y Security Association (SA) Lifetime 28,800 seconds (maximum) Y Simultaneous Active Tunnels 1,000 (minimum) Y • Dedicated physical circuit [Point to Point]. A dedicated physical circuit can be installed at your location for the sole purpose of connecting to Verizon to complete the Private Network build-out. Because the circuit is dedicated, the entire bandwidth is available for use. No data traverses the public Internet, so the use of additional encryption technology is optional. • Verizon Private IP. If your organization is already a Verizon Private IP customer, you can use that Private IP network to connect to the Verizon wireless network. This approach enables you to implement Private Network without affecting your existing network topology. If your organization is not a Private IP customer, Private Network and Verizon Private IP can be implemented together. Either way, you can combine the benefits of wireless with the benefits of a Multiprotocol Layer Switching (MPLS) network. When implemented with Verizon Private IP, all wireless data traffic can be routed directly to any location connected to Private IP. This simplifies network routing scenarios and provides redundancy for business continuity. Since both Private IP and Private Network are within the Verizon product portfolio, you have a single contact for product support. Customers also have access to additional hosted services from Verizon that could help drive increased return on investment and position your organization for the future. • Zero Tunnel Connectivity: Zero Tunnel connectivity is designed for customers that require only mobile-to-mobile communication that does not require connectivity from the Private Network gateway to the customer premises (i.e., Private IP, dedicated circuit, VPN). Zero Tunnel configuration has no communication outside of the mobile IP pools and can be designed as a hub and spoke configuration where the central wireless device at the customer data center provides access to the customer-hosted applications to field/mobile devices. • Cloud Access: Private Network can be constructed with connectivity to cloud service providers using Verizon’s Secure Cloud Interconnect. IP Addressing Private Network supports Dynamic and Static IP addressing while offering a variety of IP addressing options that provide several levels of accessibility, protection and manageability. These options include enterprise-owned, private IP address assignment to the devices, essentially making the device a virtual extension of the wired enterprise network. This enables enterprise IT administrators to manage mobile stations and LAN devices using the same tools and techniques. For example, organizations can use the same firewall and routing schemes, and the IT administrators define which users get Internet access. This makes it easier for Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 36 of 67 Attachment A: Statement of Work Mobile Communication Services enterprise IT administrators to manage and monitor network usage and enforce company IT policies. As more and more devices are being activated using IP, the availability of IPv4 addresses is greatly diminishing. Since the world is running out of IPv4 addresses, IPv6 has become the new standard for IP addressing. Enterprise and Government customers are transitioning to IPv6 to continue to grow and enable new, innovative services to be developed because more devices can be connected. Private Network’s initial release of IPv6 support offers Dynamic IP assignment. It offers capabilities to apply IPv6 addressing to the wireless device’s packet data connection and to the connection used between the Verizon Wireless Data Network Private Network Gateway and customers premises. 3.7 Wireless Data Service –Traffic Mapping into MyFloridaNet This subsection is applicable to only Wireless Data Services. The Contractor shall coordinate and communicate with the MFN contractor and other MCS Contractors. For traffic to MFN, the Contractor must route wireless data traffic across the Contractor’s IP networks utilizing IPsec tunnels (one (1) unique IPsec tunnel per closed user group). DMS retains control related to security policies on access into MFN and its intranet as well as IPsec tunnel configuration parameters. All Customer wireless traffic must be in a closed user group within a unique IPsec tunnel in a manner such that it can be mapped into the appropriate MFN VRF by the MFN contractor. If permitted by the applicable Department security policies, once wireless data traffic is within MFN it accesses the internet via the MFN firewall. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 37 of 67 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.8 Wireless Data Service – Traffic Directly to the Internet This subsection is applicable to only Wireless Data Services. Customers can have their traffic sent directly to the internet. Routing wireless traffic direct to the internet provides simplicity for connectivity to web-servers and web-based applications. Sending traffic to the internet also permits Customers to use encrypted VPN traffic to access their IP networks via a Public VRF connection. For this connectivity, the Contractor is not responsible for the reliability of traffic within the internet. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 38 of 67 Attachment A: Statement of Work Mobile Communication Services The Contractor is not required to create closed user groups for Customers that have their traffic routed directly to the internet. Under this option, the Contractor is not required to permanently assign the same IP address to a particular wireless device. When MCS traffic is routed directly to the internet, if the MCS Customer is not an MFN Customer, they do not have to comply with DMS security policy restrictions for traffic to MFN. The Contractor must comply with DMS security policies and those policies of the OEUs. Specifics of the DMS security policy requirements will be detailed in the post-Contract engineering meetings and may vary during the life of the Contract. A synopsis of the MFN security policy. MFN Customers must access the internet via the MFN firewall and avoid using an alternate internet access that might create a backdoor into MFN. Under certain restrictions, MFN security policy permits MFN Customers to use remote-access VPN connectivity to gain access to their MFN intranet network. The Contractor is not responsible for the specifics of how Customers configure their VPN connectivity. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 39 of 67 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read and understands the statements contained in this subsection. 3.9 Wireless Data Service - Test Plan This subsection is applicable to only Wireless Data Services. The Contractor is responsible for on-going testing of the WDS’s transport system (the interconnection between MCS and MFN) to ensure proper performance.. The Contractor must demonstrate successful interconnection failover for each tunnel between the primary and secondary VPN concentrators as part of the Services Infrastructure Checklist signoff and as required by DMS. All test plans and actual testing must be coordinated with and approved by DMS and the Customer. The test plan need only cover WDS elements. Once approved by DMS, the plan must be included in the WDS Operations Guides. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.10 State of Florida Coverage The Contractor shall: 1. Provide the same or better level of coverage as that described in the Contractor’s Reply; 2. Maintain up-to-date State coverage maps on its website, accessible to all Customers. 3. Provide service strength with as much4G/4G LTE or better (5G) service coverage as possible. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing all minimum requirements listed above. 2. Describe the Respondent’s State geographic coverage. 3. Demonstrate in detail any future plans for enhancement and expansion of the Contractor’s State coverage. 4. Provide a service area State coverage map. The map shall be geographically accurate and drawn to a scale of 1:1,000,000 (1 inch=15.78 miles) or less. The coverage map shall include, at a minimum, county boundaries, cities, and major highways. Note the decibel (db) level used in maps for the Respondent’s acceptable service level. Verizon Wireless Network Coverage Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 40 of 67 Attachment A: Statement of Work Mobile Communication Services Verizon Wireless operates the nation’s most reliable wireless network, with more than 120.3 million wireless retail connections (September 30, 2020). • Our 4G LTE network is available to more than 99 percent of the U.S. population and covers 326.1 million people over more than 2.6 million square miles. • LTE Advanced - Verizon customers in more than 2,000 markets can access the benefits of carrier aggregation and those in 1,100 markets can access 4x4 MIMO (Multiple Input, Multiple Output) and 256 QAM (Quadrature Amplitude Modulation) in addition to carrier aggregation Up-to-date coverage maps are made publically available online. Future plans for enhancement and expansion of Verizon’s coverage areas are considered confidential and proprietary. Our online Coverage Locator tool depicts our wireless coverage area on a national map and enables you to zoom into any local area by entering that area’s ZIP Code or the city and state information. The maps rendered show approximations, based on our internal data, of where coverage for various services is available. • Our online domestic Coverage Locator tool can be accessed at: https://verizon.com/coverage-map/ • Our online international Coverage Locator tool can be accessed at: https://verizon.cellmaps.com/ We have also provided coverage maps below for DMS’ convenience, review, and consideration listed as “Attachment A” in the response. 3.11 Roaming This subsection is applicable to both WVS and WDS. The Contractor must not charge for roaming within the Contractor’s nationwide footprint. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.12 Security This subsection is applicable to both WVS and WDS. The Contractor must ensure that all traffic is secured between the Customer’s device and the Contractor’s antenna/tower (i.e., the air link in Figure 1). Encryption across the air link is not required as long as the traffic transport method provides security equivalent to IPsec 56-bit strength. No wireless traffic transport is permitted that does not meet this minimum traffic transport security requirement. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 41 of 67 Attachment A: Statement of Work Mobile Communication Services REMAINDER OF PAGE INTENTIONALLY LEFT BLANK In addition to the minimum security requirements elsewhere in this SOW, the Contractor must continually enhance its ongoing security features. The Contractor’s security features must block unauthorized access into MFN and OEU networks and thwart potential attacks. The Contractor must maintain physical, electronic, and procedural safeguards to protect the security of its internal systems as well as MFN and OEU networks. The Contractor must secure traffic by employing strong user authentication, making certain only authorized devices connect to the Contractor’s wireless network, the MFN network, and OEU networks. The authentication process must associate the End-user to a particular device. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 42 of 67 Attachment A: Statement of Work Mobile Communication Services The Contractor must implement internal and external security procedures to guard its networks and applications against unauthorized access. The Contractor will provide DMS a copy of the Contractor’s associated security procedures, or a generalized description deemed acceptable by the DMS Contract Manager, upon request. The Contractor must perform fraud detection, monitoring, and prevention services consistent with industry common best practices on a 24x7x365 basis to reduce Customer vulnerability to fraudulent activities. Fraudulent calls will be the sole responsibility of the Contractor. DMS and its Customers will bear no responsibility for such calls, including, but not limited to, number theft by cloning, multiple calls at the same time, international calls on an unauthorized telephone, and calls to areas of known fraud. The Contractor shall proactively monitor calling volume and patterns. The Contractor shall immediately report unusual calling volumes and patterns to the Department and Customer, such as usage or cost doubling from the previous month. If fraud is detected outside of normal business hours, the Contractor will notify the Department’s Product Manager and Customer via email. Should the Department or Customer declare such activity as fraudulent, the Contractor shall immediately deactivate the service. Given the statements in this subsection: 1. Describe in detail how the Respondent’s proposal will fulfill the minimum requirements of this subsection. Performance, Reliability, and Security DMS expects performance, reliability and security from your wireless network. The increasing numbers of factors that are beyond your control heighten that expectation. The security team at Verizon Wireless works tirelessly behind the scenes to keep the network running while monitoring, identifying and eliminating security threats and malicious attacks before they reach a single mobile device under your supervision. Our reputation for reliability and peak performance depends on the security of our network. Our sophisticated security infrastructure utilizes firewalls, routers, monitoring systems, software, device standards and security expertise to keep mobile communications and data out of the hands of hackers and data thieves so you can keep your workforce productive, connected and mobile. Data security is an integral part of our corporate strategy. Addressing security needs is paramount to delivering solutions that meet the demands of a mobile workforce. Verizon Wireless deploys a multipronged strategy for network security that combines the expertise and resources of our internal engineering teams, external software development partners and vendors of the various commercial applications and products we offer. Our security strategy includes: • Wireless Standards and Services: Verizon operates CDMA, 4G LTE and 5G standards-based wireless access technologies, which offer robust security-based encoding, authentication and encryption. Wireless services are enabled and designed to enhance the mobile experience while maintaining security. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 43 of 67 Attachment A: Statement of Work Mobile Communication Services • Policy and Governance: Verizon has created enterprise-wide policies that conform to the ISO 27002.2005 and NIST standards for the protection of customer and employee information. • Vulnerability Management: Verizon has implemented a four-stage (Discovery, Assessment, Remediation and Validation) vulnerability management model to guard against vulnerabilities. • Risk Management: Verizon conducts penetration testing by both Verizon employees and contracted third-party entities; the results of the security risk assessment are used to decide whether or not to move forward with a commercial launch of the product. • Security Monitoring & Response: Verizon has a dedicated team of certified security professionals (CISSP, GIAC) as part of the Network Cybersecurity Center (NCC) to ensure incidents are identified, the method by which the breach occurred, and to make all necessary changes to prevent a reoccurrence of that event. The NCC team is on- call on a 24/7 basis. • Physical Security: Verizon has implemented partitioned access control systems by which access is granted based on individual needs. The wireless Network centers and cell sites are designed and equipped with intrusion detection and alarm systems and alarm conditions of all types including those from the access control systems (ACS) and the intrusion detection systems (IDS) are monitored and logged in at least three locations. Verizon complies with industry, statutory and regulatory requirements regarding safeguards and controls of protected information: Federal Communications Commission (FCC), Department of Justice (DoJ), Sensitive Personal Information (SPI), Customer Proprietary Network Information (CPNI), Payment Card Industry (PCI) & Intellectual Property. See also attached information security document for detailed information regarding how Verizon’s information security policies and practices will support the maintenance of security of DMS’ MFN interconnection. 3.13 Reviews of the Contractor’s Service This subsection is applicable to both WVS and WDS. DMS Test Accounts. Upon request from DMS, the Contractor shall provide up to ten (10) WVS accounts and associated devices (with voice and broadband feature functionality) and up to ten (10) WDS accounts and associated devices to allow DMS to test the Contractor’s service. All test devices must be premium (highest functionality) devices. All test accounts and devices must be configured to operate only on the Contractor’s network throughout the continental United States. The Contractor must provide the test accounts and devices at no charge and with no limitations on DMS’s use of the accounts and devices. DMS will administer the test accounts, including activating, deactivating, and supervising. Customer Demonstration Reviews. Prior to making an initial order for service, Customers may request, and the Contractor will provide, wireless demonstration equipment (including airtime) for testing. All demo accounts and devices must be configured to operate only on the Contractor’s Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 44 of 67 Attachment A: Statement of Work Mobile Communication Services network throughout the continental United States. Demo devices must be provided at no charge for thirty (30) Business Days. The Contractor will post on its portal the step-by-step procedures to obtain the demo devices. The Contractor shall coordinate directly with the Customer regarding demo accounts and devices. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.14 Emergency Services This subsection is applicable to both WVS and WDS. The Contractor shall provide emergency services, a crucial aspect of MCS, as described in this section. 3.14.1 911/E911 The Contractor is required to fully comply with federal and State-mandated emergency service requirements, including 911 and E911 services. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.14.2 Department of Homeland Security Programs The Department of Homeland Security (DHS) Cybersecurity and Infrastructure Security Agency's (CISA) Emergency Communications Division (the Office) collaborates with the public and private sectors to ensure the national security and emergency preparedness communications community has access to priority telecommunications and restoration services to communicate under all circumstances. The Office manages the Government Emergency Telecommunications Service (GETS), Wireless Priority Services (WPS), Telecommunications Service Priority (TSP), and Next Generation Network Priority Service (NGN-PS) programs. The Contractor must participate in at a minimum TSP, GETS, WPS, and NGN-PS in support of the State’s emergency preparedness efforts. For additional information see https://www.dhs.gov/oec-communications-portfolio-management. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.14.3 Emergency Support Function 2 Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 45 of 67 Attachment A: Statement of Work Mobile Communication Services Background. DMS provides communications assistance during emergencies and disasters. DMS is the lead agency for communications under direction of the Florida Division of Emergency Management. Section 282.702(7), F.S., directs DMS to cooperate with any federal, state, or local emergency management agency in providing for emergency communications services. DMS is the first point of contact for telecommunications service providers for equipment and services coordination to provide communications support statewide before, during, and after emergencies or disasters. The National Response Framework is part of the United States National Strategy for Homeland Security, which details fifteen (15) Emergency Support Function Annexes. In Florida, the DMS Emergency Support Function 2 (ESF-2) consists of a dedicated team of telecommunications professionals with expertise in radio systems, voice/data/network communications, and project management. The Contractor is required to participate in ESF-2 activities and respond to the needs of the State. The Contractor shall ship the specified quantity (up to 100 of each type (basic, Smartphone, MiFi, USB) requested) of activated wireless (WVS and WDS) devices within twenty-four (24) hours of receiving the ESF-2 request, and deliver within forty-eight (48) hours. The devices will be delivered at Contract costs, with the only additional cost being reasonable expedited shipping. The Contractor shall use commercially reasonable efforts to deliver devices to any accessible (officially ordered safe to enter) location within the Contractor’s service area as directed by ESF- 2. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.15 Contractor’s Service Delivery Costs This subsection is applicable to both WVS and WDS. The Contractor will not charge the Department or Customers for service delivery or infrastructure costs. The Contractor can only charge for services and equipment contemplated in the EUPL, Vendor’s Device List, and the Contract. There will be no costs to activate a service or device. Customers may cancel service at any time without any costs. The Contractor is financially responsible for its connection to MFN, including, but not limited to, the network-to-network interface, VPN concentrators, circuits, infrastructure components, bandwidth upgrades, equipment, and software. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 46 of 67 Attachment A: Statement of Work Mobile Communication Services 3.16 Highly Available and Highly Reliable Design Characteristics MCS functionality provides support for mission-critical agency Customers. The Contractor shall provide infrastructures, hardware, software, and processes designed to be HA/HR, by, at a minimum: 1.Providing designs to eliminate single points of failure, including minimal convergence times. 2.Utilizing redundant (or backup systems) hardware and software providing continuous availability when a critical component fails or is removed from service for maintenance. 3.Utilizing automated interactions between systems or services to detect when a component has failed. 4.Utilizing multiple physical data paths within an infrastructure to eliminate a potential impact on performance when a path fails or is taken out of service. 5.Utilizing equipment with dual power supplies plugged into separate sources of power, which may include the use of a generator for backup power. 6. Maintaining the entire MCS infrastructure at normal operational functionality and not permitting anything to impact performance, regardless of cause. Given the statements in this subsection: 2.Describe in detail the proposed offering for this subsection, addressing the design objectives listed above. 3.Describe how the Respondent will provide validation of their HA/HR design to DMS allowing DMS to perform Contract oversight. Resilient by Design Our wireless infrastructure is designed to provide customers with a resilient network that is fault-tolerant and cost effective. Verizon’s two wireless Network Operations Centers (NOCs) serve as the hubs of our regional network operations. The NOCs are located in Bedminster, NJ, and Westlake, TX, and operate 24/7/365. The NOCs detect network failures, diagnose the failure, send out repair personnel and track the problem to conclusion. NOCs monitor cell sites, mobile switching centers, mobile data switching systems and transmission facilities for potential problems. If an outage occurs, a field engineer is dispatched as soon as possible to correct the problem and bring the cell site back on line. Equipment electronically tracks system alarms and immediately reports them to our surveillance engineers to investigate and act on promptly. When an alarm is activated, the system gives detailed information, including cell location, the switch location, contact numbers for local commercial power companies, police and fire departments, and even driving directions to the cell site. The network management system also gives our network surveillance engineers the ability to perform remote diagnostic procedures and, in some cases, restoration of service. Network Surveillance and Alarm Monitoring We continuously monitor all of our data networks for congestion. We respond immediately to increased capacity needs where necessary and use internal statistical information, drive Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 47 of 67 Attachment A: Statement of Work Mobile Communication Services testingand a third-party monitoring service to evaluate network performance. Peaks of concentrated traffic may, from time to time, cause heavy network usage; however, we engineer our systems to support a typical volume during the busiest hours of the day. The Data Network Operations Center (DNOC) has procedures in place that are designed to troubleshoot and/or resolve problems that may arise. These include the following: • Availability of a Data Help Desk and DNOC for problem resolution • Prompt investigation of problems; • Notification of key individuals, including wireless data engineers and technical experts, if necessary • Establishment of estimated time frames for actions and resolution • Upon resolution, notification to the customer Alarm Procedures Business Hours (08:00 - 17:00) During business hours, surveillance engineers will alert regional network operations of critical alarm conditions. Regional operations will respond normally within one hour, providing the NOC of estimated time of arrival and service restoration. It will also notify the NOC of trouble resolution. After Hours (17:00- 08:00) After business hours, the NOC will initiate corrective actions on critical alarms. Failure to remotely diagnose and correct equipment problems will result in a page to regional “night watch” personnel. Regional operations will respond normally within one hour, providing the NOC of estimated time of arrival and service restoration. It will also notify the NOC of trouble resolution. Outage Notification Unscheduled outages will be reported immediately to an automated voicemail system that will notify appropriate Verizon personnel. System engineers will coordinate scheduled maintenance outages. 3.17 Reports, Updates, and Notifications Requirements This subsection is applicable to both WVS and WDS. DMS requires the following reports and data, at a minimum, to accomplish Contract oversight. All reports are to be provided at the enterprise level (i.e., for all Customers that utilize this Contract) and shall exclude any information regarded as Customer Proprietary Network Information (CPNI). Should the Contractor provide the reports through a portal, dashboard or other self-managed web-based tool, the Department’s access must allow enterprise reporting. 1. The Contractor shall provide reports, updates, and notifications in accordance with the following section and subsections of this SOW: a. Monthly SLA Compliance Report, SLA-B3 (Subsection 3.18.5) b. Monthly Escalation Activity Report, SLA-B4 (Subsection 3.19.1) Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 48 of 67 Attachment A: Statement of Work Mobile Communication Services c. Quarterly Zero Usage Report, SLA-B5 (Subsection 3.19.2) d. Escalation Procedure and Escalation Procedure Updates, SLA-B6 (Subsection 3.19.3) e. Notifications, SLA B7, B8, B9 (Subsection 3.19.4) f. Weekly Transition Status Reports during Transition (Subsection 3.24) g. Project Status Report, SLA-D3 (Subsection 3.26.2.3) h. Incumbent Contractor Weekly Migration Report, SLA-D7 (Subsection 3.26.5) i. Monthly Public Safety Service Plans and Devices Report, SLA-E1 (Section 4) j. Direct-Billed Accounts Monthly Report, SLA-G2 (Subsection 6.4) k. Direct-Billed Accounts Quarterly Report, SLA-G3 (Subsection 6.5) 2. The Contractor shall provide any of the items below upon request from the Department: a. Identification and validation of products/services and rates; b. Compilation of statistics on products/services from a high level to a detailed level; c. Inventory of devices; d. Services and devices trend information; e. Identification and validation of Contractor’s Customer billing (to include all charges, service taxes, surcharges, refunds, and adjustments); and f. Ad hoc reports, for data and information that is available and accessible to Contractor which will be at no cost and include a report delivery timeframe within two (2) Business Days of receipt of request, unless due to the amount of data required, DMS grants a longer timeframe after discussion with the Contractor. Given the statements in this subsection: Describe in detail the proposed offering for this subsection, addressing all minimum requirements listed above. Reports, Updates, and Notifications Requirements Verizon currently provides DMS with reporting and data for contract oversight: This reporting includes the requisite updates and notifications in accordance with the requirements of its existing contract with DMS-1011-008C. Upon contract award, Verizon will work with DMS to ensure mutually agreeable reporting and notification criteria as detailed in section 1a. through 1m. of the agreement are met or exceeded. In addition, DMS can take advantage of the reporting available through Verizon’s My Business online web portal to meet the requirements of 2a. through 2f. listed above as described in Section 3.20 of the SOW. 3.18 Service Level Agreement Operational Process This subsection and all sub-subsections are applicable to both WVS and WDS. 3.18.1 General SLA Requirements Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 49 of 67 Attachment A: Statement of Work Mobile Communication Services 1. The Contractor will pay SLAs by giving the Department a credit in the amount owed. If it is the last billing cycle of the service and credits exceed any payment due to the Contractor, the Contractor will refund the amount due in the form of a check. 2. SLA credits restart each month based on the review process and monthly billing cycle. 3. Unless there is an explicit reference to “business days,” all SLA credits are applicable based on calendar days. A calendar day starts at 12:00 AM and ends at 11:59 PM, Eastern Time. 4. All SLA credits are payable to DMS. 5. The billing reconciliation for SLA violations takes place once final determination of SLA credits has been completed. 3.18.2 Reporting and Review 1. Each month, the Contractor, its subcontractors, and DMS participate in a review and scrubbing of all data related to SLAs. Based on this review, credits are developed. 2. DMS is not required to explicitly request or otherwise initiate the SLA review and validation process in order to receive SLA credits. 3.18.3 SLA Holds 1. If time is a factor in the calculation of the SLA, the SLA clock may be suspended, in the Department’s discretion, if the Contractor has documented in its ticketing system at least one (1) of the reasons listed below: a. The Customer provided incorrect information in its order, including an incorrect address. b. The Customer did not attend a confirmed scheduled appointment. c. The Customer was unresponsive to calls or emails. d. A site readiness requirement was not fulfilled by the Customer. 2. The SLA clock may also be suspended as identified in Attachment C – Service Level Agreements. 3. The Contractor shall troubleshoot to the fullest extent feasible, whether or not the SLA clock is suspended. 3.18.4 Contractor SLA Accountability 1. SLAs apply regardless of whether the violation was a result of human error, poor engineering design, tardy dispatch, dispatch without required repair or diagnostic tools, exceeding the scope of an approved maintenance change request that causes performance degradation (deterioration in quality, level, or standard of performance of a system, service, feature, or functionality), or any other reason. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 50 of 67 Attachment A: Statement of Work Mobile Communication Services 2.With the exception of the Contractor’s failure to provide the requisite notice (see Section 3.19 Item 4), SLAs will not apply during scheduled upgrade or maintenance windows (including emergency scheduled maintenance). SLAs will apply for all other service element impacts during and after the scheduled maintenance window. 3.DMS will make the final determination on the Contractor’s compliance with SLAs. 3.18.5 Compliance Report 1.The Contractor shall deliver a timely and comprehensive SLA Compliance Report on a monthly basis. The Contractor shall provide backup detail (justification) to DMS upon request. Final acceptance of this report is at the sole discretion of the DMS Contract Manager. The report will be provided to the DMS Contract Manager. Attachment C, SLA- B3. The SLA Compliance Report must: i.allow DMS to assess performance against measurable service levels; ii.include all SLAs in Attachment C – Service Level Agreements; iii.state “N/A” for SLAs for which no services have been delivered during the Implementation Phase; iv.not be locked or password protected; v.include adequate documentation, as determined by the Department, to demonstrate the Contractor’s reported monitoring; and vi.will be coordinated with the Contractor and approved by DMS with regard to format, content, and level of detail. 2.If the SLA Compliance Report fails to accurately reflect an SLA violation, additional information may be utilized by the Department in determining SLA compliance in the Department’s sole discretion. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 51 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 52 of 67 Attachment A: Statement of Work Mobile Communication Services 3.19 Customer Support This subsection is applicable to both WVS and WDS. The Contractor shall provide the following to the Department’s designated recipient(s): 1. Monthly Escalation Activity Reports. This report must be provided on a monthly basis and detail the number of calls and emails related to requests for escalation assistance for technical and administrative support. The format must allow DMS to understand the Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 53 of 67 Attachment A: Statement of Work Mobile Communication Services relative importance of the issues within the escalation queue. Relative importance could be determined by the number of devices impacted or the length of time the Customer has been attempting to obtain a resolution to the issue. The format, content, and level of detail must be approved by DMS. The report will be provided to the DMS Project Manager. Attachment C, SLA-B4. 2. Quarterly Zero Usage Reports. This report must include a high-level summary of End- user devices that show no usage (i.e., zero minutes, zero texts, and zero data) for three (3) consecutive months. The format, content, and level of detail must be approved by DMS. The report will be provided to the DMS Project Manager. Attachment C, SLA-B5. 3. Escalation Procedure and Escalation Procedure Updates. This procedure must be developed and employed for unresolved network issues, Customer issues, or concerns that are not addressed in a timely manner. The procedure must include names, titles, phone numbers, and email addresses of contacts in the Contractor’s escalation chain. The Contractor shall notify the DMS Product Manager in writing of any unresolved issues or issues that have been outstanding for more than ten (10) business days. Escalation procedures are to be updated by the Contractor when either DMS or the Contractor identify the need for an update. Attachment C, SLA-B6. 4. Notifications. Electronic notifications are required in advance of planned maintenance during instances of significant service impact, including performance degradation, over a generalized area. Attachment C, SLA-B7. Electronic notifications are required for emergency and unplanned outage activities when the activity may cause a significant service impact, including performance degradation, over a generalized area. Notifications must include an impact statement, date, time, reason for emergency or unplanned outage, and duration if available. The reason for emergency or unplanned outage and duration may be sent in a follow-up notification. Changes to the estimated duration should also be sent (if available). Attachment C, SLA-B8 and SLA-B9. 5. Customer Support Team. The Customer Support Team shall address situations on a daily basis that have not been addressed within the customer support processes. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Describe the process which will allow DMS to support its Customers and End-users with timely notifications. 3. Describe the corporate commitment to providing DMS the information it requires for notifications on significant performance impacts to WVS and WDS. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 54 of 67 Attachment A: Statement of Work Mobile Communication Services 4. Describe the corporate commitment to providing DMS the necessary Customer Support Team staffing (resources) for escalations to address situations not readily addressed within the operational processes. 5. Describe the use of an escalation procedure related to situations which have not been addressed within the normal customer support processes. Customer Support Monthly Escalation Reports Verizon will support DMS with a monthly basis and detail the number of calls and emails related to requests for escalation assistance for technical and administrative support. Quarterly Zero Usage Reports Verizon will continue to provide a high-level summary of End- user devices that show no usage (i.e., zero minutes, zero texts, and zero data) quarterly. You can also obtain this report through Verizon’s My Business online portal. Escalation Process Your authorized contact also has the option of contacting your Global Enterprise Advisor/Account Manager for assistance in managing your account. Your first point of contact for trouble with your voice or data services is our Business and Government Customer Operations (BGCO) organization. Members of our BGCO teams can conduct rudimentary device and network troubleshooting. Concerns related to quality of service, such as the inability to make or receive calls, will be assigned the highest priority and receive prompt attention. A staff supervisor is available during the BGCO team’s hours of operation. In the event BGCO representatives cannot resolve a situation and escalation becomes necessary, the following account team members may be contacted. Contact Name Phone Number Client Partner - Public Sector, Verizon Business Group Tom Madden 850.294.5171 Global Enterprise Advisor Paris Perkins 1.800.757.0699 ext. 2103721 If the escalated situation is not effectively resolved or the process of resolution is not effectively initiated within 24 hours of the request, we suggest contacting the staff management level. Contact Name Phone Number Solutions Executive Federal John Amorielle 843.670.6648 Senior Manager- Business Government Customer Operations Andrew Cuozzo 443.820.4002 Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 55 of 67 Attachment A: Statement of Work Mobile Communication Services A highly sensitive situation that requires further escalation may require director level involvement. In those rare situations, we suggest you request a call back from the individuals below in the order in which they are listed. Contact Name Phone Number Director- Business and Government Customer Operations Joseph Chuisano 410.694.3400 Complex situations may require research and may take longer to resolve. In these situations, we will research, resolve the issue and report back to the employee or authorized contact when the issue is resolved. Notifications The Network Event Notification (NEN) Program is a courtesy service that provides notice to your organization about planned and unplanned network maintenance, including ongoing updates and issue resolution for affected services. Network event notifications are issued via email and the same information is maintained online through a self-serve NEN portal for up to four weeks. Your organization may choose to receive notices on unplanned and/or planned events. Events That May Trigger Notification and Notification Process Network event notifications will issue to your organization’s identified contacts, providing information about planned and unplanned maintenance events that may impact your service with us. A planned network event is sent to your identified contact up to two weeks before any planned network maintenance. An unplanned network event is sent when we receive confirmation there has been an unplanned disruption of service on the network. Events that may trigger automatic notification include a service condition that is significantly below our normal service operational thresholds. Because the service outage notification is sent when our systems identify a possible outage, your identified contact may receive the notification regardless of whether or not your end users are affected. There are four types of unplanned network event notifications: • Initial – Sent when the disruption is confirmed • Update – Sent every half hour until the service is restored • Restored – Sent when the issue is resolved and service is restored • Informational – Sent when it has been determined that a brief service disruption occurred on the network, but was resolved before an alert was issued If you receive a notification, there is no need to take any action. Our network engineers will be working to resolve the issue and you will receive an update when it is resolved. Both planned and unplanned event notifications will include the following information: Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 56 of 67 Attachment A: Statement of Work Mobile Communication Services • Start Date • Start Time • Severity Level [(High or Low for Planned), (High for Unplanned)] • Affected Service (e.g., 4G LTE, Enterprise Messaging) • Affected Location: ( e.g., Dallas, Texas) • Affected Counties: (e.g., Freestone, Grayson, Kaufman, Fannin, Rockwall, Dallas, Henderson, Collin, Hunt, Ellis, Van Zandt, Navarro, Denton) • Tracking Number: (e.g., 123456) Self-Service Portal The self-service NEN portal includes the same network event information as is contained in the notification emails. The information is presented in user friendly views with data maintained for up to four weeks. You can access the NEN portal directly through Verizon’s My Business online resource or via https://m2m.verizonwireless.com/m2m/index.html#nenManageEnrollment Enrollment by Services Your organization may choose to receive notifications when all or at least one of the following covered services is operating below normal thresholds: • 1X • 4G LTE • 3G Network Extender • 4G Network Extender • HD Voice (formerly known as Advanced Calling) • Call Processing • Domestic Roaming-Data • Domestic Roaming-Voice • Enterprise Customer Mapping Solution • Enterprise Messaging • EV-DO • Enhanced Virtual Private Network • International Roaming Data-GSM • International Roaming Voice-GSM • IOT Grid Wide Utility Solutions • Location-based Service • LTE in Rural America • Network API • OTA 4G Device Management • One Talk • Push To Talk • Push To Talk Plus • Blackberry • SMS & Voicemail Notification • Static IP (Euless, TX) • Static IP (Hickory Hills) • Static IP (Plymouth Meeting) • Static IP (Sunnyvale) • ThingSpace Manage • Usage Controls • Verizon Digital Signage Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 57 of 67 Attachment A: Statement of Work Mobile Communication Services • Verizon Messaging Gateway • Voicemail & Notification • Visual Voicemail • Visual Voicemail - iPhone • Voice Cypher • Wi-Fi Calling The following are for Private Network (you may select all or at least one option from the list below): • Verizon Wireless Private Network - Aurora • Verizon Wireless Private Network - Birmingham • Verizon Wireless Private Network - Branchburg • Verizon Wireless Private Network - Charlotte 1 • Verizon Wireless Private Network - Charlotte 2 • Verizon Wireless Private Network - Columbus • Verizon Wireless Private Network - Euless 1 • Verizon Wireless Private Network - Euless 2 • Verizon Wireless Private Network - Hickory Hills • Verizon Wireless Private Network - Las Vegas • Verizon Wireless Private Network - Lodge (Detroit) • Verizon Wireless Private Network - Omaha • Verizon Wireless Private Network - Plymouth Meeting • Verizon Wireless Private Network - Redmond Ridge • Verizon Wireless Private Network - Rocklin • Verizon Wireless Private Network - Westborough The Network Notification Program is offered as a courtesy only. In no event shall the failure to provide outage notifications subject Verizon to penalties or damages of any kind. Verizon reserves the right to modify or discontinue outage notifications at any time. Support Team Our Business and Government Customer Operations (BGCO) teams are trained to address your inquiries related to our wireless services. They operate out of three full-service centers across the country: • Hanover, MD, Mon - Fri, 8 AM - 7 PM ET • Alpharetta, GA, Mon - Fri, 8 AM - 7 PM ET • Salt Lake City, UT, Mon - Fri, 8 AM - 7 PM MT The BGCO team assigned to your organization is determined by the geographical area of your headquarters location and can be reached toll-free at 800-922-0204. In the event your employees seek assistance after your BGCO team’s hours, our standard full-service wireless Customer Care team is available from 8 AM - 9 PM, Monday through Saturday, and 8 AM - 5 PM on Sunday, in each time zone. Customer Care can be reached toll free at 800-922-0204 and airtime-free at *611 from the wireless device. These Customer Care representatives are not specifically trained to support our corporate accounts, but can address many of your employees’ inquiries. 3.20 Contractor’s MCS Portal Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 58 of 67 Attachment A: Statement of Work Mobile Communication Services This subsection is applicable to both WVS and WDS. The Contractor shall provide an easy-to-use MCS portal that allows Customers to manage their End-user WVS and WDS devices, device management, and associated services. At a minimum, the portal must allow Customers’ designated administrators to view the specifics of and add, change, and cancel devices and services. As changes are made, corresponding billing changes must take place automatically. The Contractor is responsible for the general content and management of and for hosting the portal. All MCS-specific content must be approved in writing by the DMS Product Manager before publication. The Contractor’s MCS portal must include, at a minimum: 1. service definitions; 2. available features and options; 3. training materials; 4. product support information; 5. ordering procedures; 6. user guides; 7. equipment definitions and specifications; 8. maintenance information; 9. product configuration options; and 10. may include other information as mutually agreed to and approved in writing by the DMS Product Manager, such as whitepapers and diagrams. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. Contractor’s Portal Verizon’s My Business online resource is a self-service tool that enables your organization to manage your wireless accounts. You can view and pay your bills, create business structures, view select reports and maintain your account. Additionally, your designated employees can purchase equipment, accessories and service using My Business’ functionality. With My Business you can: • Receive online reporting in a consolidated manner or broken out by account or wireless number • View individual phone information, such as airtime usage and call detail • Modify mobile number information to allow for specific, customized analysis My Business provides a wide variety of comprehensive standard wireless reports, such as: • Charges Reports Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 59 of 67 Attachment A: Statement of Work Mobile Communication Services • Additional Charges – details monthly access, equipment charges, service & feature charges and taxes • Airtime Charges Detail – Details call usage and charges • Airtime Charges Summary – A summary of all your charges including taxes, services & features, access, airtime, etc. • Analyze Phone Charges – Detail view of charges and calls • Analyze Roaming Charges – Detail view of roaming calls • Most Expensive Calls - Calls with the highest charges • Purchase – All purchase activity details and charges • Usage Reports • Account Unbilled Usage – Current unbilled usage for the account • Billed Data Details – Data session details for multiple wireless numbers displayed simultaneously • Billed Messaging Details – Message details for multiple wireless numbers displayed simultaneously • Call Summary – Summary of voice usage and charges for each wireless number • Data Summary – Summary of data, messaging and purchase charges for each wireless number • Grand Total – Comprehensive Summary. Details total charges and total minutes. • International Travel Data High Alerts – A weekly list of high data usage alerts sent for current global data usage by wireless number. • Other Reports • Active Features – List of all features currently on your lines of service • Billing Structure – Your organization’s My Business users and their access within the online resource structures • Business Account Analysis – View a summary of your organization’s discounts and the amount of money saved, upgrade status and overage charges • Company Users – Your organization’s My Business users and their permissions within the online resource • Customer Invoice Management – A report with your own defined hierarchy • Deactivated Phones – Wireless numbers that have been deactivated • Device – Comprehensive summary of devices and upgrade eligibility You can add or remove fields from most existing standard reports. You can also create customized reports for the way your organization does business, including just the information you need – selecting from over 300 different reporting fields and order the fields in any sequence you want for your reports. You can save and schedule reports in advance, and receive an email when they are ready to be downloaded. You can also share saved reports with others in your organization or keep them private and change sharing status as needed. Raw Data Download Raw data download (RDD) is a representation of your Verizon wireless bills and does not include any reporting structures you design in My Business. The download provides a holistic view of all of your statement data, and it is delivered in a .zip file with four individual .txt files. The .txt files are: • Account Summary - Represents the account summary section of a statement • Account and Wireless Charges Detail Summary - Represents the wireless number charges section of a statement Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 60 of 67 Attachment A: Statement of Work Mobile Communication Services • Account and Wireless Summary - Represents the wireless number summary section of a statement • Wireless Usage Detail - Represents the usage section of a statement RDD is available within approximately 10 business days of each completed bill cycle. While these reports will meet the vast majority of your requirements, additional non-standard reporting options may be available upon specific written request. Your Account Manager can provide further details. 3.21 Devices This subsection is applicable to both WVS and WDS. The Contractor must provide all applicable software and firmware for each device offered under the Contract and corresponding support. The Contractor must provide a link to the manufacturer’s website where Customers can download current software updates/releases and software version release notes. The Contractor must work with the Customer and make a device recommendation based on a case-by-case analysis of the intended use of the device. All devices offered under MCS must be certified by the Contractor to operate with the performance parameters claimed by the manufacturer. The Contractor will remove any device that does not meet the manufacturer’s and the Contractor’s performance claims from the Vendor’s Device List. 1. Excluding activations involving number portability, the Contractor shall ship in-stock devices (including replacement devices) activated, registered, and ready-for-use. 2. If the Contractor is unable to ship in-stock devices, or if a device is out-of-stock, the Contractor must notify the Customer. 3. Account changes made in the MCS portal will display automatically in the portal and may take up to one (1) Business Day to be fully processed in the billing system with the exception of: a. devices that are out of stock or otherwise unavailable; b. account changes involving number portability; c. account changes with 1,000 lines of service or more should be made within three (3) Business Days. 4. Account changes made by phone or email should be processed within two (2) Business Day with the exception of: a. devices that are out of stock or otherwise unavailable; b. account changes involving number portability; c. account changes with 1,000 lines of service or more should be made within three (3) Business Days. 5. Shipping and handling fees are the responsibility of the Contractor, except for emergency and/or expedited orders. During the ordering process, Customers have the ability to approve related expedite fees prior to shipment. Responsibility and liability for loss or damage for all orders shall remain with the Contractor until final inspection and acceptance, when all responsibility shall pass to the Customer. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 61 of 67 Attachment A: Statement of Work Mobile Communication Services 6. The Contractor shall provide credit and/or replacement for freight-damaged or defective items and replace the items within two (2) Business Days after notification by the Customer. The Contractor shall provide expedited 24-hour delivery as requested by the Customer for new, replacement, and upgrade devices. 7. The Contractor may invoice the Customer an expedite charge. 8. The Contractor will be responsible for the credit and/or replacement of any freight- damaged or defective products at time of delivery. The Contractor shall not require the Customer to deal directly with the manufacturer. Within five (5) Business Days of a Customer’s request, the Contractor shall provide the Customer with a prepaid return label or prepaid self-addressed container suitable for the item’s return. 9. The Contractor must accept returns of items shipped in error and credit the Customer for the full amount. Within five (5) Business Days of the Customer’s request, the Contractor shall provide the Customer with a prepaid return label or prepaid self-addressed container suitable for returning the item. Delivery of correct items will be at no cost to the Customer. 10. The Contractor shall not impose any restocking fee under any circumstance. 11. Device provisioning errors must be corrected by the Contractor. 12. The Contractor shall not provide salvaged, distressed, outdated, or discontinued merchandise. 13. The Contractor shall obtain and pass through to the Customer any and all warranties obtained or available from the manufacturer/licensor of the cellular product. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing all minimum requirements listed above. Verizon’s Devices Verizon works with manufacturers to update devices software/firmware for up to two (2) years after initial launch. Updates are typically made available via an over-the air update. Customers can contact their Account Manager/Customer Service for manufacturer-website links. Assistance with choosing service/equipment is provided by Customer’s Account Manager. Any device on our network goes through extensive testing to ensure the device delivers reliable wireless service at peak performance levels. If a device does not perform to our standards, it will not be approved for use on Verizon’s wireless network. Equipment arrives preprogrammed, ready to activate. Customers receive email-notification if ordered equipment is unavailable. Customers can order equipment and make account changes in My Business online resource; changes are typically effective within 24-hours of submission; two (2) day shipping is provided free of charge upon receipt of order. Customer’s Account Manager can coordinate rush/overnight delivery (charges may apply). Title and risk of loss pass to Customer and acceptance occurs upon receipt of equipment at address on the order. Verizon accepts returns/exchanges on all equipment purchased from us by government-liable end-users within thirty (30) days of purchase and credits the Customer for the full amount of the equipment; devices are shipped with receipt, return label, and container. No restocking fees. Verizon’s technical support is available 24/7 to assist with provisioning. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 62 of 67 Attachment A: Statement of Work Mobile Communication Services Verizon will provide new devices for the initial purchase. Replacement devices may be Certified Like-New. Customers receive manufacturer’s equipment warranty. 3.22 Cooperation with Other Contractors This subsection is applicable to both WVS and WDS. The Contractor must fully cooperate with DMS, Customers, and other contractors providing telecommunications services to the State. The Contractor must not commit or permit any act which will interfere with the performance of work by any other Contractor or Customers. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Describe the corporate commitment to interact and work collaboratively with other Contractors and subcontractors, creating a team of SUNCOM service providers. Cooperation with Other Contractors Verizon has worked closely with DMS and its contractor since 2004. Specifically with current and previous MFN contractors in establishing the current Network to Network Interface. Given the numerous initiatives associated with the State of Florida’s Digital Transformation we fully expect to and welcome working with DMS and its contractors. Our standard communications solutions use applications, technologies and devices of many third parties. Most of these are provided under the terms and conditions of the corporate account agreement. However, certain features, applications, and devices described in this proposal may be provided by independent vendor(s) and may be subject to acceptance of their applicable terms and conditions. Verizon works with multiple vendors and third-party solution providers to present our customers with such applications and solutions, and we assume no responsibility for these third-party providers as our personnel or agents. For certain third-party solutions, you may elect to have charges presented on your Verizon bill for your convenience. Verizon will collaboratively with other Contractors and subcontractors (SUNCOM service providers) throughout the term of any resulting contract. 3.23 Customer Migration This subsection is applicable to both WVS and WDS. This subsection addresses the migration to services under this Contract. Attachment C, SLA- B10. The Contractor shall: Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 63 of 67 Attachment A: Statement of Work Mobile Communication Services 1. Provide all reporting activities listed in SOW subsection3.26.5, Project Management – Implementation Plan and Customer Specific Migration Plans. 2. Assist as necessary to migrate existing MCS Customers to this Contract. 3. Not charge any non-recurring charges as part of the migration. 4. Not charge for service activations and SIM cards. 5. Provide end-users with the option to maintain their existing cellular device(s) and/or phone number(s) at no charge provided that the existing device can be unlocked and is compatible with Contractor’s network. 6. Coordinate and communicate with DMS and Customers throughout all aspects of the migration. 7. Complete the migration for State Agencies in one-hundred and twenty (120) calendar days. Complete the migration for OEUs in one-hundred and eighty (180) calendar days. a. Migration commences with DMS acceptance of the Services Infrastructure Checklist and ends when all current MCS Customers are identified as either migrated or no longer receiving services from the Contractor. b. Migration does not include new Customers (non-current MCS Customers), Customers changing their services after migration, or non-State agencies that opt to purchase under a different contract. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. Customer Migration Verizon will work with DMS to migrate services with as little interruption or degradation as possible. For existing Verizon wireless subscribers, there should be no interruption of services upon conversion. If porting from another carrier, there may be a brief lapse of service while the conversion is taking place. The implementation process comprises several phases. Your organization may be assigned a dedicated Implementation Manager who will serve as a project manager and assist you in the development of a customized implementation plan based on your specific requirements to transition your employees to Verizon wireless service. The Implementation Manager will also coordinate with other Verizon teams so the plan is executed in a timely manner. Throughout implementation, you will be provided with status updates to keep the process running smoothly and accurately. Implementation will typically take 90 days. Complex requests or specialized elements within your corporate contract may extend the timeframe. The following are some of the more critical steps that are generally included in our current implementation process: • The implementation team is assigned and meets internally to review your requirements • The implementation team coordinates a formal implementation kick-off conference call to introduce members to you Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 64 of 67 Attachment A: Statement of Work Mobile Communication Services • The Implementation Manager and/or team meets with your organization to develop a comprehensive account management program by customizing processes and procedures to meet activation, equipment fulfillment and your ongoing support requirements. This program may include an online billing, ordering, and analysis tool, among other account management functions • If you will be using a self-service portal, a Web-based demonstration may be conducted • You will provide a list of all the confirmed mobile numbers eligible to participate in the new Verizon wireless corporate pricing program • Migration, including numbers to be ported from other carriers, commences • To facilitate migration of your employees who already have wireless lines with us, we will query our billing systems to identify those lines based on Federal Tax ID numbers, Dun & Bradstreet numbers, and internal coding • The Implementation Manager will create or identify coding; and an account profile for your organization will be created • Account documents will be distributed and reviewed to include processes and procedures specific to you and your account • Employee program materials are created and marketing for the employee program begins (if applicable) 3.24 Transition for Future Iterations of this Service This subsection is applicable to both WVS and WDS. This subsection defines requirements associated with the end of the Contract to transition to the replacement contract for future iterations of these services or similar services. The Contractor shall provide transition duties until all Customer services have been transitioned, migrated, or discontinued and the Contractor has billed Customers their final invoices and resolved all disputed charges. The Contractor shall develop and implement a transition plan and perform all tasks identified in the plan in a timely manner to mitigate service disruptions (see subsection 3.23). The Contractor shall participate in meetings with the State, Customers, and other service provider(s) as reasonably required by the State in planning for the transition. There shall be no additional cost to DMS or Customers for transition activities. The Contractor shall timely and consistently coordinate and communicate with DMS and Customers, and other service providers, throughout all phases of the transition to ensure an orderly and efficient transition of services to any replacement contract. The Contractor will be required to perform end-of-service transition activities, which may take place at any time during the Contract term, and end-of-Contract transition services prior to the expiration or termination of the Contract. The full transition of existing services to replacement Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 65 of 67 Attachment A: Statement of Work Mobile Communication Services services and contracts is hereby explicitly made a criterion for completing the Contract Transition Plan. Upon request by DMS, the Contractor will be required to submit a transition plan for services within sixty (60) days with sufficient detail for DMS’s review and approval. DMS reserves the right to request modifications. The plan must include and describe in detail: 1. How the transition will be accomplished in the least disruptive way. 2. The Contractor’s commitment to continue to provide services and Contract resources under the existing terms and conditions of the Contract during the transition, including any restrictions and/or limitations. 3. The Customer impact and the Contractor’s commitment to minimizing any impact (e.g., business needs, complexity of service, services impacted by special programs, etc.). 4. Identification of tasks dependent upon the State’s data or resources. 5. Identification of all Customers by service type and unique product identifier. 6. Plan for transparent transition of services to support the continued billing, collection, and remittance of cost recovery rate for services. 7. Use of industry-accepted project management methodology throughout the transition process. Overlapping services may be required when transitioning from one large infrastructure to another, and transition may take multiple years to complete. DMS will not be obligated to maintain Contract services for any set number of users or locations during the transition. The Contractor is required to work with DMS, Customers, and any other DMS contractor as expeditiously as possible in order to transition. The Contractor agrees to: 1. Cooperate with all entities to ensure an orderly and efficient transition of services. These efforts include taking all necessary steps, measures, and controls to ensure minimal disruption of services during the transition. 2. Maintain staffing levels that are sufficient to handle a smooth, complete, and expedient transition. 3. Transfer all applicable knowledge, including, but not limited to, the devices, software, and third-party Contract services. 4. Provide all data related to the delivery of services, requested by DMS, that is not a tangible or intangible licensed product that existed before Contract work began. The Contractor shall bear the burden of proving existence before Contract work began, including, but not limited to, databases and other repositories of information (for example, operational, user, and administrative information). 5. Upon request, promptly deliver to DMS, whether or not previously made available, all up- to-date guides, manuals, and training materials including operational, user, administrative, and any other guides and procedures the Contractor follows. All documentation created for the purpose of supporting, operating, maintaining, upgrading, and enhancing services, including, but not limited to, design documents and device configurations for services, Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 66 of 67 Attachment A: Statement of Work Mobile Communication Services shall be promptly delivered to DMS upon request, whether or not previously made available. 6.Assist DMS and any other DMS contractor with the planning and installation of any services to facilitate business continuity. 7.Respond promptly and completely to all questions related to the transition. 8.Provide all services and functions necessary for a complete, smooth, and expedient transition. 9.Assist the Department with the installation of network-to-network connections to facilitate continuity for MCS sites. Network-to-network connections will be paid for by the Department. At the time DMS initiates the transition plan, the Contractor shall provide the DMS Contract Manager a weekly Transition Status Report. The report shall include all impacted Customers. The format, content, and level of detail must be approved by DMS. After each End-user service transition is completed and the transition status and the billing account status both achieve 100% completion on the Transition Status Report for two (2) consecutive weeks, the Contractor may delete the service line item from the next weekly Transition Status Report. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.25 Contractor Meetings with DMS This subsection is applicable to both WVS and WDS. This subsection includes requirements applicable to subsections 3.26.1 through to and including 3.26.4. The Contractor is required to attend all meetings referenced in this section plus ad hoc meetings as DMS deems necessary. Meetings will be held either at the DMS offices in Tallahassee, Florida or virtually. DMS may, at its sole discretion, require the Account Manager and other Contractor’s staff attend the meeting in person or allow remote attendance via a mutually agreed-upon conferencing service. For virtual meetings the Contractor will be responsible for providing the video conference call bridge. For all meetings referenced herein, the Contractor is responsible for the business and administrative tasks associated with the meetings, including, but not limited to, creation of a meeting agenda developed in conjunction with DMS, preparing of any materials, meeting minutes, and other meeting planning efforts. SLA violations include, but are not limited to, inadequate participation of required staff and inadequate preparation. Meeting preparation must include background materials and reports. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 67 of 67 Attachment A: Statement of Work Mobile Communication Services 3.25.1 Weekly Conference Call The Contractor shall initially participate in a weekly conference call with DMS to discuss and provide status updates on all open or unresolved issues in the escalation queue. It is the responsibility of the Contractor to coordinate and initiate the call at a time acceptable to the Department’s staff. The call frequency is expected to be modified by DMS to monthly or quarterly during the initial Contract term, which is in DMS’ sole discretion and dependent on implementation and migration. 3.25.2 Monthly Operational Meetings The Contractor is required to hold monthly meetings with DMS to review and audit, at a minimum, customer support, escalations, security, and SLA reporting services. These meetings may include, but are not limited to, discussions of the network and all of its services, review of operational concerns, technical updates/changes, SLA Compliance Report, Escalation Activity Report, Direct-Billed Monthly Report, Direct-Billed Quarterly Report, security, policy, design, and administrative topics. While there will be discussions of current and future services, these meetings are not sales meetings. Agendas for these meetings will include operational and administrative items, including, but not limited to, review of operational concerns, reviewing and auditing phone tree accuracy, updates to the staff notification process, and any proposed operational changes. 3.25.3 Project Management Monthly Review Meetings The Contractor is required to hold monthly meetings with DMS for project management during the Project Implementation Phase. Attachment SLA-C1. The Project Implementation Phase closes with DMS acceptance of a completed Services Infrastructure Checklist. The Contractor will set the agendas for these meetings, which will include, at a minimum, details of the previous period’s achievements, the progress on upcoming and existing activities, changes, identified risks and recommendations to mitigate risk, forecasts, project progress, a list of discussion points, and action items with the associated responsible party and due date. 3.25.4 Project Implementation Phase – Project Kickoff Meeting The Project Kickoff Meeting will take place during the Project Implementation Phase within thirty (30)days of Contract execution. Attachment SLA-C2. The agenda for this meeting will include, at a minimum, introductions, review of staffing roles, and review of project scope. The Contractor’s Key Required Staff are required to attend the Project Kickoff Meeting. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 68 of 67 Attachment A: Statement of Work Mobile Communication Services 3.26 Project Management This subsection is applicable to both WVS and WDS. The Contractor must provide project management services in accordance with the DMS regulations set forth in Chapter 74-1, F.A.C., for Project Management. All Project Management documents must be submitted as either a Microsoft Word 2016 (or higher) document or Adobe pdf. The Project Management Implementation Schedule shall be submitted as a Microsoft Project document. All project management documents will be submitted to the DMS Contract Manager. The following subsections contain the minimum requirements for MCS Project Management: 3.26.1 Project Management - Project Management Plan and Disaster Recovery Plan 1. The Contractor shall create a Project Management Plan (see Attachment C, SLA-D1). The Project Management Plan must describe how the project is monitored, controlled, and executed. The deliverable must meet the Project Risk and Complexity Category 4 requirements of Chapter 74-1, F.A.C. The plan listed below is an additional component of the Project Management Plan. However, the plan listed below is a deliverable separate from the Project Management Plan and subject to final acceptance by DMS. 2. Disaster Recovery Plan. (See Attachment C, SLA-D2.) The Contractor must deliver a detailed Disaster Recovery Plan and associated plans that outline a disaster recovery methodology, backup procedures, recovery plan, restoration plan, rebuilding process, testing of the disaster recovery plan and record of plan changes. The plan will include the following, at minimum: 1. Plan Objectives. 2. Assumptions. 3. Definition of Disaster. 4. Recovery Teams. 5. Team Responsibilities. 6. Internal and External Communications. 7. Federal, State, Local Roles and Responsibilities. 8. Services Restoration. 9. Support Timeline. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 69 of 67 Attachment A: Statement of Work Mobile Communication Services 3.26.2 Project Management - Implementation Phase The Project Implementation Phase starts after DMS acceptance of the Project Management Plan and ends with DMS acceptance of a completed Services Infrastructure Checklist. The Project Status Report, described below, is a deliverable that must be submitted to, and accepted by, the DMS Project Manager. 1. Project Status Report. The Contractor shall create Project Status Reports. Attachment C, SLA-D3. The Contractor must provide bi-weekly Project Status Reports, which are due via email to the DMS Contract Manager each Thursday by 5:00 PM Eastern Time, and must include: a. Project schedule. b. A narrative description of significant project activities that have been conducted or are underway. c. The progress-to-date on project activities. d. An explanation of any tasks/activities that are behind-schedule and a plan to bring them current. e. Notification of issues or risks that have been encountered and their resolution or plan for future resolution. f. Upcoming deadlines. 3.26.3 Project Management - Guides The Contractor shall create the following two (2) guides. These guides are deliverables subject to final acceptance by DMS. The Contractor shall update the guides when necessary as determined by either DMS or the Contractor. Attachment C, SLA-D4. 1. WDS and WVS Operations Guides. The Contractor shall create and maintain one (1) WDS and WVS Operations Guides describing the operational relationship between the Contractor and DMS. The guides must establish procedures to be followed by the Contractor while delivering services. This includes engineering, operational, and business processes for service delivery. At a minimum, the guides must include ordering, troubleshooting, trouble reporting, service provisioning, SLA monitoring, and invoicing processes. 2. WDS and WVS User Guides. The Contractor shall provide one (1) WDS and WVS User Guides that provide a set of instructions for the End-user. The User Guides must also contain device specifications, such as a recommendation of number of simultaneous users that each device can support. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 70 of 67 Attachment A: Statement of Work Mobile Communication Services 3.26.4 Project Management - Closure The Contractor shall create project closure documentation. (See Attachment C, SLA- D5.) The project closure documentation must include a lessons learned document, final schedule, and retrospective of the project. 3.26.5 Project Management - Implementation Plan and Customer Specific Migration Plans 1. Implementation Plan. The Contractor must submit a detailed Project Implementation Plan to the Contract Manager. (See Attachment C, SLA-D6.) The Implementation Plan must address all activities in the Project Implementation Phase, which starts after the acceptance of the Project Management Plan and ends with DMS acceptance of a completed Services Infrastructure Checklist. a. The Implementation Plan must outline an implementation, approach, activities, dependencies, and assumptions for key stakeholders to support a successful project implementation. The Implementation Plan shall include, at a minimum: i. Schedule of activities, including all Services Infrastructure Checklist Activities. ii. Resource allocation. iii. Implementation and migration preparation planning and impact analysis. iv. Network support. v. Operations Centers (operational and security). vi. Day-to-day operational support services. vii. Training – cross reference training section. b. The Contractor shall provide weekly reporting regarding migration. Attachment C, SLA-D7. The reporting, which shall exclude any information regarded as Customer Proprietary Network Information (CPNI), should detail the number of current MCS End-users per agency/entity, the progress of migration, and note any End-users that have notified the Contractor they will no longer be using its service. This report shall include details on the Contractor’s communication with current MCS Customers regarding notification of this Contract and required Customer actions. This report is due to the DMS Contract Manager on a weekly basis, commencing with the completion and DMS acceptance of the Services Infrastructure Checklist and ending when all current MCS End-users are identified as either migrated or no longer receiving services from the Contractor or for non-State agencies having selected another contract vehicle.. The format, content, and level of detail must be approved by DMS. 2. Individual Customer-Specific Migration Plans. If requested by DMS, the Contractor must submit these plans in accordance with the requirements in this section to DMS and the Customer. Attachment C, SLA-D8. The Contractor will be responsible for creating Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 71 of 67 Attachment A: Statement of Work Mobile Communication Services Individual Customer-Specific Migration Plans as a Customer migrates to MCS, which shall exclude any information regarded as CPNI. Additionally, a migration plan may be required if a Customer undertakes a significant or complex change in how it operates under MCS. These plans will vary based on the proposed service and the complexity of the service migration, but must include, at a minimum: i. Schedule of activities, which is consistent with the Project Implementation Phase schedule. ii. Resource allocation. iii. Migration and preparation planning. 1. Impact analysis. 2. Stakeholder communications plan. iv. Migration management. v. Training – cross reference training section. Given the statements in subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. Project Management - Implementation Plan and Customer Specific Migration Plans Given Verizon’s incumbent role we will work with DMS to assess projects related to the MCS ITN that have already been implemented, tested and functional. Based on those assessments Verizon will develop a project plan following the methodology listed below. The implementation process comprises several phases. Upon contract execution, DMS will be assigned a dedicated Implementation Manager who will serve as a project manager and assist you in the development of a customized Implementation Plan based on your specific requirements. The Implementation Plan with six (6) weeks after Contract execution. Failure to meet this objective will not result in penalties of any kind. The Implementation Manager will also coordinate with other Verizon teams so the plan is executed in a timely manner. Throughout implementation, you will be provided with status updates to keep the process running smoothly and accurately. Implementation will typically take 90 days. Complex requests or specialized elements within your corporate contract may extend the timeframe. The following are some of the more critical steps that are generally included in our current implementation process: • The implementation team is assigned and meets internally to review your requirements • The implementation team coordinates a formal implementation kick-off conference call to introduce members to you • The Implementation Manager and/or team meets with your organization to develop a comprehensive account management program by customizing processes and procedures to meet activation, equipment fulfillment and your ongoing support requirements. This program may include an online billing, ordering, and analysis tool, among other account management functions Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 72 of 67 Attachment A: Statement of Work Mobile Communication Services • If you will be using a self-service portal, a Web-based demonstration may be conducted • You will provide a list of all the confirmed mobile numbers eligible to participate in the new Verizon wireless corporate pricing program • Migration, including numbers to be ported from other carriers, commences • To facilitate migration of your employees who already have wireless lines with us, we will query our billing systems to identify those lines based on Federal Tax ID numbers, Dun & Bradstreet numbers, and internal coding • The Implementation Manager will create or identify coding; and an account profile for your organization will be created • Account documents will be distributed and reviewed to include processes and procedures specific to you and your account • Employee program materials are created and marketing for the employee program begins (if applicable) 3.27 Project Management - Services Infrastructure Checklist This subsection is applicable to all Contractors. The Contractor must complete the Services Infrastructure Checklist provided below in accordance with this subsection and submit the checklist to the DMS Contract Manager and DMS Product Manager. Attachment C, SLA-D9. The Contractor will be required to complete a series of readiness activities before DMS accepts services, systems, and processes as ready for production. The Project Implementation Phase will close only when all items on the Services Infrastructure Checklist are complete and accepted by DMS in writing. Upon request, the Contractor will be required to provide DMS any documentation necessary to demonstrate Contractor’s compliance with the Services Infrastructure Checklist prior to DMS written approval of the Final Services Infrastructure Checklist. The Contractor shall not deliver any services to Customers until the Project Implementation Phase is closed. The Contractor may engage with Customers for planning purposes before the close of the Project Implementation Phase. All requirements on the Services Infrastructure Checklist must be fulfilled in accordance with the Contract including, but not limited to, the SOW. Additional requirements may be added to the Services Infrastructure Checklist at the discretion of DMS. DMS must approve in writing all items listed in the Services Infrastructure Checklist before the Contractor is permitted to charge for any service or device to Customers. The timeline for the Contractor’s completion of the Services Infrastructure Checklist will be approved in writing by the DMS Project Manager during development of the project Implementation Plan. Any changes to the Services Infrastructure Checklist, including requirements and timeline, must be approved in writing by the DMS Project Manager, in DMS’ sole discretion. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 73 of 67 Attachment A: Statement of Work Mobile Communication Services Infrastructure Checklist Section Reference Requirement SOW Section 2 2.1 - 2.6 All required key staff positions have been filled with individuals who possess the required minimum qualifications, and the final Staffing Organizational Chart has been approved by DMS. 2.7 The Contractor has demonstrated that its Customer Support Team is staffed and trained. SOW Section 3 3.12 Security and fraud services are ready for production. 3.13 Processes related to test and demonstration accounts for WVS and WDS are final. 3.14 Emergency services programs are ready for production. 3.16 Design characteristics have been reviewed and are ready for production. 3.17 Reports and reporting options are ready for production. 3.18 SLA processes are ready for production. 2.7 and 3.19 The Customer Support Team is staffed and trained. 3.20 The Contractor’s portal is operational. 3.21 The Contractor has provided the link to the manufacture’s website. The Contractor has provided its EUPL and Vendor’s Device List. 3.26.1 (2) The Contractor has provided an acceptable Project Management Plan. 3.26.1 (7) The Contractor has provided an acceptable Disaster Recovery Plan. 3.26.3 (1) The Contractor has provided the WDS and WVS Operations Guides 3.26.3(2) The Contractor has provided the WDS and WVS User Guides Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 74 of 67 Attachment A: Statement of Work Mobile Communication Services 3.26.5(1) The Contractor has provided the Implementation Plan. SOW Section 4 4 Public safety services are ready for production. SOW Section 5 5.4 The Contractor is ready to implement transactions utilizing the DMS approved method of implementation in CSAB. 5.7 The Contractor has demonstrated the ability to provide CSAB billing account and user management activities. 5.9 The Contractor has demonstrated the ability to maintain a corresponding inventory. 5.10 The Contractor has demonstrated the ability to invoice DMS for all fulfilled orders. 5.11 The Contractor has demonstrated the ability to provide a detailed invoice substantiation file and do so in a mutually agreed upon secured delivery method. SOW Section 6 6 The Contractor has demonstrated the MFMP catalogs are ready, and the Contractor is ready to accept orders through MFMP. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 4. Public Safety Service Plans and Devices The requirements of this Section 4 are only applicable if the Contractor is providing public safety services, as identified in the Contractor’s BAFO. If applicable, must adhere to all minimum requirements of this SOW, including those of this subsection. 4.1 Deployable Technologies The Contractor must have mobile communication units that are deployable technologies. Generally, the Contractor will deploy these mobile communication units during emergency situations to the affected area. The Contractor will install these units during emergencies and may use existing satellite, microwave, or radio systems for backhaul. The Contractor must have a Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 75 of 67 Attachment A: Statement of Work Mobile Communication Services robust regionalized deployable strategy, ensuring that deployable network equipment is available and fully operational, with the required backhaul and/or networking capabilities, throughout the State. The Contractor must coordinate and cooperate with DMS, and any federal, State, or local emergency management agency in providing for emergency communications services, including the Department of Emergency Management, and all other entities that are part of the ESF-2 function. These deployable technologies are generally characterized as the following: 1. Cell on Wheels: a cellular base station on a trailer with an expandable antenna mast and usually a microwave or satellite link back to the main controller. 2. Cell on Light Truck: A cellular base station on a light truck platform with an expandable antenna mast and usually a microwave or satellite link back to the main controller. 3. System on Wheels: a full base station and controller on a trailer/truck/big rig/etc. This is a fully self-contained cellular system that can provide an island system with no need for satellite/microwave link back; applicability of this type of deployable technology may be limited if there is no internet connectivity. 4. Unmanned Aerial Systems (UAS) and Robotics: Deployable UAS (e.g., drones) in the Class G uncontrolled airspace (400’ above ground level), fixed, multi-rotor, and tethered UAS, some of which are capable of providing hot spot and wide-area coverage. Similar waterborne vehicles include remotely operated vehicle and unmanned underwater vehicle. 5. Other systems: Includes, but is not limited to, vehicular network systems and man- packs. Verizon’s Deployable Technologies We own a fleet of portable emergency equipment that can be regionally deployed quickly to keep customers connected or restore damaged connections as soon as possible. We tactically place network-deployable equipment throughout the country, so we’re ready if primary connections get shut down. We maintain Cell on Wheels (COWs), Cell on Light Trucks (COLTs) and Generator on a Trailer (GOATs1) that can be deployed to improve wireless coverage at large gatherings and special events. They are also utilized to quickly improve coverage and capacity when natural disasters or other unplanned events interrupt wireless service. We also deploy Wireless Emergency Communication Centers (WECCs) into disaster zones, providing a safe place where impacted members of the community can charge their phones, make a free call, or access the Internet. We have over 530 portable assets located across the country that enable our teams to enhance or restore network coverage and capacity in emergencies, and we maintain a fleet of over 800 portable generators nationwide. There are many types of assets and innovative solutions, such as: 1GOATs are mobile electrical generators, often attached to trailers or trucks, deployed to provide electrical power. GOATs can be used to power network services or emergency operations in the aftermath of disasters (e.g., tornados or hurricanes) that compromise the existing infrastructure. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 76 of 67 Attachment A: Statement of Work Mobile Communication Services • Repeater-on-a-Trailer (RAT) • Tower-on-Wheels (TOW) • HVAC on Roadside Equipment (HORSE) • Repeater on a Trailer (RAT) • Pico cell on a Trailer (SPOT) • High altitude wireless kennewhat aka tethered drone (HAWK) • Cell Repeater on Wheels (CROW) We also continue to design and deploy innovative portable solutions that provide our personnel, first responders, and our customers with options that extend wireless coverage into areas of need. Many of these solutions leverage technologies ranging from lightweight suitcase-sized cell sites, to trailer-based solutions, and drone assets. The Verizon Response Team (VRT) is a nationwide program sponsored and managed by the National Government Sales & Operations team. When a natural disaster, crisis, or planned event occurs VRT responds to government and non-profit organizations and emergency management agencies that need our assistance. VRT provides the following support in the event of a crisis: • Deployment of COW/COLT/crisis response vehicle • Back-up phone coverage • Equipment/Network support • Assistance with search and rescue initiatives • A live support line to request help 24/7 • Best-in-class customer support • Routing of requests to the Verizon Security Assistance Team • One phone number (800-981-9558) to call in a crisis situation. This process links together management of crisis situations in one location for the entire Verizon wireless community. VRT aligns network, operations, legal and sales – allowing us to react quickly to a crisis situation. The benefits to our customers and to emergency management agencies are tremendous. On the VRT Team, Verizon has assigned a dedicated Crisis Response Manager to the State of Florida. The State’s Crisis Response Manager is listed as part of Verizon’s escalation path for public safety network events and works with the State’s account team to coordinate support, drills, and ongoing customer training as needed. As part of our robust regional deployable strategy, Verizon performs Emergency Operations Center (“EOC”) drills each year prior to hurricane season with refreshers as needed. We have staff at key Verizon EOC locations within the state who regularly maintain, fuel, and test Verizon’s deployable assets to ensure that Verizon is ready to provide emergency support within the State of Florida at a moment's notice. Verizon stands ready to help keep DMS and public safety agencies connected even in remote areas where voice and data network infrastructure is unavailable, or in disaster scenarios where networks could fail. Verizon will continue to coordinate and cooperate with DMS, and any federal, State, or local emergency management agency in providing for emergency communications services, including the Department of Emergency Management, and all other entities that are part of the ESF-2 function. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 77 of 67 Attachment A: Statement of Work Mobile Communication Services 4.2 Local Control The Contractor should provide priority and preemption to public safety entities during times of emergency. The priority and preemption will be determined and invoked by the public safety entities through a local control portal. The local control portal shall allow the Customer to enact and deactivate priority and preemption, which shall be controlled by authorized Customers. The Contractor’s public safety service plans and devices must not be throttled during an emergency. Verizon’s Approach to Local Control For Verizon’s qualified public safety users subscribing to Verizon’s Public Safety Price Plans, priority and preemption is always on. Verizon provides priority and preemption to public safety entities during times of emergency as described below: Responder Private Core Responder Private Core is a dedicated network core that Verizon uses to enable certain other products such as Mission Critical Push to Talk and Private Network Traffic Management for traffic segmentation capabilities to support improved security, enhanced service management and control. It is connected to Verizon’s Radio Access Network (RAN), which utilizes spectrum in various bands including 700 MHz, 800 MHz Cellular, 1.9 GHz PCS and 1.7/2.1 GHz Advanced Wireless Services (AWS) bands. Responder Private Core separates data traffic of public safety mobile users from commercial users across Verizon’s 4G LTE network; however, it is not available on Verizon’s 5G Nationwide and 5G Ultra Wideband networks. Public safety users will have their data immediately recognized as public safety with enhanced reliability through the network. Responder Private Core leverages leading edge networking technology to provide security, flexibility and reliability. Mobile Broadband Priority Mobile Broadband Priority provides public safety users priority service for data and voice transmissions. During times of heavy commercial network congestion, Mobile Broadband Priority users will receive priority over commercial users. Mobile Broadband Priority enables priority service for public safety officials using applications on smartphones or tablets, transmitting data from first responder vehicles or video from surveillance cameras. Mobile Broadband Priority is available at no additional charge to qualified public safety customers on the 4G LTE Network only. Mobile Broadband Priority access to the 5G Network is not currently available. Preemption Preemption provides prioritized access to network resources during times of network congestion. Verizon automatically reallocates network resources from commercial data/Internet users to first responders in the unlikely event network resources become congested. As part of the network access and registration process, first responders and public safety personnel are identified and given preemption designation. This helps to determine which users will receive allocated resources with preemption. Preemption is offered at no additional charge for qualified public safety customers on the 4G LTE Network only. Preemption is currently not available to the 5G Network. Customers can use Traffic Management , a feature of Private Network service that transports a multitude of data applications, including Voice over IP (VoIP), video and best effort applications. When there is contention for network resources, mission critical applications (i.e., VoIP) are competing with best effort applications (i.e., email) for network resources, so customers’ mission Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 78 of 67 Attachment A: Statement of Work Mobile Communication Services critical applications may experience performance degradation (e.g., difficulty accessing Verizon’s LTE network resources, variable download/upload speeds, etc.). Traffic Management is a Private Network feature, available only for Verizon's 4G LTE devices, that provides customers a premium and differentiated network experience. Private Network Traffic Management enables application differentiation and QoS over the LTE Private Network using standards-based IP packet marking. Benefits include: • Allows customers to prioritize business critical applications over best effort • applications during congested / non-congested environments. • Delivers more predictable application performance for subscribers using business • critical applications during network congestion. • Extends Wireline QoS policies over the LTE Private Network. • Delivers end to end QoS when combined with Verizon's Private IP network solution. • Provides access priority during network heavy utilization for eligible Public Safety accounts. Private Network Traffic Management can be added to a LTE Private Network device for a monthly charge and is available on configurations using Verizon Private IP; Dedicated Physical Connection; and Zero Tunnel connectivity. Private Network Traffic Management offers both Enhanced and Premium subscription options. • Enhanced: Allows mapping of critical applications up to a maximum of 2.0 Mbps Mission Critical Class of Service (CoS), with the remaining best effort applications mapped into the Best Effort CoS utilizing the remaining available LTE bandwidth. Mission Critical traffic may not exceed 2 Mbps. • Premium: Allows mapping of critical applications up to a maximum of 12 Mbps Mission Critical CoS, with the remaining best effort applications mapped into the Best Effort CoS utilizing the remaining available LTE bandwidth. Mission Critical traffic may not exceed 12 Mbps. Verizon’s public safety plans are not throttled during an emergency. Verizon welcomes a deeper discussion to understand how this technology may meet your public safety data needs. 4.3 Local control portal In addition to the requirements of subsection 3.20 Contractor’s MCS Portal, the Contractor should provide a public safety portal (dashboard). The information held in this dashboard, or within the Contractor’s MCS Portal, shall include, but is not limited to, the status of the Statewide network and alerts on outages. All features and functionality shall be available to DMS in real-time at all times. The number of DMS dashboard users shall be determined by DMS, and each user shall have a unique log-in and password. Non-mission critical public safety service plans shall provide the status of the Statewide network and alerts on outages through an alternative means. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 79 of 67 Attachment A: Statement of Work Mobile Communication Services Local Network Command and Network Reporting Verizon’s Local Network Command allows designated public safety entities/Incident Commanders, to view the network operational status in an incident area and respond in real-time, dynamically administering user groups and temporarily managing data traffic Quality of Service (QoS) on qualified Public Sector responder devices. DMS would use its My Business online resource as a dashboard for all of their Verizon services and products - including public safety services and products. All Customers can enroll their authorized contacts in Verizon’s Network Event Notification (“NEN”) Program . Verizon’s NEN Program is a courtesy service that provides notice to Customers about planned and unplanned network maintenance, including ongoing updates and issue resolution for affected services. Network event notifications are issued via email and the same information is maintained online through a self-serve NEN portal for up to four weeks. Customers may choose to receive notices on unplanned and/or planned events. Events That May Trigger Notification and Notification Process Network event notifications will issue to your organization’s identified contacts, providing information about planned and unplanned maintenance events that may impact your service with us. A planned network event is sent to your identified contact up to two weeks before any planned network maintenance. An unplanned network event is sent when we receive confirmation there has been an unplanned disruption of service on the network. Events that may trigger automatic notification include a service condition that is significantly below our normal service operational thresholds. Because the service outage notification is sent when our systems identify a possible outage, your identified contact may receive the notification regardless of whether or not your end users are affected. There are four types of unplanned network event notifications: • Initial: Sent when the disruption is confirmed • Update: Sent every half hour until the service is restored • Restored: Sent when the issue is resolved and service is restored • Informational: Sent when it has been determined that a brief service disruption occurred on the network, but was resolved before an alert was issued If you receive a notification, there is no need to take any action. Our network engineers will be working to resolve the issue and you will receive an update when it is resolved. Both planned and unplanned event notifications will include the following information: • Start Date • Start Time • Severity Level [(High or Low for Planned), (High for Unplanned)] • Affected Service (e.g., 4G LTE, Enterprise Messaging) • Affected Location: ( e.g., Tampa, Florida) • Affected Counties: (e.g., Broward, Miami-Dade, Palm Beach, Brevard, Polk, Pinellas, • Osceola, Hillsborough) • Tracking Number: (e.g., 123456) Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 80 of 67 Attachment A: Statement of Work Mobile Communication Services Self-Service Portal The self-service NEN portal includes the same network event information as is contained in the notification emails. The information is presented in user-friendly views with data maintained for up to four weeks. You can access the NEN portal directly through Verizon’s My Business online resource or via a direct website link that can be provided upon enrollment. Enrollment by Services Event enrollment is available for covered services, which are continually being updated. Notifications issue when the selected service is operating below normal thresholds. NEN services may include 4G LTE, 5G Services (Network), Amazon Web Services (AWS) – Multi-Edge Compute, Call Processing, Enterprise Messaging, HD Voice, Internet of Things (IoT), Push To Talk Plus, Verizon Wireless Private Network and others. To avoid being overwhelmed with unnecessary notifications, Customers should only sign up for notifications that are relevant to the solutions the Customer has deployed. The Network Notification Program is offered as a courtesy only. In no event shall the failure to provide outage notifications subject Verizon to penalties or damages of any kind. Verizon reserves the right to modify or discontinue outage notifications at any time. 4.4 Public Safety Standards Mission Critical public safety service plans and devices shall be in compliance with the relevant 3rd Generation Partnership Project Technical Specifications and the National Public Safety Telecommunications Council (NPSTC) standards for a mission critical service . The Contractor’s public safety service plans and devices must perform to the most recent version of the standards described in TL-9000 Quality Management, ISO 9001, ATIS-100009 Overview of Standards in Support of Emergency Telecommunications Service, ITU-T Y.1271 framework on network requirements and capabilities to support emergency telecommunications over evolving circuit-switched and packet-switched networks. Should the Contractor offer plans marketed towards the public safety community that are not in compliance with the relevant 3rd Generation Partnership Project Technical Specification or do not meet the necessary criteria to be deemed “Mission Critical,” as defined by the National Public Safety Telecommunications Council (NPSTC), the Contractor’s EUPL must clearly state, at the beginning of the plan description, “THIS PUBLIC SAFETY PLAN DOES NOT PROVIDE A MISSION CRITICAL SERVICE STANDARD.” Failure to include this statement where applicable will result in the EUPL not being accepted by DMS. Verizon Response Clarification. The basis of Verizon’s Responder Private Core is Verizon’s Long Term Evolution (LTE) wireless network. LTE is a technology based on 3GPP standards. It supports advanced application usage and high-speed data services. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 81 of 67 Attachment A: Statement of Work Mobile Communication Services Established cellular industry and performance standards serve as the foundation for our engineering, design, operation and quality assurance programs. Verizon has created enterprise-wide policies that conform to the International Organization for Standardization (ISO) 27002.2005 and National Institute of Standards and Technology (NIST) standards for the protection of customer and employee information. These policies cover security issues, such as account management, password standards, server configuration and a wide range of security topics. Many of the equipment manufacturers that we utilize are certified through ISO. 4.5 Demonstration Devices DMS Demonstration Devices. Upon DMS request, in addition to any other test devices required by this SOW, the Contractor shall provide up to ten (10) wireless demonstration public safety devices (including airtime) for use by the Department for the purposes of testing and evaluation at no additional cost. The demonstration equipment shall be made available for a minimum period of thirty (30) Business Days. Any demonstration agreements, equipment, forms, and processes shall be provided, managed, and maintained by the Contractor, subject to the approval of DMS. Customer Demonstration Devices. The number of demonstration public safety devices the Contractor elects to provide to Customers is at the discretion of the Contractor. The Contractor will coordinate directly with any other Customer regarding public safety service demonstration equipment, notifying the Department in advance of these activities. Demo Devices Currently, Verizon offers a program that enables new and existing customers to demo/trial various devices and services at no charge to the customer. The customer may trial up to three devices at a time. Verizon will make demonstration equipment available to DMS for sixty (60) business days; and will make demonstration equipment available to Customers purchasing from the resulting agreement for thirty (30) days. With approval from our B2B Demo Support Team, time-periods may be extended and the number of devices available for demo may be increased. The B2B Demo Support Team may also approve trialing devices and services outside of the U.S. 4.6 Public Safety Customer Support The Contractor must provide a dedicated help desk number for support of its public safety service plans and devices. The Contractor must develop and abide by an escalation procedure specific to public safety real- time network issues and public safety End-user issues. The procedure must include names, titles, phone numbers, and email addresses of contacts in the Contractor’s public safety escalation chain. The Contractor shall notify the DMS Product Manager in writing of any unresolved user issues or real-time network issues that have been outstanding for more than ten (10) Business Days. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 82 of 67 Attachment A: Statement of Work Mobile Communication Services The Contractor should limit access to the public safety plans to only Customers that are Public Service Entities or as recognized by the First Responder Network Authority. The Contractor should limit access to the Mission Critical public safety plans to only Customers that are Public Safety Entities. At a minimum, Public Safety Entities should include the following Customers, as categorized by the North American Industrial Classification System (NAICS) codes: • 621910 Ambulance Service • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order and Safety Activities • 928110 National Security • 921190 Other General Government Support • 921110 Executive Offices • 921150 American Indian/Alaska Native Tribal Governments • 922190 Other Justice, Public Order and Safety Activities Should the Contractor offer non-mission critical public safety service plans, the Contractor’s EUPL must clearly state the eligible NAICS codes in the plan descriptions. Verizon’s Public Safety Customer Support Residing within Verizon’s Business and Government Customer Operations (BGCO) Technical Solution Center is a group of technical experts who provide Wireless Enterprise Help Desk (WEHD) support to Verizon’s public safety customers. This U.S.-based helpdesk-to-help desk support team is available 24/7/365. Customers will be provided with the WEHD support contact number if you subscribe to one of the advanced product types it supports, such as Public Safety Plans, Private Network, Enterprise Messaging, or an Internet of Things (IoT) solution [Intelligent Video, Asset Management, etc.]. Upon contact, one of our technical experts will conduct troubleshooting and recommend specific actions to help you achieve issue resolution. If the issue is related to Verizon’s wireless network, then the BGCO will escalate and engage the appropriate network support teams. Please note: The WEHD service should only be used for troubleshooting of government liable devices related to the advanced product or solutions that are supported by this group of technical experts. Issues with devices on employees’ personal accounts or non WEHD-supported issues should be handled by calling our regular customer service number, 800-922-0204, and selecting the appropriate support option in the IVR. Public Safety Escalation Procedure Your first point of contact for trouble with your public safety services is our WEHD located within Verizon’s Business and Government Customer Operations (BGCO) organization. Members of our WEHD teams can conduct device and network troubleshooting. Concerns related to quality of service, such as the Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 83 of 67 Attachment A: Statement of Work Mobile Communication Services inability to make or receive calls, will be assigned the highest priority and receive prompt attention. A staff supervisor is available during the BGCO team’s hours of operation. In the event BGCO representatives cannot resolve a situation and escalation becomes necessary, the following account team members may be contacted. Contact Name Phone Number/Email Address Client Partner - Government Tom Madden 850-294-5171 tom.madden@verizonwireless.com Verizon Crisis Response Manager - Florida2 2 Jos Bowmaster 800-981-9558 (VRT Hotline) 603-953-5023 (m) joseph.bowmaster@verizon.com If the escalated situation is not effectively resolved or the process of resolution is not effectively initiated within 24 hours of the request, we suggest contacting the staff management level. Contact Name Phone Number/Email Address Managing Partner - Government Sales South Florida Beth Bailey 786-360-9408 beth.bailey@verizonwireless.com Managing Partner - Government Sales North/Central Florida Colin Denney 904-718-9797 colin.denney@verizonwireless.com A highly sensitive situation that requires further escalation may require director level involvement. In those rare situations, we suggest you request a call back from the individuals below in the order in which they are listed. Contact Name Phone Number/Email Address Director - Government Sales Kim Mirabella 813-326-0929 kim.mirabella@@verizon.com Complex situations may require research and may take longer to resolve. In these situations, we will research, resolve the issue and report back to the employee or authorized contact when the issue is resolved. Verizon limits access to Public Safety Plans to customers who have a qualifying North American Industry Classification System (“NAICS) code; eligible public safety NAICS codes are described in further detail under Question 9, Eligible Users . 4.7 Public Safety Reporting The Contractor shall timely provide a monthly Public Safety Service Plans and Devices Report to the Department’s Contract Manager. Attachment C, SLA-E1. The report shall contain public 2 Customers may contact the State’s Verizon Crisis Response Manager to immediately escalate network issues during emergencysituations. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 84 of 67 Attachment A: Statement of Work Mobile Communication Services safety Customer agency, End-user usage, End-user devices, rate plans, and any other related information DMS requires. This report shall not include any information that is considered CPNI. The format, content, and level of detail must be approved by DMS. Verizon’s Public Safety Reporting Acknowledged. 4.8 Public Safety Marketing In addition to any other Customer webpages required by this SOW, the Contractor shall provide specific information on its MCS portal related to its public safety service plans and devices. This should include, at a minimum, information on ordering, devices, apps, service offerings, and accessories. The Contractor shall provide the Department with a copy of all materials used by Contractor, and its subcontractors, to promote or advertise public safety specific service plans and devices to Florida’s public safety user community. The Contractor will submit this information to the DMS Project Manager once per quarter, or as requested by DMS. Mission critical Push-to-Talk (PTT) devices and services shall not be advertised or marketed to State public safety entities as “mission critical,” as defined by the National Public Safety Telecommunications Council (NPSTC), until demonstrated to the Department that the Contractor’s PTT is in compliance with NPSTC’s requirements, and approved in writing by, the Department. Given the statements in subsection: Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed in SOW, section 4, Public Safety Service Plans and Devices. Verizon will work closely with the Department as required regarding the marketing and promotion of Verizon’s public safety offerings, service plans, and devices. Please review the responses below for further detail regarding our proposed offering for this subsection. Describe the Respondent’s proposed deployable technologies and how they will be utilized during an emergency or when requested by a public safety entity. Verizon Response See above response to Question 1 above which describes Verizon’s Deployable Technologies. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 85 of 67 Attachment A: Statement of Work Mobile Communication Services Since the beginning, Verizon has worked closely with first responders, our customers, and our communities to provide support and wireless solutions when they are needed most – during an emergency/extreme weather conditions. With threats of hurricanes, tornadoes, wildfires and other natural disasters always a possibility, customers rely on us to keep them connected and productive, especially when the unexpected happens. We provide support in a variety of ways, often lending wireless voice and data devices to first responders and emergency personnel. We built a Public Safety Private Core to support public safety, especially during times of high data traffic. In addition, when disaster strikes, we coordinate with first responders and can mobilize charging stations, special equipment, emergency vehicles and more to support local, state and federal agencies across the U.S. Being crisis-ready is paramount to Verizon, and we are committed to supporting those who need us most when they need us most. During an emergency, first responders rely on wireless service more than ever to coordinate efforts in the face of fires, floods, snow and wind storms, earthquakes, tornados, or hurricanes. We’ve assisted first responders and citizens during some of our nation’s most destructive disasters. We loaned more than 6,000 devices during 9/11, more than 3,000 during Hurricane Katrina and more than 2,500 during Hurricane Sandy. During 2018, we supported disasters including Hurricanes Gordon, Florence, and Michael; Mendocino and Camp wildfires in California, a gas pipe explosion in Massachusetts, volcano eruption in Hawaii, earthquake in Alaska, and winter storm Diego across the Southeast, among others. In total, we supported 75 disasters in 2018, helping more than 120 different public safety agencies and non-profit organizations. Last year we lent more than 2,300 phones and tablets and more than 2,700 data devices (Jetpacks, routers, network extenders) to keep first responders connected and communities safe. Below are recent examples of how deployables have been utilized during an emergency or when requested by a public safety entity in the State of Florida: • During SBLIV in Miami, FL the Verizon Response Team provided the FDLE with a cradlepoint router to assist their JOC in their Super Bowl operations. • During SBLIV in Miami, FL the Verizon Response Team provided the state governors of Missouri and California Security Teams with their communication operations during game day operations. • In response to the COVID-19 national pandemic, Verizon partnered with the Florida Department of Veterans Affairs to provide smartphones, tablets, and eFEMTOs to each of the veterans’ homes so that they could communicate virtually and safely with their families. • In response to the COVID-19 national pandemic, Verizon partnered with Brooks Rehab and provided their COVID treatment facility with Push-to-Talk basic phones to communicate with inside of their facility. • In cooperation with the Salvation Army, Camp Keystone in Keystone Heights was identified as the primary backup location for the state of Florida Emergency Operations Center and the Verizon Response Team installed network coverage throughout the primary usage areas of the camp to ensure that in the event of a disaster, communications could be established and maintained both inside and outside the camp. • During SBLV in Tampa, FL the Verizon Response Team provided the Tampa Fire Department with Push to Talk smartphones that the Tampa Fire Marshals utilized for their communication needs. • During Hurricane Sally, the Verizon Response Team drove through the encroaching outer bands Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 86 of 67 Attachment A: Statement of Work Mobile Communication Services • of the storm to the Escambia County Emergency Operations Center to install an eFEMTO device • inside the building to improve 4G network coverage inside the building at the request of the • Emergency Management staff, leaving just before nightfall. • After Hurricane Sally made Landfall, the Verizon Response Team provided charging stations and • battery packs for the community and public safety, as well as free wifi and EOC ESF2 support to counties impacted by the storm throughout the Florida panhandle. Verizon’s mobile assets and deployables can generally be deployed within the following time frames, failure to meet these time frames shall not result in any penalty of any kind to Verizon: • Satellite Connection - within 8-16 hours • Asset without available on-site fiber interconnect - within 24-48 hours • Asset with available on-site fiber interconnect - within 8-16 hours • SPOT - within 4-8 hours • Verizon Florida Statewide Assets - within 72 hours • Southeastern Regional Assets - within 96 hours • National Assets - within 120 hours Describe how service plans and devices are not throttled during an emergency. Verizon Response Customers on “custom public safety rate plans” are not subject to data speed reductions (“throttling”) within a given billing cycle. Data usage for actively engaged and deployed fire, police, emergency medical technicians, emergency management agency, and assigned federal law enforcement users on this plan will not be subject to speed reductions regardless of data usage during any billing cycle. This service plan includes Mobile Broadband Priority and Preemption. Mobile Broadband Priority ensures customers can connect to the network with priority by leveraging a pool of radio resources dedicated to enable their connection. Mobile Broadband Priority identifies the user with an Access Priority setting, giving them higher priority for network access than lower Access Class users. Preemption automatically activates to provide approved personnel uninterrupted access to the network in those uncommon times when the network is fully utilized. 911 calls are never preempted. Lines of service that are conditioned with specific Public Safety features are provisioned with QoS Network Enhancements. These Network Enhancement attributes affect the treatment of data for first responders and public safety customers by providing higher data priority and packet treatment, resulting in better throughput speeds at times of congestion. Describe the Respondent’s planned network hardening approach, including issues caused by power, hardware failures, topography, weather, and man-made incidents. Verizon Response The Verizon Business Continuity and Disaster Recovery program is just one part of our overall philosophy to provide high quality services for our customers. Our nationwide wireless network is at the core of our business, and we have invested more than $159 billion since the company was formed – averaging over $7.95 billion every year – to increase coverage and capacity and to add new services. Our Business Continuity and Disaster Recovery (BC/DR) program team is responsible for minimizing the impact of a disruption to our customers, employees, infrastructure and business operations. We accomplish this objective by focusing on the following activities: • Identify critical functions, infrastructure and risks; Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 87 of 67 Attachment A: Statement of Work Mobile Communication Services • Implement strategies to minimize the risk of a disruption; • Develop Business Continuity and Disaster Recovery plans and Crisis Management Teams to • recover operations in the event of a disruption; • Maintain BC/DR plans, with updates completed at least annually; • Test our plans, at least annually, to validate our response capabilities. We continue to refine our response and recovery capabilities due to the increasing variety of services we provide and the ever-changing level of potential threats to these services. The cross-functional Crisis Management Teams in place across our national footprint enhance coordination and response activities during crisis events. These teams provide a command-and-control structure that allows management to gather and report information about crisis events, for the teams to escalate decision-making as needed and to facilitate resource allocation. BC/DR activities are visible across all major aspects of our company. We have developed numerous plans to recover critical functions. Business functions have implemented strategies and procedures that not only support routine operations, but also help the function continue to operate in the event of a disaster. Robust operational strategies are at the core of our ability to provide reliable and resilient services. Our pro-active planning activities center on three of our major departments: • Network Operations • Information Technology • Customer Service Network Operations – Our wireless network is resilient by design The Verizon Wireless network operations philosophy is driven by the desire to provide our customers with an extremely high level of service. Verizon Wireless strives to deliver superior service based on our design philosophy, which includes redundancy on critical paths and components so that a potential failure of a network component does not significantly affect our customers. Our wireless services are provided through a large and sophisticated national network of 148 Mobile Switching Centers (MSCs) and Data Centers throughout our service areas. We will continue to invest in our network to support our customers. The wireless voice and data switching networks are designed to provide continuous service to the customer. The communications between our internal switches and external networks such as the Public Switched Telephone Network (PSTN) and the Internet are also designed to reduce the possibility of interrupted communications. The use of battery and generator backup systems in critical locations also serves to minimize the risk of a disruption, if commercial power is lost. Our design concept extends from our equipment and technology capabilities to our business procedures. These procedures include frequent and thorough preventive maintenance, real-time monitoring of all key system components, the 24/7/365 availability of trained maintenance personnel to repair or resolve critical failures should they arise, and wide deployment of these personnel and spare parts to permit rapid response and restoration of service. Our most critical recovery assets are the thousands of highly-trained and experienced network technicians who have repeatedly proven their ability to respond, troubleshoot problems, and restore service to our customers during emergency situations. Monitoring, maintenance and restoration of wireless services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 88 of 67 Attachment A: Statement of Work Mobile Communication Services Service protection and restoration strategies are an integral part of Verizon Wireless network management and operations. We have two Wireless Network Management Centers (wNMCs), one located in New Jersey and another in Texas, that monitor all facilities, cell sites and switches across our nationwide network. These wNMCs are staffed 24/7/365 with experienced personnel who work closely with our regional field operations teams and with our vendors to coordinate and expedite the restoration of service in the event of outages. Each wNMC receives alarms or other indicators that help troubleshoot problems in the network, and that provide technicians with key information to analyze and maintain network integrity. wNMC technicians work with the field operation managers, and personnel are dispatched to the affected site as needed. An inventory of standard spare parts and repair equipment is available to technicians in all of our central network locations. We also have standing agreements with our critical vendors to get 24/7 support from their engineering personnel and obtain replacement equipment if required. Strategy for continued service to Mobile Switching Centers MSCs are an important part of our national wireless network, and we continue to add them to our network as we grow. We have 148 MSCs strategically distributed across the country to meet the needs of our customers. Our teams monitor the loading of the switching and data systems to maintain an optimum capacity and service level. One goal of this is to reduce the impact of a disaster to any one MSC. Available capacity in neighboring MSCs could be utilized in the event of a serious disaster. In addition to redundancy in the equipment and circuitry, each MSC is protected by automatic power backup systems, by automatic fire detection and suppression systems, and by physical security systems and alarms. MSC buildings have restricted access to prevent entry by unauthorized personnel. The building structure itself is designed to provide protection for the systems and services located inside. In each MSC, network operations personnel routinely backup system data for the switch itself and the peripheral systems. Automated backup routines are supplemented with scheduled manual backup routines and off-site storage of critical data. A disaster recovery plan has been developed for each MSC, which addresses the recovery of the systems, services and personnel. These plans are updated at least annually. Exercises are conducted at least annually to confirm that these plans can be implemented as expected and to continually increase the readiness of the network teams to respond to an actual disaster. These exercises focus on disasters that may impact us or our customers. Strategy for continued service to cell sites We have thousands of cell sites across our nationwide network to provide the desired level of customer service, both in terms of capacity and quality of service. Despite the large number of sites, the loss of a single cell site is still a serious situation. We take extra precautions to protect and keep cell sites operational. Cell site operations are protected in many ways, including redundancy in the equipment, automatic power backup systems, automatic fire detection systems, and by physical security systems and alarms. Through arrangements with our vendors, any major components of a cell site, up to and including the building and tower, becomes an immediate priority restoration effort on the part of both Verizon Wireless and our vendors. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 89 of 67 Attachment A: Statement of Work Mobile Communication Services Cell site equipment has sophisticated diagnostics that can instantly determine if a problem occurs at the site. These diagnostic alarms are transmitted to the MSC, which is monitored by regional field operations teams, and the wNMC. Cell sites are outfitted with backup batteries, and in most cases backup generators in case of commercial power loss. We maintain and utilize portable cell sites referred to as Cells-on-Wheels (COWs) and Cell-on-Light-Trucks (COLTs), which are fully functional generator-powered cell sites that can replace or enhance network coverage and capacity in a given area. They can accommodate both voice and data services, and can be used for emergency situations. For example, they can be used to enhance communications between firefighters when they are fighting a fire in a remote wilderness area. These portable cell sites are strategically located throughout our network coverage areas and may be deployed to an area that is affected by a weather-related or other disaster. Backup power strategy for the wireless network Verizon Wireless purchases power from electric companies for the day-to-day power requirements of our network infrastructure. If commercial power is lost, we have implemented backup power systems for all of the critical equipment and infrastructure in our wireless network. This is accomplished by installing large banks of backup batteries in our MSCs and Data Centers, and these are supported by permanent backup generators. We have arrangements with our fuel suppliers to refill our fuel tanks as needed, allowing our systems to operate until commercial power is restored. The cell sites are also equipped with batteries, and most sites also have permanent generators which turn-on automatically if commercial power is lost. The company also owns a large supply of portable generators that can be deployed to provide emergency power during extended power outages to those cell sites without permanent generators. Our MSC, Data Center, and cell site generators are tested regularly to ensure that they are functioning properly. Both the batteries and generators are regularly put through rigorous load tests to ensure that they can support the needs of the network in the event of a commercial power disruption. Circuit diversity strategy for the wireless network Our wireless network comprises numerous components that are connected using a mixture of fiber optic and high bandwidth telecommunication circuits. We support many of our critical network locations with diverse circuits, network technologies, and alternate local telecom carriers. The impact of a severed fiber optic cable or a faulty data circuit is minimized by this diversity in our telecommunications connectivity. Information Technology – Disaster Recovery Planning The Information Technology (IT) team for Verizon Wireless manages the technology that supports internal business functions. For example this technology helps internal users respond to customer needs, streamline internal and external communications, and automate many of our high volume activities. Many of these technologies are integral to our daily operations. Our IT Disaster Recovery team focuses its efforts on mission critical applications and systems, many of which support customer transactions. System engineers for these applications and their supporting technologies emphasize redundancy, geographic diversity, and heightened security to safeguard these systems from an unexpected interruption or disaster. Data Center Strategy Mission critical applications are maintained in a secure data center environment. Our major data centers are protected by automatic fire detection and suppression systems, and by physical security systems and alarms. The data centers have strictly limited access to prevent entry by unauthorized Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 90 of 67 Attachment A: Statement of Work Mobile Communication Services personnel. Only a small number of authorized employees are permitted to access these data centers, and the buildings are monitored by security guards and camera systems to provide a high level of protection to the systems and services located there. All data centers are backed up by both battery and permanent generator systems which are designed to support the data center for extended timeframes in the event commercial power is disrupted. These systems are tested regularly to ensure that they will provide power when needed. Data Backup Strategy In each of the Data Centers that house mission critical applications, a significant amount of resources are put into our data back-up and restoration capabilities. Ensuring the availability and security of critical historic data is part of daily operations, and our back-up procedures include internal and off-site rotation of electronic files. Recovery Plans and Tests The IT Disaster Recovery team develops tests and maintains disaster recovery plans for mission critical applications in the data centers. Exercises are scheduled at least annually to confirm that the applications can be restored properly, that all interfaces are accessible, and timeframes are met. Surprise simulation drills are also conducted to enhance the preparedness of the recovery teams. Customer Service – Answering the call for operational resilience Providing industry leading customer service is an important way for us to understand our customer’s expectations, assist with questions, and ensure satisfaction with the services we provide. We continue to invest in our ability to provide excellent customer service, whether the customer contacts us during routine operations or in the midst of a hurricane. Our customer service operations are designed to be resilient. The contact centers are equipped to adapt to changes in customer call volumes, call types, or other circumstances so that they meet service quality targets. Customers are also provided with many different ways to interact with us. For example, customers can gather information about their accounts using our website and other self-service tools if these are most convenient for them. Call routing between multiple locations Our customer service team operates multiple contact centers located across the United States. Our teams can redirect calls between these locations to provide the best service possible and to optimize the skills of our personnel. This operational strategy is a valuable asset during times of crisis, since it helps minimize the customer impact from a disaster that may affect one location. For example, if one contact center needs to close due to a threatening major storm in the area, that center can redirect its calls to an alternate center in an unaffected part of the country. Our national operations infrastructure is a benefit for our customers since it limits the likelihood that any one event will cause a significant impact to our customer service operations. Contact center infrastructure We pay particular attention to the design of our contact centers, not only to make them a safe and enjoyable workplace for our employees, but also to minimize the risk of a disruption. These efforts include special security access to the building, including security guards, camera systems, and lighting systems. The communications equipment is maintained in a secure and environmentally controlled computer room, which is supported by both backup batteries and generator power. Recovery Plans and Tests Our customer care teams work closely to monitor service levels, and the need to redirect calls to an alternate contact center. We have documented many of these routing patterns in our recovery plans to Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 91 of 67 Attachment A: Statement of Work Mobile Communication Services streamline our ability to activate the technology in the event of an interruption, and to send calls to the teams that are best equipped to help the customer. Describe the corporate commitment to providing DMS the necessary Customer Support Team staffing (resources) for escalations to address real-time public safety network problems and public safety Customer and End-user issues. Verizon Response Protecting the public and our nation takes deep commitment, endless preparation and tireless service. First responders need a network provider that understands the challenges they face and works as tirelessly as they do to help solve problems and create safer communities. Verizon has been supporting first responders for over 28 years. We’re committed to helping public safety organizations execute their missions safely. As described above, our support teams are committed to helping keep your agency ready for whatever problems stand in your way, offering: 24/7 customer support • Local account teams provide dedicated account and technical support built on long-standing customer relationships • Special support teams are deployed specifically to serve the needs of large public safety agencies Support before disaster strikes • Preparation is the cornerstone of our commitment to first responders • We never stop preparing our network and support teams to help your agency whenever you • need us Support after disaster strikes • Our dedicated Verizon Response Team (VRT) helps keep first responders ready to protect their communities during disasters • Our business continuity teams help restore the network to your community after a disaster • In 2019, the VRT had 405 emergency deployments and loaned 5,318 devices to enable business continuity and disaster recovery • In 2020, our VRT had over 2000 engagements, over 1200 deployments and we loaned over 5400 devices.; As of February 9, 2021, the VRT has had 83 deployments and loaned 607 devices to enable business continuity and disaster recovery. Describe the corporate commitment to providing DMS the information it requires for notifications on significant public safety performance impacts. Verizon Response Responding to emergencies, disasters and incidents requires your best coordination and communication. The last thing you should be worrying about is your choice of network. You need to focus on your mission, not your connectivity. You need to know that your network will be reliable, today and tomorrow. As described above, Verizon’s Network Event Notification Program provides DMC with timely notification of events that may impact public safety performance. Describe the use of an escalation procedure related to real-time public safety network problems and public safety Customer and End-user issues. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 92 of 67 Attachment A: Statement of Work Mobile Communication Services Verizon Response As described above public safety Customers and End-users can contact Verizon’s dedicated help-desk for troubleshooting real-time public safety network problems and other issues. Verizon is committed to ensuring Customers and End-users have a clear path of escalation and have provided points of contact who can review and escalate public safety issues. Describe the Respondent’s dedicated customer service, including helpdesk support and ongoing LTE training offered to public safety entities for the integration of LTE into State public safety communications. Verizon Response Verizon’s dedicated customer service, including escalation path, and helpdesk support. Your Verizon account team can create a training program with your assistance and guidance. This training program could include on-site training at locations across the country, online training is also available by device/application on Verizon’s website, and webinars as needed to ensure your employees are comfortable with their new devices and services. On mutually agreed upon days and times, a Verizon account team member can be assigned to your organization’s location for additional support and training of your Corporate Subscribers at no additional charge. If equipment is delivered by a Verizon representative, the account team member can review the basic features of the device, as well as any service features you may be receiving. Alternatively, if equipment is shipped to your organization, your employees always have the ability to contact their account team member in order to receive additional information on any features or services. Your employees can learn about device hardware, software applications, email setup and Smartphone maintenance on their own schedule through our Online Learning Center sessions. There are recorded and/or live sessions available presented via Adobe Connect software In addition to an ongoing training program, Verizon’s Account Team will keep DMS abreast of developments made possible through technological advancements as they become commercially available for the integration of LTE into State public safety communications. Submit a defined list of eligible users that are public service entities, and describe how the Respondent will restrict access to their public safety service plans. Verizon Response Verizon identifies eligible public safety users by their NAICS Code. Eligible Public Safety NAICS Codes are listed below. Only entities that fall under these classification codes will be allowed to activate devices on a Verizon public safety plan or service. Verizon further separates these entities that qualify for public safety plans or services by placing these entities in a public safety root profile. Entities not in a public safety profile cannot activate public safety services without an approved exemption from the Verizon State and Local contracts team. In addition entities not in a public safety root profile will not have the ability to see public safety plans or services in our online portals. Eligible Public Safety NAICS Codes 485111 Mixed Mode Transit Systems (Rail &Buses) 922190 Other Justice, Public Order, and Safety Activities Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 93 of 67 Attachment A: Statement of Work Mobile Communication Services 485112 Commuter Rail Systems 923120 Administration of Public Health Programs 621910 Ambulance Services 928110 National Security 922110 Courts 926120 Regulation and Administration of Transportation Programs 922120 Police Protection 926150 Regulation, Licensing, and Inspection of Commercial Sectors 922130 Legal Counsel and Prosecution 926130 Regulation and Administration of Comms, Electric, Gas, Utilities 922140 Correctional Institutions 921150 American Indian and Alaska Native Tribal Governments 922150 Parole Offices and Probation Offices 921190 Other General Government Support 922160 Fire Protection (except private) 921110 Executive Offices Describe the Respondent’s geographic coverage, both current coverage as of the time of Response, and also planned coverage during the term of the Contract. This should be accompanied by: a. Detailed coverage maps i. Provide detailed in-network voice, high speed (third generation -3G & fourth generation -4G, next generation such as 5G) and low speed (second generation -2G) data coverage maps for Florida (covered directly or through identified roaming agreements partnership). Verizon Response Our online Coverage Locator tool depicts our wireless coverage area on a national map and enables you to zoom into any local area by entering that area’s ZIP Code or the city and state information. The maps rendered show approximations, based on our internal data, of where coverage for various services is available. Our online domestic Coverage Locator tool can be accessed on Verizon’s website. A coverage map has been provided below for your review and consideration. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 94 of 67 Attachment A: Statement of Work Mobile Communication Services ii. Provide a service area coverage map for Push-to-Talk (PTT). In addition, PTT protocols in use are to be identified. If some areas of the State have newer, higher performance or more capable PTT, those areas should be identified. If multiple types of PTT are supported, identify the technology and areas covered. Verizon Response Verizon’s PTT and Mission critical PTT solutions use Verizon’s award winning 4G LTE network to deliver seamless communications between PTT Responder users and it is available everywhere Verizon 4G LTE coverage is available. A detailed coverage map has been provided as a response to the above requirement which reflects Verizon’s coverage in the State of Florida. Describe how Mission critical Push-to-Talk (PTT) devices and services shall meet the “mission critical” definition as defined by the National Public Safety Telecommunications Council (NPSTC), as described SOW section 4.8, “ Mission critical Push-to-Talk (PTT) devices and services shall not be advertised or marketed to State public safety entities as “mission critical,” as defined by the National Public Safety Telecommunications Council (NPSTC), until demonstrated to the Department that the Contractor’s PTT is in compliance with NPSTC’s requirements, and approved in writing by, the Department.” Verizon Response Verizon’s Mission critical PTT solutions are based on the MCPTT 3rd Generation Partnership Project (3GPP) standards compliant application designed to support public safety users’ communication Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 95 of 67 Attachment A: Statement of Work Mobile Communication Services needs.3 3 It delivers Land Mobile Radio (LMR)-like functionality using Push to Talk services over LTE and new advanced functionality such as video and data services intended to enhance the experience and capability of public safety users to manage emergency situations beyond simple push-to-talk communications. Push to Talk Responder provides seamless communications between PTT Responder users and traditional public safety Land Mobile Radio (“LMR”) networks via interoperability. By implementing a LMR Gateway as part of the overall Push to Talk Responder solution, mobile device users are able to communicate securely with devices on your agency’s private LMR network. Describe the Respondent’s approach to ensuring quality of service, priority and preemption as indicated in the 3GPP standards; the level of priority given to public safety entities and the methodology behind administering the level of priority; and the Respondent’s approach to ensuring public safety service plans and devices meet the public safety standards as described SOW section 4.4, “Public safety service plans and devices shall be in compliance with 3rd Generation Partnership Project Technical Specification 33.180. The Contractor’s public safety service plans and devices must perform to the most recent version of the standards described in TL-9000 Quality Management, ISO 9001, ATIS-100009 Overview of Standards in Support of Emergency Telecommunications Service, ITU-T Y.1271 framework on network requirements and capabilities to support emergency telecommunications over evolving circuit-switched and packet-switched networks.” Verizon Response Verizon’s public safety solutions are network integrated solutions with dedicated QoS Class Identifier (QCI) as required by the 3rd Generation Partnership Project (3GPP) standards to ensure voice and data are allocated the appropriate Quality of Service on the Verizon LTE network, combined with other advanced LTE network features such as Priority and Preemption, they provide priority on-demand communications to Public Safety users in times of network congestion. Mobile Broadband Priority allows customers to connect to the network with priority by leveraging a pool of radio resources dedicated to enable their connection. Mobile Broadband Priority identifies the user with an Access Priority setting, giving them higher priority for network access than lower Access Class users. Preemption automatically activates to provide approved personnel uninterrupted access to the network in those uncommon times when the network is fully utilized. 911 calls are never preempted. Describe the local control portal, as described in SOW section 4.3. Verizon Response Verizon’s Local Network Command is a tool that provides on-demand local control of pre-selected users’ network quality of service on a temporary basis. Local Network Command provides qualified agencies the capability to pre-select users to be temporarily uplifted on-demand during an incident. Local Network Command users get a temporary uplift of their QoS for data service for the duration of the incident. This uplift increases the priority treatment of data sessions through the Verizon network. The tool also provides the location of those users uplifted in a map for the duration of the incident. Once an agency has been approved to get the service, the agency needs to pre-select the users that will be up-lifted at the time of an incident and create authorized users to access the Local Network 3 Clarification. Established cellular industry and performance standards serve as the foundation for our engineering, design, operation and quality assurance programs. Verizon confirms that we are continually working to adhere and perform to 3GPP standards at all times. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 96 of 67 Attachment A: Statement of Work Mobile Communication Services Command Portal to be designated as Incident Commanders. Incident Commanders are authorized users that have access to the Local Network Command tool and have the capability to create and close incidents on the Local Network Command portal. In order to up-lift end-users service at the time of the incident, the incident commander must create an incident using the Local Network Command (LNC) tool and select the LNC enabled lines that will be up-lifted. Incident Commanders can select individual lines or a pre-defined group to be uplifted. Once a user profile is uplifted, the user profile will temporarily get an updated Quality of Service (QoS) for data traffic on the Verizon network for the duration of the incident. After the incident has been completed or the time allotted for the incident has expired, all the participant end-user profiles will be set back to their original default profile. 5. Business Operations All services can be direct ordered by the Customers via email, phone call, or the Contractor’s MCS portal. The Contractor shall also accept orders through CSAB and MFMP. Billing may be through CSAB or direct billed to the Customer. DMS shall make the final determination on which services are ordered and / or billed through CSAB, MFMP, direct ordered, or direct billed. This subsection is applicable to DMS-billed services, unless otherwise stated. 5.1 General Description of the SUNCOM Business Model In accordance with subsection 282.703(2), F.S., DMS has developed a system of equitable billings and charges for Customers. The CSAB system is the ordering, billing, incident management, and inventory system referred to in Chapter 60FF-2, F.A.C., that the Contractor is required to utilize. When Customers log-in to CSAB, they can perform the following functions: 1. Establish and maintain Customer accounts. 2. Manage billing accounts. 3. View a comprehensive list of available MCS offerings. 4. Place orders. 5. View their complete inventory of services and invoices with associated and detailed charges. For DMS-billed MCS accounts, the Contractor will bill DMS monthly for services rendered to all Customers and provide DMS with substantiating details in electronic files (for example, comma delimited). The Contractor will include in the substantiating detail charges with unique identifiers for each transaction (for metered services) and service account. 5.2 Communications Service Authorization and Billing Transaction Flowchart The Contractor will use seven (7) Business-to-Business (B2B) transactions between DMS and Contractor, as depicted on the next page: Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 97 of 67 Attachment A: Statement of Work Mobile Communication Services REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 98 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 99 of 67 Attachment A: Statement of Work Mobile Communication Services 5.3 Communications Service Authorization and Billing – Official Record CSAB is the authoritative source of all data. The CSAB system is the official record of the inventory and costs of SUNCOM services, including MCS. If the Contractor claims any inaccuracies in CSAB data, the data will be considered accurate unless substantially proven otherwise, at DMS’ sole determination. The Contractor shall not enable or ask DMS or Customers to input ordering and/or invoicing data into CSAB on behalf of the Contractor. 5.4 Communications Service Authorization and Billing - Interface with Contractor The Contractor may use Application Programming Interfaces (APIs) to implement transactions between CSAB and the Contractor. DMS will test and approve the interface prior to Contractor accepting orders for services and devices. The DMS preferred method is API; however, this is not mandatory. The following requirements apply with regard to the Contractor’s APIs with CSAB: 1. The Contractor’s API enables data transfer between CSAB and the Contractor’s system. 2. When data is sent from CSAB, the Contractor’s API must send back an acknowledgement to CSAB. 3. The Contractor’s API will perform functions automatically at near real-time. 4. The Contractor shall develop and maintain functional crosswalks between the Contractor’s system and CSAB, which maps the data elements in CSAB to equivalent data elements in the Contractor’s system. The Contractor will also support DMS’ efforts to create functional crosswalks. 5. It is the Contractor’s responsibility to ensure data has been received by CSAB, including resending data that has not been acknowledged by CSAB. 6. The Contractor shall provide a testing environment for quality assurance, accessible by DMS. 5.4.1 Batch Routines The second method the Contractor may utilize to implement transactions with CSAB is through batch routines, which are periodic exchanges of data files containing a large number of records. An example of a batch routine is monthly delivery of invoicing substantiation files (B2B-6), due to the large volume of data. 5.4.2 Manual Review and Data Entry by Contractor Staff The third method the Contractor may utilize to implement transactions within CSAB is by manual review and data entry. The Contractor can use CSAB screens to view a submitted order from a Customer and mark that order as fulfilled, rather than use B2B-3 and B2B-4 transactions. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 100 of 67 Attachment A: Statement of Work Mobile Communication Services The Contractor shall only use manual review and data entry as a method of last resort. The Contractor shall not use manual review and data entry for invoicing substantiation (B2B-6). 5.5 Communications Service Authorization and Billing Service Catalog MCS services and devices must be approved by DMS and entered into the CSAB Service Catalog prior to making them available for use or purchase by any Customer. DMS will have sole discretion over the CSAB Service Catalog and any updates. The Contractor shall use the following three (3) types of charges for the MCS services in the CSAB Service Catalog: 1. One-time charge: a single payment for a service or item (e.g., hardware installation). 2. Monthly charge: monthly fixed and recurring charge 3. Metered charge: incremental charge based strictly on usage of the service (e.g., data overage charges). The Contractor shall comply with the requirements of Chapter 60FF-2, F.A.C., in its use of CSAB. 5.6 Taxes and Government Sanctioned Fees The Department and Customers do not pay State or federal taxes. Taxes are defined here to include payments that the Contractor is required to collect by law and pay to public entities. Government-sanctioned surcharges and fees, if the Customer is not exempt, must be collected by the Contractor and may be payable by the State. A description of any new or modified government-sanctioned surcharge or fee must be provided to DMS for review and approval. If approved, the Contractor can then submit a request to update the CSAB Service Catalog. The standard process whereby the Contractor submits a request for inclusion of services in the CSAB Service Catalog and DMS approves them must be implemented for a new or modified surcharge or fee with the following additional requirements: 1. The catalog item must be tagged as a government-sanctioned surcharge or fee. 2. The description field provided by the Contractor must clearly identify the surcharge or fee. 3. The Contractor must provide the DMS Contract Manager with information sufficient for DMS to develop formulas that replicate the charges through calculations against invoicing substantiation data. The DMS Product Manager will approve the Contractor request if the update to the CSAB Service Catalog is in accord with the amendment. 4. The surcharge or fee must be billed at the inventory ID level and not billed as a lump sum. 5. The Contractor must give DMS advance notification of anticipated surcharge or fee changes with the DMS-approved effective date the charges will be incurred and the amount/percentage. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 101 of 67 Attachment A: Statement of Work Mobile Communication Services Non-government sanctioned surcharges and fees, such as activation fees and termination fees, are not chargeable under this Contract. 5.7 User Access Privileges for the Contractor The Contractor’s user CSAB access privileges must be approved and monitored by a Contractor- assigned CSAB Administrator. User access privileges allow the following functions: 1. Manually receive and closeout orders to the Contractor. 2. Review past orders submitted to the Contractor. 3. Review a robust set of inventory data for services provided by the Contractor. 4. Other access as allowed by DMS. DMS reserves the right to terminate CSAB user access privileges of any Contractor staff without cause or notice. 5.8 Work Orders Customer work orders are sent to the Contractor as B2B-3 transactions. The Contractor can log- in to CSAB as prompted by a CSAB email to see submitted orders. The Contractor is required to respond to the Customer with distinct B2B-4 fulfillment data for each item, or service, in a work order. Multiple item orders with only a single order number are not fulfilled until every item is delivered. Some key data elements in addition to CSAB-assigned Inventory ID are: 1. Order ID – identifies a request for one (1) or more items. This ID is associated with everything in a “shopping cart” when a Customer “checks-out.” 2. Work Order ID – is associated with each item request within an order that can be fulfilled separately from the rest of the order and requests action for one (1) Service Installation ID. 3. Installed Option ID – identifies the service, feature, or hardware from the CSAB Service Catalog that was requested in the work order. 4. Service Installation ID – identifies the service account resulting from order fulfillment. It is the unique inventory entry in CSAB and is equivalent to, but not the same as, distinct IDs used by Contractor to track status, usage and charges (e.g., circuit ID, phone number, hardware serial number, etc.). The Contractor is required to provide all of the required fulfillment data in CSAB. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 102 of 67 Attachment A: Statement of Work Mobile Communication Services The Contractor shall not charge the Department for any orders from which key fields data, installation dates, or disconnect dates are missing or incorrect. The effective bill date cannot be more than forty-five (45) days from the date the order is closed. Some orders will include configuration data, including IP addresses, to enable establishing closed user groups on MFN. 5.9 Inventory Every order, and many other actions related to MCS services, is permanently logged into CSAB. This inventory is a basis for DMS audits of Contractor charges; i.e., if a billed service is not in the inventory or the inventory shows it was not active during the invoicing period, DMS will dispute the charge. The CSAB inventory is also a useful tool for DMS, Customers, and Contractor to see what has been ordered, its status, location, cost, any associated comments, etc. CSAB inventory is structured around key data elements. Inventory records are not valid without these key fields. CSAB by default has primacy when there are discrepancies between the inventories of the Contractor and CSAB. The Contractor is required to maintain a corresponding inventory as a basis for invoicing DMS. Periodic reconciliation may be implemented between CSAB and the Contractor’s inventory through B2B-5 transactions, at DMS’ sole discretion. This will avoid waiting until the Contractor invoices DMS to discover these inconsistencies and having to resolve them through billing disputes. DMS will provide for an exchange of inventory data throughout the month using transaction B2B-4. There is no manual substitute for this process. 5.10 Invoicing Requirements The Contractor will invoice DMS for all fulfilled orders based on a calendar month with invoices and electronic details submitted to DMS. Attachment C, SLA-F1. Invoices to DMS will consist of: 1) invoices for payment on an unchangeable format (e.g., paper) that reflect the total wholesale charges for the month (referred to herein as a, “handbill”), and 2) electronic detail files that substantiate all billable services. The total of substantiated detail charges must match the payment requests on each of the handbills. All credits due must be reflected on the invoice within two (2) billing cycles after the credit has been determined. Attachment C, SLA-F2. Both the handbill and electronic files for the CSAB portion must be received no later than the 10th calendar day of each month, unless otherwise agreed with DMS in writing. 5.11 Electronic Substantiating Detail File The invoice substantiation file consists of electronic detail listing all billable services and activities with the CSAB Inventory ID necessary to be auditable bases for all charges. The detail file must include all charge data on one-time purchases, active service periods, and incremental activities. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 103 of 67 Attachment A: Statement of Work Mobile Communication Services All charges must be attributable to distinct identifiers for the services as negotiated in the CSAB Service Catalog, and each discrete charge must be distinguished by a service identifier. Metered charges must also include usage for each billing period (start and end). The file must be provided to DMS using a mutually agreed-upon, secured delivery method, and mutually agreed-upon format. 5.12 Audit of Contractor Invoices DMS will audit invoices to validate all charges against the current inventory of provided services and the prices associated with the CSAB Service Catalog. If the electronic substantiating detail provided by the Contractor contains some errors but: a) is complete (i.e., contains all of the required data elements); b) substantially corresponds with the CSAB inventory and CSAB Service Catalog; and c) matches the handbill, then DMS will send an audit exception report (B2B-7) to the Contractor detailing any disputed charges. At this time, this is a manual process. At any time during the Contract term, this may become an electronic process, at DMS’ sole discretion. DMS staff will request credits/debits for any audit exceptions on the current invoice and work with Contractor staff to reconcile charges and system data to resolve the exceptions within two (2) billing cycles from receipt of dispute. If Contractor has not resolved audit exceptions within two (2) billing cycles, the charges will be adjusted as determined by DMS. 5.13 Mandatory Interface with the Contractor All work orders will be submitted to the Contractor via CSAB or similar system as deployed by DMS. Direct billed Customers will interface solely with the Contractor. 5.14 Properly Authorized Work Orders No WDS will be provisioned unless the Contractor has a properly authorized work order submitted by DMS through CSAB. Direct billed Customers will interface solely with the Contractor. 5.15 General Billing Requirements The Contractor will maintain a detailed database that uniquely identifies each pricing component. The CSAB Service Catalog contains unit prices and all qualifiers that are applied to unit prices in order to create an unambiguous database of WDS billable line items. A specific billing code shall have only one (1) unit amount. 5.16 Billing Start The Contractor shall meet the following criteria to complete billing starts: Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 104 of 67 Attachment A: Statement of Work Mobile Communication Services 1. All bills should commence on the 1st and run through the end of the month based on the completion date, unless otherwise agreed by DMS in writing. Fractional charges are based on the effective bill date. 2. The Contractor cannot retroactively bill for services received before the, the start date of a Purchase Order in MFMP, or is otherwise ordered by the Customer. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this section. 6. Direct Ordering and Billing This section is applicable to WVS and certain approved WDS items. The Department has no obligation to assume payable commitments on behalf of SUNCOM or SUNCOM Customers in instances where a vendor or SUNCOM Contractor submitted an invoice directly to a SUNCOM Customer. The Contractor will accept orders from Customers for all WVS devices, rate plans, and services through MFMP. All direct-billing will be done in accordance with Rule 60FF-2.007, F.A.C. The Contractor will cooperate with the Department and MFMP (and any authorized agent or successor entity to MFMP) to deliver direct-billed WVS devices, rate plans, and services. The Contractor will work in cooperation with the MFMP vendor. All items available for purchase by any Customer that are listed on the most recent DMS-approved EUPL will be exhibited on the MFMP website as a catalog for Customers. The MFMP catalog shall be updated by the Contractor within one (1) Business Day of any updated EUPLs being posted on the Department’s website. By acceptance of an MFMP purchase order, the Contractor agrees to all MFMP terms and conditions. 6.1 Services and Devices Sold to Direct-Billed Customers The Contractor will not make any service or device available to any Customer that has not been approved by DMS. If a new service or device is approved, the Department will add the service or device to the EUPL and provide a SUNCOM price for the Contractor to market to Customers. The Contractor shall not display or represent any other prices to Customers. 6.2 Cost Recovery Rate The Contractor will charge Customers the established rates, plus the SUNCOM Cost Recovery Rate (CRR). The CRR will be included on all monthly-recurring Contractor’s charges and invoices. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 105 of 67 Attachment A: Statement of Work Mobile Communication Services The Department will be responsible for providing notification regarding the CRR to Customers. The Department will provide: i) notification on the MFMP website Punchout catalog, and ii) notification in a mutually agreeable format for OEUs not currently ordering through the MFMP website Punchout catalog. The Contractor shall provide the Department with the CRR on all services sold to Customers that are direct-billed. The CRR will be assessed on the monthly recurring charges after all discounts, adjustments, and credits are taken into account. Additional charges, including but not limited to devices, taxes, surcharges, or regulatory fees, will not be included in the assessment of the CRR. The Department may modify the CRR through a written amendment to the Contract with ninety (90) days prior written notice to the Contractor. If mutually agreed upon, modifications to the CRR may take effect earlier than the ninety (90) days. The CRR will be the same for all Contractors providing MCS. In the event that the Department authorizes a Contractor to collect a lower CRR than on this Contract, the Department will incorporate the lower CRR into this Contract via amendment. The Contractor shall have sixty (60) calendar days after the amendment effective date to charge the CRR on the direct-billed invoices. The Contractor will remit all funds collected pursuant to the CRR to the Department in the form of a quarterly check. The check will be accompanied with a complete Direct-Billed Quarterly Report. The check will be sent no more than forty-five (45) days after the end of the calendar quarter to cover the cost recovery amounts collected for the previous quarter. Attachment C, SLA-G1. Fees collected for the CRR will be thirty (30) days in arrears after the billing month in which the charges are invoiced on the direct-billed invoice. The Contractor will be required to remit funds associated with this requirement only when payment has been collected from the Customers that are direct-billed under this Contract. 6.3 Contract Association on Direct-Billed Accounts All direct-billed accounts established with Customers will include a corporate identifier for this Contract assigned by the Contractor in the billing system. 6.4 Monthly Reporting of Direct-Billed Accounts The Contractor will provide reporting and auditing in accordance with Rule 60FF-2.005, F.A.C. Additionally, the Contractor will provide the Department with an accurate Direct-Billed Monthly Report in an Excel format via e-mail of all direct-billed accounts including, but not limited to: the Customer’s billing account name, Customer corporate identifier, number of active lines, total amount of charges, and billing month. Attachment C, SLA-G2. This report will substantiate quarterly payments remitted to the Department. In the event a discrepancy is cited, the Contractor will have thirty (30) days from the date of bill close to provide the Department with the data necessary to reconcile the discrepancy. In the event the Contractor cannot substantiate the cited Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 106 of 67 Attachment A: Statement of Work Mobile Communication Services discrepancy, the Contractor will be responsible for payment of the disputed amount within thirty (30) days. Online reporting and auditing via the Contractor’s portal may be appropriate, if it meets the requirements of this subsection and the reporting can be exported and saved by the Department. The format of the report is subject to DMS final approval. 6.5 Quarterly Reporting of Direct-Billed Accounts On a quarterly basis, the Contractor will provide the Department a Direct-Billed Quarterly Report that aggregates utilization monthly reporting. Attachment C, SLA-G3. The report requirements are as follows: 1. The report must be in an Excel format sent via e-mail of all direct-billed accounts, which will include the Customers’ aggregate utilization (minutes, data, and text) and billed amount by device type and billing month. 2. The report must contain information sufficient for the Department to independently verify and validate by Customer the utilization and billed amount by device type and billed amount and the cost recovery due to the Department. 3. The aggregate utilization reporting will not identify CPNI, such as but not limited to account names, subscriber number, or End-user level information for direct-billed Customers. 4. Online reporting and auditing via the Contractor’s portal may be appropriate if it meets the requirements of this subsection and the reporting can be exported and saved by the Department. 5. The format of the report is subject to DMS final approval. 6.6 Customers Liability Direct-billed Customers are solely liable for any performance, duties, payments, and responsibilities generated by their use of this Contract, fiscal or otherwise. As stated in Rule 60FF- 2.007(3), F.A.C., “the Department has no obligation to assume payable commitments on behalf of SUNCOM or SUNCOM [Customers] in instances where a vendor or SUNCOM Provider submitted an invoice directly to SUNCOM [Customers].” No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this section. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 107 of 67 Attachment A: Statement of Work Mobile Communication Services Attachment A Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 108 of 67 Attachment A: Statement of Work Mobile Communication Services Verizon’s Experience Reply Verizon Wireless (“Verizon”) has the most reliable network utilized by public safety across the country. Our premier network is available in more than 500 markets and covers about 98% of the United States population with 2.4 million square miles of 4G long term evolution (“LTE”) network coverage and capacity. Over our advanced 100% fiber optic network, we provide Voice over LTE Wireless Priority Services, enhanced private network traffic management, and Push-To-Talk Plus with Land Mobile Radio interoperability. In sum, we deliver the best in class LTE network for public safety today. Verizon has many years of experience providing wireless communication services to public sector clients within the State of Florida. Additionally, we have provided point of contact information for agencies that have agreed to act as references for our wireless services. These agencies will determine what information they will share with you when contacted by the State. We estimate our market share for 2019 to be 37.8% of the U.S. wireless retail subscriber base [includes postpaid and prepaid subscribers; calculation based on top four carrier-reported numbers]. At the end of the third quarter of 2020, the total number of the population covered within our licensed U.S. territories was 329.1 million. Our 4G LTE network is available to more than 99 percent of the U.S. population and covers 326.1 million people over more than 2.6 million square miles. For additional information, please see the attached coverage map(s) in Section # or visit www.verizon.com/coverage-map It is important to look at coverage in terms of network reliability and the number of people who have wireless coverage within a given geographical area rather than the number of cell sites. Because of the improved spectral efficiency of the Orthogonal Frequency Division Multiple Access (OFDMA) technology used in 4G LTE network, we can serve a large population within a geographical area with higher voice quality and data speeds with a reduced number of resources. Our choice of the 700 MHz frequency as the basis of our 4G LTE network results in a longer range from the base station. The superior characteristics of the 700 MHz frequency range coupled with the use of MIMO (Multiple Input/Multiple Output) antennae will maximize the use of our existing network infrastructure while delivering high-speed, feature-rich services to our customers. Customized Approach Our robust network partner eco-system allows us to provide the right solution for the unique challenges that our first responders encounter daily. Today, we are solving first responder challenges: situational awareness, intelligent tracking and transport, energy management and community engagement. Our approach is performance based to achieve the best possible solution while ensuring that our government customers have the network, features, functionality, and reliability that they deserve. The current industry available technological options would be available to the State of Florida (“the State”). It is important to note that Verizon is committed to providing the services that Florida requires now and into the future. We believe in competition, thereby allowing industry and the marketplace to help establish the solution that can meet the objectives of the State including a technological architecture that would be cost effective, reliable, secure, and delivers the coverage and capacity needed by the State’s users. Please also refer to Verizon’s Public Safety FAQs included with this response for additional information. We understand your concerns over cost, network reliability, security, coverage, and expertise in supporting Florida wireless mobile telecommunication services. Verizon Wireless has years of experience designing, implementing, and operating a wireless network in Florida and across the US. In a marketplace where some of our competitors ask customers to compromise on network quality, we, at Verizon, are united in our belief that “better matters” and confident of the unique role we play in delivering all the benefits of the digital world to our customers. Our wireless devices, services and solutions easily integrate into existing IT environments, enabling organizations to use many of the applications and technologies they already have in place. Combining our solutions with existing technologies gives your end-users access to the applications they use the most, – enabling them to remain productive and efficient whether in the office or on the go. By combining a variety of devices, wireless access options and applications, Verizon can build wireless solutions to help public safety run more smoothly and efficiently. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 109 of 67 Attachment A: Statement of Work Mobile Communication Services Verizon’s Public Safety Core Verizon has built and operates its own Public Safety core dedicated to public safety communications. The network core manages and directs all communications functions, like network access and call routing. The dedicated public safety core operates separately from our commercial core and provides first responders with access to the company’s 2.4 million square mile 4G LTE network. We make priority access and preemption services available to public safety when necessary and at no charge. In addition, we have invested in new mission-critical 4G LTE voice communications to complement existing services such as Push-to-Talk Plus (“PTT Plus”). PTT Plus already includes interoperability with existing Land Mobile Radio networks. Our Commitment to Quality Our commitment to quality is evident in our ongoing investment in the expansion and enhancement of our network. We have invested more than $122 billion nationwide since 2000 to build and enhance our wireless network, and consistently earn top rankings from independent consumer reporting and testing institutions for network quality and performance. We strive to operate our wireless network at optimal performance levels so that we can continue our record of providing the most reliable nationwide wireless network. We continually test and evaluate network performance, and when service anomalies are detected, we take immediate steps to resolve or remediate the situation. Our maintenance organization staff members are distributed in centers across the country and have areas of expertise and responsibility, such as microwave, switch, cellular radio, power. They are also cross-trained to handle a wide variety of system maintenance issues - all in an effort to maintain service reliability. Our success in these efforts is evidenced by the fact that fewer than 2 percent of the calls placed on our wireless network are dropped or fail to initially connect - even during the busiest hours of the day - as well as by our continual subscriber growth. Network Performance Recognizing that reliable wireless service is critical to your business, Verizon has established extensive preventive maintenance measures, network monitoring and system backup capabilities. These measures, coupled with our internal performance processes, enable us to provide our customers with levels of wireless service reliability that distinguish us from other national wireless carriers. Two common service metrics used by the wireless industry to measure network performance are accessibility (ineffective attempts (IA) for voice calls or setup failures for data sessions) and retainability (lost calls [LC] for voice and dropped connections for data). Accessibility measures when a subscriber attempts to place a call or establish a data session and fails, and retainability measures calls or data sessions that are in progress but communication is interrupted by no overt act of the subscriber. While the industry uses these measures broadly to index call quality, we use one of the most stringent methods of applying these measurements. All reasons excluding landline network congestion are considered in arriving at the percentage figure that measures our wireless IAs. We have experienced great long-term success in attaining the goal of keeping the aggregate percentage of accessibility or retainability failures below two percent across all of our markets. While our competitors may report percentages that are similar to ours, the methods of measurement by which they arrive at this network performance result may vary from the stringent methods we apply. When measured on a monthly average across the entire Verizon-owned and -operated network, our wireless network service level goals are: ● Cell availability (total Verizon wireless network): — Cell availability is greater than or equal to 99.9% every month of calendar year ● Data: — Dropped connections (total Verizon wireless network): Less than or equal to 2 percent, reported nationally as a monthly average — Setup failures (total Verizon wireless network): Less than or equal to 2 percent, reported nationally as a monthly average ● Voice: — Lost calls (total Verizon wireless network): Less than or equal to 2 percent, reported nationally as a monthly average — Ineffective attempts (total Verizon wireless network): Less than or equal to 2 percent, reported nationally as a monthly average Independent third party engineers conduct approximately eight million tests annually of our network, along with Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 110 of 67 Attachment A: Statement of Work Mobile Communication Services other national wireless carriers' networks, while traveling almost 500,000 miles across all 50 states and the top 125 urban markets. The tests are a combination of voice, data and text in order to mimic real world users’ experience. Each test is analyzed as for the ability to access the network and complete the given task. For voice calls, they are classified as either a successful call, an ineffective attempt (a call that is blocked) or a lost call (a call that connects, but drops). Data testing includes large file downloads, uploads and smaller file downloads. The results are then published and analyzed by Verizon engineers to analyze all failures. Voice network reliability test results have consistently shown that the number of ineffective attempts for our national network, in major metropolitan centers and some remote areas, is lower than for any other national carrier. Test results also indicate that voice calls that connect on our network are more likely to stay connected for the duration of the call. Similarly, the data network reliability test results establish that we have the nation's most reliable wireless 4G LTE network, successfully setting up a higher percentage of data sessions than any other national carrier, and successfully completing a higher percentage of tasks during those sessions. In addition to the strenuous third party drive collection, Verizon also leverages many other data sets to ensure that the network continues to perform at the highest level. This includes additional third party information as well as internal Network KPIs that are constantly monitoring the performance of the network. Business Continuity Verizon has taken many steps to prevent outages from affecting our wireless customers. Our emergency response capabilities have been tested and proven during many difficult situations including wildfires, tornadoes, flooding and hurricanes. Our Network Our reliable network is a combination of strong technology and capable employees. Network operations teams across the country conduct exercises each year to confirm team members have access to contacts, systems, tools, and suppliers to resolve the impact if any disruption occurs. These teams are empowered to identify and implement ways to make our network stronger, more efficient, and available for our customers when they need it, even during natural disasters. Thanks to these efforts and ongoing preparations and investments, our network has stayed strong – even through the natural disasters of past years – while other communication networks often were adversely impacted or failed. We provide voice and data service through a sophisticated wireless network consisting of dozens of switching systems and thousands of base stations throughout our cellular footprint. Many critical network systems are located in geographically diverse locations. The most critical systems provide un-interrupted service to customers, even if one location is damaged. These systems are designed to automatically fail-over to an alternate location with minimal, if any, impact to customers. These systems are tested at least annually as part of the Business Continuity/Disaster Recovery program, and in many cases are tested more frequently to maintain reliable service. Many critical circuits in our network infrastructure are provisioned with special priority. This is intended to ensure that in the event of a disruption, these circuits are repaired as quickly as possible. The costs for this service are just one part of our significant ongoing investment in network reliability. Mobile Switching Center (MSC) The loss of a MSC is one of the most serious of possible scenarios. Each MSC is protected by automatic power backup systems, by automatic fire-suppression systems, and by physical security systems and alarms. In each MSC, network operations personnel routinely backup system data for the switch itself and the peripheral systems. Automated backup routines are supplemented with scheduled manual backup routines and off-site storage of critical data. Cell Site We have thousands of cell sites across our nationwide network to provide the desired level of service, both in terms of capacity and quality of service. We continue to increase the density of our cell sites, often through small-cell locations, which can provide overlapping coverage and reduce impact to our customers if an individual cell site is damaged or disrupted. Despite the large number of sites, we still take the loss of a single cell site seriously. Cell sites are protected by automatic fire detection systems, by physical security systems and alarms, and most have automatic power backup systems, including batteries and generators. Through arrangements with our suppliers, any major components of a cell site, up to and including the building and tower, become an immediate priority restoration effort on the part of both Verizon and our suppliers. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 111 of 67 Attachment A: Statement of Work Mobile Communication Services Service Protection and Restoration Strategies Service protection and restoration strategies are an integral part of our wireless network management. MSCs, Network Data Centers, and cell sites are automatically and continuously monitored for numerous factors, from call processing to room temperature. All MSCs and cell sites have battery backup and most cell sites have permanent generators. We also maintain and utilize a fleet of dozens of Cell on Wheels (COWs) and Cell on Light Trucks (COLTs), and Generator on a Trailer (GOATs) that can be rolled into hard-hit locations or areas that need extra network capacity. In addition, we also maintain towers on wheels and portable generators. We have implemented Telecommunication Service Priority (TSP) capabilities on critical backhaul circuits, which provide priority service restoration if a circuit is disrupted. Monitoring and Alarm Systems We have two geographically diverse Network Operations Centers (NOCs) that monitor all facilities, cell sites and switches across our nationwide network. These NOCs are staffed 24x7 with experienced personnel who work closely with the regional field operations teams and with suppliers to coordinate and expedite the restoration of service in the event of outages. We have set up alarms for critical components at the cell sites and the MSCs. These send prioritized alarms and detailed data to the MSCs and NOCs. The detail includes identification of any malfunctioning module and the component responsible. Alarms are coded with varying degrees of priority, so that minor problems do not obscure critical problems from a technician's attention. The code also helps the technician determine how quickly the problem must be addressed. Response Time In the event of an alarm or other failure indicator, our personnel will be dispatched to the cell site, MSC, or Data Center with a standard set of spare parts and repair equipment, in addition to other parts and equipment that are indicated by the nature of the alarm and failure. Maintenance personnel provide ongoing support for our equipment and facilities to minimize the possibility of disruptions and to verify proper performance. We work closely with our suppliers to see that we have access to their engineering personnel and replacement equipment when required. We also have the ability to dynamically reroute traffic over our backbone network to address switch, microwave, interconnection problems, or capacity issues. Respondents Experience While Verizon Wireless is truly a 21st century company, the mergers that formed Verizon were many years in the making, involving companies with roots that can be traced to the beginnings of the telecommunications industry in the late 19th century. Verizon Wireless has been in business since 2000; however, the companies that merged to form Verizon Wireless had been in business for an average of 15 years. Verizon Wireless has more than 120.3 million wireless retail connections (September 30, 2020). We provide wireless service to organizations of all sizes including small businesses, Fortune 500 corporations, including federal, state and local governments. We also have considerable experience providing service to entities with subscriber lines in excess of 10,000. Additionally, we have included point of contact information for entities that have agreed to act as references for our wireless services. These entities will determine what information they will share with you when contacted by DMS. Please refer to completed Form 6 - Business Experience included in this response. Software Support: Third Party Solutions We offer an array of mobile business solutions from our strategic technology partners (Third-Party Solution), giving organizations access to some of the industry’s most innovative products and services, with the added benefit of enabling customers to consolidate their mobility spend on a single bill. Enterprise Management Solutions IBM MaaS360 with Watson IBM MaaS360 with Watson is a trusted enterprise mobility management (EMM) solution that makes working in a mobile world simpler and more secure. It uses powerful mobile device management with comprehensive, integrated protection to enable applications, content, email and devices, without compromising the user experience, data security or privacy. IBM MaaS360 is the first EMM to integrate Machine-Based Learning/Artificial Intelligence into the EMM suites via Watson. IBM MaaS360 with Watson delivers insights and analytics to make it faster, easier and more effective to manage and secure endpoints, their apps, data and content. Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 112 of 67 Attachment A: Statement of Work Mobile Communication Services MobileIron MobileIron provides Enterprise Mobility Management (EMM) security and solutions for Mobile Application Management (MAM), Mobile Content Management (MCM) and Mobile Device Management (MDM), meeting the needs of small, medium or large enterprise customers. MobileIron EMM: Security Management Solutions Asavie Moda Asavie Moda is a mobility service that optimizes employee productivity and gives businesses control and visibility to ensure a safe mobile internet experience. It is a network-based solution that enables businesses to manage security and productivity along with rich reporting insights on all their mobile devices. Lookout Mobile Endpoint Security Lookout Mobile Endpoint Security helps organizations prevent data loss and leakage via mobile devices by delivering advanced security and comprehensive policy-based protection against the spectrum of mobile risk. Lookout empowers your organization to adopt secure mobility across personal and corporate owned devices without compromising productivity, employee privacy or user experience. NetMotion Software NetMotion’s software solutions improve the performance, visibility and security of your mobile enterprise. NetMotion software gives your IT team the tools to monitor and dynamically make decisions using real-time data and analytics. NetMotion software has helpful management features Samsung Knox The Samsung Knox is a defense-grade security platform built into the latest mobile devices. This enterprise solution allows companies to secure, manage and customize their Samsung devices using one platform. It offers a cloud-based platform that enables users to remotely set corporate device policies and security measures, configure apps and user access, and activate/deactivate devices. Knox Workspace. Collaboration and Productivity Solutions BlueJeans The BlueJeans video collaboration platform helps you modernize today’s meetings to better meet the needs of today’s workforce. It gives employees video conferencing solutions that enable them to virtually meet and communicate at a moment’s notice with teammates, partners and customers. Moreover, BlueJeans’ Smart Meetings technology includes in-app intelligence to capture the most important discussion points, assign action items, and quickly replay meeting highlights to help bolster the effectiveness of each meeting. BlueJeans empowers fast and easy face-to-face communications, using video conferencing solutions to help bring people closer together for more effective collaboration. The platform combines high-quality audio, HD video and web-conferencing capabilities for cloud-based meetings or large interactive events. The BlueJeans video conferencing platform features a number of tools that help make it easier for workforces to communicate and collaborate virtually anywhere and anytime – simply, easily and securely. doForms doForms is a mobile data collection platform that provides a paperless solution for business customers. With easy form customization, doForms captures information such as GPS location, job dispatch and scheduling, mobile payment and inventory management with barcode scanning options. doForms has pre-built vertical-based solutions for healthcare, field services, transportation and retail. GoCanvas GoCanvas is a platform for creating and editing your own mobile app (forms) which enable users to capture information electronically on a smartphone, tablet or PC and send it to customers, colleagues or partners in seconds. GoCanvas facilitates the elimination of paper forms and increases productivity through mobile apps on just about any mobile device. GoCanvas App Store houses over 20,000 free mobile form templates including invoices, checklists, inspection apps, other common business documents and apps for specific verticals including Construction, Retail, Distribution, Healthcare and Professional Services. Businesses can customize existing applications or create their own. GoCanvas also enables you to generate high quality, professional PDF files to automatically send to your customers. Intrepid Networks Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 113 of 67 Attachment A: Statement of Work Mobile Communication Services Intrepid Networks’ integrated mobile platforms are designed for Law Enforcement, Emergency Management, EMS, Fire and Rescue teams, as well as any team requiring coordination between disparate team members. The Intrepid Response package provides the entire team with a real-time, easily accessible, common operational picture. Providing next-gen situational awareness is what makes Intrepid Network’s suite of products the ultimate resource for coordination beyond visual range while providing greater front-line intelligence. Intrepid’s situational awareness apps can also fit a number of private sector business critical security needs. For example, they can be used for event management and crowd control at major sporting events, dignitary visits or other events that have integrated response teams who need to know what’s happening at any given time. These teams also want to know where each team member is located and be able to share vital information as needed. Private and corporate security organizations can also benefit from similar requirements. Other private sector uses include infrastructure protection, where teams are assigned as security or emergency responders to protect important buildings and structures, such as hospitals, nuclear reactors and oil refineries. Verizon Mobile Device Management Verizon Mobile Device Management (MDM) is a Verizon-branded management portal that integrates Verizon differentiated services into a unified and intuitive customer experience. Verizon’s MDM solution features Enterprise Firmware Over the Air (FOTA) Management, Device Diagnostics for Verizon Wireless customers, Broadband Mobile Hotspot Management, and Unified Endpoint Management. Verizon’s Business and Government Customer Operations (BGCO) teams handle support for ordering licenses and billing. However, Verizon Wireless is not the licensor of the mobile business solution. Customers obtain any license directly from the applicable Third-Party Solution provider. Customer support for Third-Party Solutions may be obtained directly from the Third-Party Solution provider or by calling Verizon Wireless technical support. The BGCO provides basic Tier 1 support, which may include set up and how to use, before advising customers to contact the Third-Party Solution provider directly. BGCO support can be reached at 800-922-0204. If the BGCO determines that an inquiry is not one concerning Equipment or Wireless Service, BGCO support may transfer the service request to appropriate Third-Party Solution representatives. Device Support Device Training Your employees can learn about device hardware, software applications, email setup and Smartphone maintenance on their own schedule through our Online Learning Center sessions. There are recorded and/or live sessions available presented via Adobe Connect software. The Online Learning Center can be accessed at https://www.verizon.com/support/simulators/ . Device Warranty As part of the wireless device equipment package, your employee will receive the manufacturer’s equipment warranty, typically one year in length. Whether or not a new device is defective out of the box, your corporate-liable end users may return wireless equipment purchased from us for any reason within 30 days of the original date of purchase. 31 Days to 12 Months If a device is found to be defective more than 30 days but less than 12 months after the purchase date, and the malfunctioning device is still within the manufacturer’s warranty period, you may obtain a Certified Like-New Replacement device in exchange for the defective unit at no charge. The remaining unused term of the original manufacturer equipment warranty or a total of 90 calendar days, whichever is greater, will transfer to the exchanged unit. 13 Months to 23 Months If the defective device is beyond the manufacturer’s warranty period, we will offer a Certified Pre-Owned device for purchase. 24 Months or More If a device is found to be defective 24 months or more after the purchase date, and is not covered by an equipment protection program, unless otherwise provided in your agreement, your Government Subscribers will be eligible to upgrade at your discounted corporate equipment price at the end of a two-year agreement. Several equipment protection programs are available for an additional monthly fee. Staffing and Support Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 114 of 67 Attachment A: Statement of Work Mobile Communication Services Key Staff Positions As an incumbent service provider to the State, Verizon’s experienced account support team understands the State’s unique requirements and provides an experienced team (inclusive of local staff) to proactively meet its needs and address any issues or concerns which may arise. The following table describes the key staff qualifications of the support team for State of Florida: Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 115 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 116 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 117 of 67 Attachment A: Statement of Work Mobile Communication Services Verizon must retain discretion and control over assignment of account management, customer support or other such Verizon personnel. Our prospective employees are investigated and reviewed to determine whether they merit employment at the positions for which they applied. All such information remains confidential and shared with third parties only on a need to know basis. Our employees are covered by the Verizon Code of Conduct, which can be provided for your review upon request. At any time, you may provide feedback to us regarding the skills, qualifications and performance of any member of the account management team. We will make every effort to notify you of any changes in your account team. In the event of any change to any member of your account management team, we will work with the DMS towards achieving a smooth transition. Additional account support procedures are available in the event of personnel change. In addition, you can use escalation procedures as well as the cross-trained skills and experience of many account support personnel. We may review any recommendations from you, as allowed by law, that will assist us in placing a Client Partner or Account Manager with the appropriate skills to support your account initiatives. Although our goal is continuity of the Verizon account team, we cannot guarantee that changes in personnel and staffing assignments will not occur during the term of your contract. The structuring of the Business and Government Customer Operations organization enables all members of the Business and Government Customer Operations organization to be cross-trained on all accounts with the goal of each customer receiving the same comprehensive professional customer service. Account Team Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 118 of 67 Attachment A: Statement of Work Mobile Communication Services As an incumbent service provider to the State, Verizon provides an experienced account support team, inclusive of local staff to proactively address any issues or concerns which may arise. The Verizon Account Team Since 2004, Verizon has used a dedicated government sales and support model for all government sales in the state of Florida. The team is solely dedicated to state and local government and specifically trained in government contracting, ethics and compliance. This team provides local frontline sales and support to public safety, state, and local government as well as local EOC support during times of crisis. Today the team consists of over 40 employees living in Florida with a combined 240 years of experience supporting the State of Florida Department of Management Services Wireless Contracts with Verizon. Account Manager: Tom Madden, Government Client Partner, Public Sector, Verizon Business Group, As an incumbent Service Provider to the State Verizon’s proposed Account Manager, Tom Madden, has served in this required key staff position and is well versed in DMS’ requirements. Tom’s credentials and 25 years experience meet or exceed all of DMS’ requisite qualifications. Upon contract award, Tom will continue to fulfil the role of DMS’ primary point of contact and full-time Account Manager for all MCS services provided under the resulting new Contract The Account Manager for DMS under the State contract will serve as senior manager and primary contact, with responsibility for all day-to-day MCS issues, and the coordination and resolution of all MCS activities. These duties may include but are not limited to; overseeing account activity, discussing wireless communications objectives, as well as addressing any issues or concerns with the appropriate level of management (as necessary) working in concert with the rest of your support team. The Account Manager will continue to serve as the lead on account development, training, demonstrations, product updates, pricing, and statewide contract management. The Account Manager (or designated backup(s)) will be available twenty-four (24) hours a day, 365 days of the year to support the State’s needs. Please refer to the resumes included with this response for further details. Saikham Baccam,Coordinator – Business Operations / Direct Account Support Rep Verizon Business Operations manager Saikham Baccam,Coordinator – Business Operations / Direct Account Support Rep is responsible for sales and customer support for government accounts within an assigned geographic territory. Expertise includes consultative support, sales presentations, training, problem resolution, and calling plan analysis. Provides follow-up training for new customers, handles equipment issues, performs rate plan analysis, explains billing and interacts with the Government support center on customer service issues. Please refer to his resume included below for additional detail. Customer Support Team The Business Government Customer Operations (“BGCO”) team assigned to the State of Florida is determined by the geographical area of your headquarters location and can be reached toll-free at 800-922-0204. In the event your employees seek assistance after your BGCO team’s hours, our standard full-service wireless Customer Care team is available from 8 AM - 9 PM, Monday through Saturday, and 8 AM - 5 PM on Sunday, in each time zone. Customer Care can be reached toll free at 800-922-0204 and airtime-free at *611 from the wireless device. These Customer Care representatives are not specifically trained to support our government accounts, but can address many of your employees’ inquiries. If you are experiencing a technical issue with your service or equipment, our wireless technical support staff is available 24/7, 365 days of the year and can be reached toll free at 800-922-0204. Your authorized contact also has the option of contacting your Global Enterprise Advisor/Account Manager for assistance in managing your account. Please refer to the table above for additional information regarding the qualifications and experience of the team assigned to support the DMS contract. End User Training and Support Your Verizon account team can create a training program with your assistance and guidance. This training program could include on-site training at locations across the country, online training currently available by device/application at www.verizonwireless.com and webinars as needed to ensure your employees are comfortable with their new devices and services. On mutually agreed upon days and times, a Verizon account team member can be assigned to your organization’s location for additional support and training of your Government Subscribers at no additional charge. If equipment is delivered by a Verizon representative, the account team member can review the basic features of the device, as well as any service features you may be receiving. Alternatively, if equipment is shipped to your organization, your Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 119 of 67 Attachment A: Statement of Work Mobile Communication Services employees always have the ability to contact their account team member in order to receive additional information on any features or services. Please note, your employees can learn about device hardware, software applications, email setup and Smartphone maintenance on their own schedule through our Online Learning Center sessions. There are recorded and/or live sessions available presented via Adobe Connect software. The Online Learning Center can be accessed at https://www.verizon.com/support/simulators/ . Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 120 of 67 Attachment A: Statement of Work Mobile Communication Services Organizational Charts Leadership SouthEast Region Government Sales Support Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 121 of 67 Attachment A: Statement of Work Mobile Communication Services North/Central Florida Government Sales Support Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 122 of 67 Attachment A: Statement of Work Mobile Communication Services North/Central Florida Government Sales Support Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 123 of 67 Attachment A: Statement of Work Mobile Communication Services North/Central Florida Government Sales Support Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 124 of 67 Attachment A: Statement of Work Mobile Communication Services South Florida Government Sales Support Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 125 of 67 Attachment A: Statement of Work Mobile Communication Services South Florida Government Sales Support Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 126 of 67 Attachment A: Statement of Work Mobile Communication Services Solutions Architects Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 127 of 67 Attachment A: Statement of Work Mobile Communication Services Solutions Engineer Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 128 of 67 Attachment A: Statement of Work Mobile Communication Services Business Government Customer Operations Support Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 129 of 67 Attachment A: Statement of Work Mobile Communication Services Letter of Bondability Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 130 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 131 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 132 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 133 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 134 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 135 of 67 Attachment A: Statement of Work Mobile Communication Services Contract No.: DMS-19/20-006C Attachment B - Final Statement of Work DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Attachment C Final Service Level Agreements (SLAs) Contract No.: DMS-19/20-006C Page 1 of 12 Attachment C: Final Service Level Agreements Service Category SLA Number Deliverable Title Performance Metric Financial Consequence All calendar days, unless otherwise stated Additional SLA Clock Information Financial Consequences are capped at 4% of the annual revenue. This cap shall exclude all Project Management SLAs (i.e., SLA-D1 through D9). Contractor Staffing SLA-A1 Staffing Positions a) Key staff positions will be filled within sixty (60) days from Contract execution, in accordance with SOW subsection 2.1 b) Key staff positions will be filled within one hundred and twenty (120) days of vacancy or within the timeframe established by the Department after a waiver of the one hundred and twenty (120) day requirement, in accordance with SOW subsection 2.1 a) $250 per day, per vacancy b) $250 per day, per vacancy c) $250 per day, per incident a) Should DMS invoke the right to review candidates for key staff positions, the SLA clock will be suspended during the DMS review. b) Should DMS invoke the right to review candidates for key staff positions, the SLA clock will be suspended during the DMS review. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 2 of 12 Attachment C: Final Service Level Agreements c) DMS must receive a notification of a vacancy of a key staff position within fourteen (14) days of the vacancy, in accordance with SOW subsection 2.1 c) N/A SLA-A2 Final Staffing Organizational Chart The final Staffing Organizational Chart shall be submitted to the Department no later than thirty (30) days from Contract execution, in accordance with SOW subsection 2.1 $250 per day The clock stops when an acceptable final Staffing Organizational Chart is provided to DMS. The SLA clock is on hold while DMS reviews. Services and Devices for Mobile Communication Services SLA-B1 Network-to-Network Interconnection Failover Failover successfully accomplished within 500 seconds, in accordance with SOW subsection 3.6 5% of the affected end users’ monthly recurring costs (MRC) The SLA is measured by the Contractor’s equipment or system logs. The SLA clock starts when the logs indicate the loss of interconnectivity. The SLA clock stops when the interconnection with MFN operates without any loss of performance compared to the interconnection performance prior to failover. In the event there is an IP connectivity failure DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 3 of 12 Attachment C: Final Service Level Agreements caused by the Contractor’s primary IPSec VPN appliance, the Contractor’s network shall failover to their secondary IPSec VPN appliance to maintain connectivity to MFN. The failover in any case shall be accomplished within five-hundred (500) seconds. The failover shall be governed by the BGP routing protocol operating between the MFN and Contractor devices or other as agreed upon by DMS. The financial consequence shall be charged to the Contractor if their primary and secondary VPN appliances fail simultaneously or other Contractor network event which causes a total outage or the VPN appliance failover does not occur in the specified time. The Contractor shall be exempt from this SLA DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 4 of 12 Attachment C: Final Service Level Agreements if the MFN primary and secondary VPN appliances fail simultaneously. SLA-B2 Network-to-Network Interconnection Performance Upgrade with MyFloridaNet Required capacity upgrade must be completed within sixty (60) days, in accordance with SOW subsection 3.6 $2,000 per day The SLA clock starts when an upgrade is needed as shown and documented by the Contractor. The SLA clock is on hold during DMS verification of the upgrade. The SLA clock stops when the required capacity upgrade has been accepted by DMS. SLA-B3 SLA Compliance Report The report will be provided monthly, two (2) Business Days before the monthly operational meeting, in accordance with SOW subsection 3.18.5 $250 per day The clock stops when an acceptable SLA Compliance Report is provided to DMS. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 5 of 12 Attachment C: Final Service Level Agreements The SLA clock is on hold while DMS reviews. SLA-B4 Escalation Activity Report The report will be provided monthly, two (2) Business Days before the monthly operational meeting, in accordance with SOW subsection 3.19.1 $250 per day The clock stops when an acceptable Escalation Activity Report is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-B5 Zero Usage Report The report will be provided quarterly and provided two (2) Business Days before the January, April, July, and October monthly operational meeting, in accordance with SOW subsection 3.19.2 $250 per day The clock stops when an acceptable Zero Usage Report is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-B6 Escalation Procedure Development and Updates Developed within thirty (30) days of Contract execution, in accordance with SOW subsection 3.19.3 and section 4. Updated within three (3) Business Days of email notification from DMS. $250 per day until developed or until updated The clock stops when an acceptable Escalation Procedure Development and Updates are provided to DMS. The SLA clock is on hold while DMS reviews. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 6 of 12 Attachment C: Final Service Level Agreements SLA-B7 Notification, Planned Maintenance Notification of any planned maintenance must be received twenty- four (24) hours prior to any planned maintenance, in accordance with SOW subsection 3.19.4 and section 4. $250 per failure to timely notify The SLA is measured by the Contractor’s logs and emails. The SLA applies automatically twenty- four (24) hours prior to any planned maintenance for which notice is not provided. SLA-B8 Notification, Emergency Maintenance Notification received at least thirty (30) minutes prior to the emergency maintenance, in accordance with SOW subsection 3.19.4 and section 4 The Contractor shall send a notification to DMS communicating the wireless services is not available in a generalized area, specific to switch locations, within Florida which includes an estimated time for service restoration (if available) within five (5) hours (maximum) from the outage start time. The SLA shall be measured and verified by the Contractor’s system. $250 per failure to timely notify The SLA is measured by the Contractor’s logs and emails. The SLA automatically applies thirty (30) minutes prior to any emergency maintenance for which notice is not provided. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 7 of 12 Attachment C: Final Service Level Agreements SLA-B9 Notification, Unplanned Outage Notification received within sixty (60) minutes after the discovery of unplanned outage impact, in accordance with SOW subsection 3.19.4 and section 4. The Contractor shall send within sixty (60) minutes (minimum) an electronic notification which informs DMS of an unplanned outage which includes the date, time, and estimated duration of the maintenance. The SLA shall be measured and verified by the Contractor’s system. $250 per failure to timely notify The SLA is measured by the Contractor’s logs and emails. The SLA automatically applies sixty (60) minutes after discovery of unplanned outage impact for which notice is not provided. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 8 of 12 Attachment C: Final Service Level Agreements SLA-B10 Migration of Existing MCS Customers Customer migration will be completed for State agencies within one- hundred and twenty (120) days of completion of the Services Infrastructure Checklist, and will be completed for current MCS OEU Customers within one-hundred and eighty (180) days of completion of the Services Infrastructure Checklist in accordance with SOW subsection 3.23 $3.00 per day, and per wireless data/voice device, until completed The SLA clock stops for incumbent Contractors when all State agency End-users are identified as either migrated or no longer receiving services from the Contractor. Contractor Meetings with DMS SLA-C1 Project Management Monthly Review Meeting A Project Management Monthly Review Meeting must be conducted within fifteen (15) days upon Contract execution and monthly thereafter, in accordance with SOW subsection 3.25.3. $250 per day The SLA clock is on hold if the Department requests the meeting be delayed or cancelled. SLA-C2 Project Implementation Phase - Project Kickoff Meeting A Project Kickoff Meeting must be conducted within thirty (30) days upon Contract execution, in accordance with SOW subsection 3.25.4. $250 per day The SLA clock is on hold if the Department requests the meeting be delayed or cancelled. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 9 of 12 Attachment C: Final Service Level Agreements SLA-D1 Project Management Plan A Project Management Plan is due within six (6) weeks of Contract execution, in accordance with SOW subsection 3.26.1.2 $250 per day The clock stops when an acceptable Project Management Plan is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-D2 Disaster Recovery Plan A Disaster Recovery Plan is due within three (3) months of Contract execution, in accordance with SOW subsection 3.26.1.7 $500 per day The clock stops when an acceptable Disaster Recovery Plan is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-D3 Project Status Reports Project Status Reports must be submitted within two (2) weeks after the Project Kickoff Meeting and every two (2) weeks thereafter, in accordance with SOW subsection 3.26.2.3 $250 per day The clock stops when an acceptable Project Status Report is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-D4 Guides Guides must be provided within three (3) months of Contract execution and within one (1) week, or as otherwise specified by DMS, upon requested updates, in accordance with SOW subsection 3.26.3 $250 per day The clock stops when acceptable Guides is provided to DMS. The SLA clock is on hold while DMS reviews. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 10 of 12 Attachment C: Final Service Level Agreements SLA-D5 Project Closure Documentation Project Closure Documentation must be provided within one (1) month from the close of the Project Implementation Phase, in accordance with SOW subsection 3.26.4 $250 per day The clock stops when acceptable Project Closure Documentation is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-D6 Implementation Plan A Project Implementation Plan must be provided within six (6) weeks of Contract execution, in accordance with SOW subsection 3.26.5.1 $1,000 per day The clock stops when an acceptable Implementation Plan is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-D7 Incumbent Contractor Weekly Migration Report An Incumbent Contractor Weekly Migration Report is due each week during implementation, in accordance with SOW subsection 3.26.5.1.b $1,000 per day The clock stops when an acceptable Incumbent Contractor Weekly Migration Report is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-D8 Individual Customer Specific Migration Plans Individual Customer-Specific Migration Plans must be provided within four (4) weeks of written notification of the requirement, in accordance with SOW subsection 3.26.5.2 $250 per day The clock stops when an acceptable Individual Customer Specific Migration Plans is provided to DMS. The SLA clock is on hold while DMS reviews. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 11 of 12 Attachment C: Final Service Level Agreements SLA-D9 Services Infrastructure Checklist The Services Infrastructure Checklist must have all items completed and be accepted by the Department and the Contractor within the timeline agreed to in writing in the Implementation and Migration Plan, in accordance with SOW subsection 3.27 $5,000 per day The clock stops when the Services Infrastructure Checklist is complete. The SLA clock is on hold while DMS reviews. Public Safety SLA-E1 Public Safety Service Plans and Devices Report The Public Safety Service Plans and Devices Report will be provided monthly, two (2) Business Days before the Monthly Operational Meeting, in accordance with SOW section 4.7 $250 per day The clock stops when an acceptable Public Safety Service Plans and Devices Report is provided to DMS. The SLA clock is on hold while DMS reviews. Business Operations SLA-F1 Invoicing to DMS Complete and accurate invoices to DMS must be submitted no later than the 10th calendar day of the month for services in arrears, in accordance with SOW subsection 5.10. This excludes Direct-Billed Accounts. $250 per day The SLA clock stops when the timestamp for when the proper electronic billing file is submitted to the Department. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Contract No.: DMS-19/20-006C Page 12 of 12 Attachment C: Final Service Level Agreements SLA-F2 Application of Billing Credits Apply each credit by the second available billing cycle after the credit has been determined, in accordance with SOW subsection 5.10 This excludes Direct-Billed Accounts. $750 per day The SLA clock stops based upon the timestamp for when the complete and accurate electronic billing file is submitted to the Department. Direct Ordering and Billing SLA-G1 Cost Recovery Payment to DMS An electronic Cost Recovery Payment will be provided within forty-five (45) days after the end of the calendar quarter to cover the fees collected for the previous quarter, in accordance with SOW subsection 6.2 $750 per day The SLA clock stops the date the check is deposited into the DMS account. SLA-G2 Direct-Billed Accounts Monthly Report A Direct-Billed Accounts Monthly Report will be provided no later than the 30th of the month on all direct-billed accounts, in accordance with SOW subsection 6.4 $750 per day The clock stops when an acceptable Direct-Billed Accounts Monthly Report is provided to DMS. The SLA clock is on hold while DMS reviews. SLA-G3 Direct-Billed Accounts Quarterly Report A Direct-Billed Accounts Quarterly Report will be provided no later than the 30th of the month on all direct-billed accounts, in accordance with SOW subsection 6.5 $750 per day The clock stops when an acceptable Direct-Billed Accounts Quarterly Report is provided to DMS. The SLA clock is on hold while DMS reviews. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 1 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Contract No.: DMS-19/20-006C Attachment D, Exhibit 1 – Vendor’s Services and Discount Pricing Definitions Access Discount: Government Subscribers are eligible for a 23% access discount on qualified plans and features where noted. Accessory Discount. Government Subscribers are eligible to receive a 25% discount from the retail price of qualifying accessories. Discount Eligible Data Feature(s): Any generally available Verizon Wireless data feature with a monthly access fee of $24.99 or higher, added to an Eligible Calling Plan, that does not prohibit discounts. Discount Eligible Plan(s): Any generally available Verizon Wireless voice, data or M2M plan with a monthly access fee of $34.99 or higher that does not prohibit discounts. Early Termination Fees (“ETF”): ETFs are waived for Government Subscribers. Equipment: Wireless telephones, data modems and similar devices and ancillary accessories used in conjunction with Wireless Service. Government Subscriber: An employee of Customer utilizing Wireless Service whose account is set up in Customer’s name and for which Customer bears payment responsibility. Machine to Machine Service (“M2M Service”): M2M refers to use of the Wireless Service for the transmission of data between wireless devices and computer servers or other machines, or between select wireless devices, with limited or no manual intervention or supervision. M2M Line(s): An individual line of M2M Service used under this Pricing and Equipment Proposal which is set up in Customer’s name and for which Customer bears responsibility. Network Speeds on the Verizon Wireless Network (4G LTE): Uploads: 2-5 Mbps and Downloads: 5-12 Mbps Plans, Features, Rates and Charges: The voice, data or M2M plan and any options, features or applications that are selected by the Customer determine the applicable rates, charges, allowance of minutes or megabytes and Wireless Service coverage area for each line. Some plans may have restrictions on the type of Equipment that can be activated on them. Information about retail plans, options, features, and applications (i.e., those that Verizon Wireless makes generally available to consumers or business customers) and their terms and conditions may be obtained at Verizon Wireless stores, on verizonwireless.com or from Verizon Wireless business sales representatives. The voice, data or M2M plan monthly access fees and non-promotional allowance of minutes and/or megabytes for each line will not change during the Line Term as long as Customer does not change plans on that line. As detailed in the contract, rates, charges and fees, listed in Pricing Index may be changed following the formal Amendment process Verizon Wireless may discontinue any retail plans, options, features and applications for new activations without notice. If Customer changes or upgrades Equipment, Verizon Wireless may require it to change to a then-current plan that is compatible with the changed or upgraded Equipment. Customer may not activate Equipment purchase at a discount from Verizon Wireless on M2M Lines. Government discounts and pricing may not be available to purchases made through agents or at retail store locations. Subsidized Equipment: Equipment purchased at Verizon Wireless government matrix and/or government promotional price. Subsidized Equipment must be active for 24 months or more before being eligible to be upgraded. In the event a Customer purchases a subsidized device and the Customer terminates services early, or moves to a lesser price plan or disconnects the devices from the Contractor’s network within twenty-four (24) months of the device activation, the Contractor may bill the Customer for the unpaid portion of the subsidized amount of the device. Term of Lines (“Line Term”): The term for each line (the “Line Term”) begins on the date Wireless Service is activated for that line and continues for the period required by the calling plan or Equipment selected for that line (usually 2 years). Line Term extensions are required when Customer: (a) takes advantage of promotions or services that require a Line Term extension; or (b) purchases or upgrades Equipment except for ancillary accessories used in conjunction with Wireless Service. When the Line Term expires, Wireless Service DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 2 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. continues on a month-to-month basis. Activation fees are waived for Government Subscribers on voice and data plans and for M2M Lines. ThingSpace Mange: ThingSpace Manage (“ThingSpace”) provides Customer with the ability to remotely monitor and manage its M2M/IoT devices. If Customer desires to access and use ThingSpace, it must so request in writing, and Verizon Wireless shall provision ThingSpace on Customer’s account. Applicable rates and charges, if any, shall be set forth in this Addendum. ThingSpace set-up time is estimated to take four to six weeks. The rights granted to Customer herein for access to and use of ThingSpace are specific to Customer and may not be transferred to another party without Verizon Wireless’ prior written consent. Verizon Wireless retains full and exclusive ownership of all intellectual property rights associated with the ThingSpace including any alterations, modifications, improvements and derivative works thereof. Legacy Pricing. All custom plans and features excluding machine-to-machine plans existing under the Agreement prior to the Effective Date of the Agreement (“Legacy Plans”), shall be retired and will no longer be available for new line activations, lines changing plans or lines upgrading Equipment. Verizon Wireless will allow Customer’s existing Government Subscribers who are currently on such Legacy Plans to continue at the pricing, terms and conditions contained in such Legacy Plans until the Government Subscriber either changes plans or upgrades Equipment. Wireless Service: Each and every radio service provided directly or indirectly by Verizon Wireless. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 3 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. STATE OF FLORIDA CUSTOM PER UNIT PLANS AND FEATURES Custom State of Florida Nationwide Voice Per Minute Calling Plan The calling plan below reflects the monthly access charge discount. No additional discounts apply. 200 Text/Picture/Video Message Option 600 Mobile to Mobile Minutes (82587) No Domestic Roaming or Long Distance Charges 600 Night and Weekend Minutes (72711) SOFL Plan Number Monthly Access Charge Per Line Domestic Anytime Voice Allowance Minutes Per Month Voice Per Minute Rate (86680) $0.00 0 $0.049 Optional Features Text, Picture & Video Messaging Per the applicable Custom State of Florida SMS/MMS Per Message Feature rate Domestic Data Sent or Received $1.99 per MB or per Data Package Unlimited Domestic Push To Talk Plus $10.00 Notes: 4G Basic handset devices Only. See attached Plan and Feature Details for important information about calling plans, features and options. 4G service requires 4G equipment and 4G coverage. Must request SMS and/or MMS option to receive 200 included Text/Picture/Video messages option. PTT Plus service requires; PTT Plus feature, PTT Plus enabled device, and PTT Plus coverage. Subscribers must supply their own authenticated Equipment (CPE) to be activated on these plans or may purchase equipment at full retail price. Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Custom State of Florida Nationwide Machine to Machine (M2M) Per Megabyte Calling Plan The calling plan below reflects the monthly access charge discount. No additional discounts apply. Data for Telemetry (M2M) devices only This plan may NOT be used for email SOFL Plan Number Machine to Machine (M2M) Monthly Access Charge Per Line Domestic Megabytes (MB) Allowance Per Month Data Per Megabyte Rate 86693 $0.00 0 $0.099 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Subscribers must supply their own authenticated Equipment (CPE) to be activated on these plans. Machine-to-machine coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Current data coverage details and additional plan information can be found at www.verizonwireless.com. Only Customer-provided, 4G-capable machine-to-machine devices may be activated on this plan. If the voice block feature is removed, subscribers will be charged $0.049 per minute for voice calls. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 4 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 4G Basic Phone Push to Talk Plus (PTT+) Only Plan: Government Subscribers Only The calling plan below reflects the monthly access charge discount. No additional discounts apply. Push to Talk Plus Only Plan Monthly Access Charge $10.00 Domestic Anytime Voice Minutes Per Month 0 Push to Talk Plus Unlimited Domestic Voice Per Minute Rate $0.049 Data Sent or Received $1.99 per MB or per data package1 Notes: Current coverage details can be found at www.verizonwireless.com. No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Data usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Push to Talk Plus is only available in the United States. This price plan can only be used with a 3G Basic or 4G Basic PTT+ capable device. See attached Calling Plan and Feature Details for important information about calling plans, features and options. If the voice block feature is removed, subscribers will be charged $0.049 per minute for non-Push to Talk Plus voice calls. (94976) 4G Smartphone Phone Push to Talk Plus (PTT+) Only Feature: Government Subscribers Only The calling plan below reflects the monthly access charge discount. No additional discounts apply. Push to Talk Plus Only Feature Monthly Access Charge $10.00 Domestic Anytime Voice Minutes Per Month 0 Push to Talk Plus Unlimited Domestic Voice Per Minute Rate per voice/data plan Data Sent or Received per data package1 Notes: Current coverage details can be found at www.verizonwireless.com. No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Data usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Push to Talk Plus is only available in the United States. This price plan can only be used with a 3G Basic or 4G Basic PTT+ capable device. See attached Calling Plan and Feature Details for important information about calling plans, features and options. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 5 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. State of Florida Nationwide Voice Calling Share Plans: Basic Phones Only Government Subscribers Only The calling plans below reflect the monthly access charge discount. No additional discounts apply. Monthly Access Charge (shared minutes) $14.99 $29.99 Shared* Domestic Anytime Voice Minutes Per Month 200 500 Overage Rate per minute $0.06 Domestic Night & Weekend Minutes Unlimited Domestic Mobile to Mobile Minutes Unlimited Domestic Long Distance Included Domestic Data (data can be blocked) $1.99 per MB or per data package 4G data blocked. Data package must be selected. OPTIONAL FEATURES 500 Domestic Text, Picture & Video Messages $0.00 SMS: $0.10 outbound/$0.02 inbound/overage MMS: $0.25 per Picture or Video Message/overage Unlimited Domestic Push-to-Talk Plus (PTT+) $2.00 (device dependent) Unlimited Domestic Picture & Video Messages (SMS/MMS) $10.00 Notes: Coverage area includes the Verizon Wireless 4G network; and the 3G and Extended partner networks, while available. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international.See attached Calling Plan and Feature Details for important information about calling plans, features and options. *Voice minutes can share with Nationwide voice and/or voice & data bundle plans that are eligible for sharing. Voice block may be added to these plans to accommodate PTT+ only. Profile Share- Voice Sharing: At the end of each bill cycle, any unused voice allowances for lines sharing across multiple accounts will be applied proportionally to all lines with overages. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 6 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. State of Florida Nationwide Voice Calling Share Plans: Smartphones Only Government Subscribers Only The calling plans below reflect the monthly access charge discount. No additional discounts apply. Monthly Access Charge (shared minutes) $14.99 $29.99 Shared* Domestic Anytime Voice Minutes Per Month 200 500 Overage Rate per minute $0.06 Domestic Night & Weekend Minutes Unlimited Domestic Mobile to Mobile Minutes Unlimited Unlimited Domestic Picture & Video Messages (SMS/MMS) Included Domestic Long Distance Included Domestic Data Data package must be selected. OPTIONAL FEATURE Unlimited Domestic Push-to-Talk Plus (PTT+) $2.00 (device dependent) Notes: Coverage area includes the Verizon Wireless 4G network; and the 3G and Extended partner networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Lines activating on this plan must be on 5G Nationwide or 4G HD voice-capable smartphones, except that existing lines on 3G smartphones may change to this plan while 3G service is available. See attached Calling Plan and Feature Details for important information about calling plans, features and options. *Voice minutes can share with Nationwide voice and/or voice & data bundle plans that are eligible for sharing. Voice block may be added to these plans to accommodate PTT+ only. Profile Share- Voice Sharing: At the end of each bill cycle, any unused voice allowances for lines sharing across multiple accounts will be applied proportionally to all lines with overages. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 7 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. WIRELESS VOICE Custom State of Florida Nationwide Voice Calling Plans The calling plans below reflect the monthly access charge discount. No additional discounts apply. Unlimited National Mobile to Mobile Calling Minutes No Domestic Roaming or Long Distance Charges Unlimited Night & Weekend Minutes SOFL Plan Number Domestic Anytime Allowance Minutes* Conventional and Smartphone Devices Monthly Access Charge Overage Rate Voice Roaming (Canada and Mexico) (86195) 250 $25.75 $0.052 $0.69 (86196) 600 $36.05 $0.052 $0.69 Data Sent or Received $1.99 per MB or per Data Package Optional Feature Domestic Push-to-Talk Plus $0.00 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Lines activating on this plan must be on 5G Nationwide or 4G HD voice-capable smartphones, except that existing lines on 3G smartphones may change to this plan while 3G service is available. *Overage Rate applies after allowance. 4G Smartphones and 3G/4G Multimedia Phones require a data package. 4G service requires 4G equipment and 4G coverage. PTT Plus service requires PTT Plus enabled device and coverage. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 8 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. WIRELESS DATA Custom State of Florida Mobile Broadband Data Plans* The calling plans below reflect the monthly access charge discount. No additional discounts apply. SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Domestic SMS and MMS Messaging 86226 $20.60 500MB $0.00849per MB Included 86227 $25.75 1,000MB 86229 $36.05 Unlimited* N/A Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Lines activating on these plans must be on 5G Nationwide or 4G mobile broadband devices, except that existing lines on 3G mobile broadband devices may change to these plans while 3G service is available. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice. Can be added to voice plans with a monthly access fee of $14.99 and above. *Router devices cannot be activated on these plans. Custom State of Florida Smartphone Data Feature Packages The calling plans below reflect the monthly access charge discount. No additional discounts apply. Data for Smartphone devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Domestic SMS and MMS messaging 77294/ 79789 $15.45 500MB $0.00849 per MB Included* (77295 and 79790) $20.60 1,000MB Exhibit (79740 79791) $23.69 2,000MB Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. Current coverage details and additional feature information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. This feature can only be added onto: SOFL PPlan’s 86192-86197. Lines activating on this feature must be on 5G Nationwide or 4G HD voice-capable smartphones. 4G service requires 4G equipment and 4G coverage. *Not included with the State of Florida Nationwide Custom Pooled Voice Services Plans. May only be added to a voice plan with a monthly access fee of $14.99 and above. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 9 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Custom State of Florida Smartphone Unlimited Data Feature Package The calling plan below reflects the monthly access charge discount. No additional discounts apply. Data for Smartphone devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Domestic SMS and MMS messaging with Mobile Hotspot (79407-4G), (79781-4G $32.96 Unlimited* N/A Included** Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. 4G service requires 4G equipment and 4G coverage. Current coverage details and additional feature information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. This feature can only be added onto: SOFL PPlan’s 86192- 86197. Lines activating on this feature must be on 5G Nationwide or 4G HD voice-capable smartphones. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high- speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice **Not available when bundled with the State of Florida Nationwide Custom Pooled Voice Services Plans. May only be added to a voice plan with a monthly access fee of $14.99 and above. Custom State of Florida 4G Mobile Broadband Data Share Plans for Tablets Government Subscribers Only These plans are Not eligible for monthly access discounts. Monthly Access Fee $10.00 (99775) $18.00 (31781) $22.00 (36656) $35.00 (36659) $50.00 (36660) Domestic Shared Data Allowance 250 MB 1 GB 2 GB 5 GB 10 GB Data Overage Rate $9.97 per GB Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Lines activating on these plans must be on 4G tablets except that existing lines on 3G tablets may change to these plans while 3G service is available. Data Sharing (Domestic Only): Account Share. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 10 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Custom State of Florida Unlimited Mobile Broadband Data Plans The calling plan below reflects the monthly access charge discount. No additional discounts apply. SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate 86229 $36.05 Unlimited* N/A Notes: See attached Plan and Feature Details for important information about calling plans, features and options. 4G service requires 4G equipment and 4G coverage. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice. Routers cannot be activated on this plan. Public Sector Mobile Broadband Share Plans: Government Subscribers Only The calling plans below reflect the monthly access charge discount. No additional discounts apply. Public Sector Mobile Broadband 5 Gigabytes 10 Gigabytes 20 Gigabytes Monthly Access Charge $34.99 (90237) $59.99 (90240) $99.99 (90241) Shared Domestic Data Allowance 5GB 10GB 20GB Overage Per Gigabyte $8.00 Per Gigabyte Note: This plan is available for domestic data only devices, on the Verizon Wireless network only. Data Sharing: At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. New activations on these service plans require 4G LTE devices. The 5GB, 10GB, and 20GB Public Sector Mobile Broadband Plans are able to share with each other. Flexible Business Plans For Basic & Smartphones The calling plans below reflect the monthly access fee discount. No additional discounts apply. Basic Phones* Smartphones1 Monthly Access Fee $35.00 (92731) $65.00 (92732) $75.00 (92736) $85.00 (92737) $95.00 (92738) $105.00 (92740) Monthly Access Fee less discount $26.95 $50.05 $57.75 $65.45 $73.15 $80.85 Shared Data Allowance 100 MB 2 GB 4 GB 6 GB 8 GB 10 GB Data Overage $10.00 per GB Mobile Hotspot2 Included Monthly Anytime Minutes Unlimited Messaging Allowance3 Unlimited Domestic and International Messaging Optional Features Domestic Push to Talk Plus Additional monthly access fee per line $5.00 per line Notes: Current coverage details and additional plan and feature information can be found at www.verizonwireless.com. No Domestic Roaming or Long Distance Charges. 4G service requires 4G Equipment and 4G coverage. Government subscribers only. * Basic phones may only be added to an account with at least 1 Smartphone (bill account level). 1. Access to corporate email using BlackBerry Enterprise Server (BES) is available for an additional $15.00 per line. 2. Mobile Hotspot is available on all capable devices and allows you to use your device and share data allowance with multiple Wi-Fi enabled devices. 3. Unlimited Messaging from within the United States to anywhere in the world where messaging services are available. Data Sharing: Lines activated on these plans can only share with other lines on these plans and with lines on the Flexible Business Plans for Data Devices. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 11 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Flexible Business Plans For Data Devices The calling plans below reflect the monthly access fee discount. No additional discounts apply. Connected Devices Connected Devices, Tablets, Netbooks, Notebooks Connected Devices, Tablets, Netbooks, Notebooks, Jetpacks, USBs, Mobile Broadband Devices Monthly Access Fee $5.00 (92739) $10.00 (92741) $35.00 (92742) $45.00 (92744) $55.00 (92745) $65.00 (92746) $75.00 (92747) Monthly Access Fee less discount $5.00 $10.00 $26.95 $34.65 $42.35 $50.05 $57.75 Shared Data Allowance 1 MB 100 MB 2 GB 4 GB 6 GB 8 GB 10 GB Data Overage Rate $10.00 per GB Notes: Current coverage details and additional plan and feature information can be found at www.verizonwireless.com. 4G service requires 4G Equipment and 4G coverage. Government subscribers only. Data Sharing: These plans only share with other lines on these plans and with lines on the Flexible Business Plans for Basic & Smartphones. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. Flexible Business Plans For Data Devices - Connected Device / Internet with Voice Plans The calling plans below reflect the monthly access fee discount. No additional discounts apply. Connected Device* Broadband Router Monthly Access Fee $5.00 (94532) $65.00 (94495) $75.00 (94496) $85.00 (94497) $95.00 (94500) $105.00 (94504) Monthly Access Fee less discount $5.00 $50.05 $57.75 $65.45 $73.15 $80.85 Shared Data Allowance 1 MB 2 GB 4 GB 6 GB 8 GB 10 GB Domestic Data Overage Rate $10.00 per GB Notes: Current coverage details and additional plan and feature information can be found at www.verizonwireless.com. 4G service requires 4G Equipment and 4G coverage. Government subscribers only. Data Sharing: These plans only share with other lines on these plans and with lines on the Flexible Business Plans for Basic & Smartphones. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 12 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Flexible Business Plans For Data Devices - Connected Device / Internet with Voice Plans The calling plans below reflect the monthly access fee discount. No additional discounts apply. Connected Device* Broadband Router Monthly Access Fee $5.00 (94532) $65.00 (94495) $75.00 (94496) $85.00 (94497) $95.00 (94500) $105.00 (94504) Monthly Access Fee less discount $5.00 $50.05 $57.75 $65.45 $73.15 $80.85 Shared Data Allowance 1 MB 2 GB 4 GB 6 GB 8 GB 10 GB Domestic Data Overage Rate $10.00 per GB Notes: Current coverage details and additional plan and feature information can be found at www.verizonwireless.com. 4G service requires 4G Equipment and 4G coverage. Government subscribers only. Data Sharing: These plans only share with other lines on these plans and with lines on the Flexible Business Plans for Basic & Smartphones. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. Custom State of Florida Nationwide Wireless Smartphone Data Plan with Mobile Hot Spot The calling plans below reflect the monthly access charge discount. No additional discounts apply. Data for Smartphone devices only Monthly Access Charge Per Line Domestic Data Allowance with Mobile Hot Spot (MHS) Nationwide Calling Rate Unlimited Domestic Mobile to Mobile, Nights and Weekends, and SMS and MMS Messaging $35.99 (93445) Unlimited* $0.052 per minute Included Notes: See attached Plan and Feature Details for important information about calling plans, features and options. 4G service requires 4G equipment and 4G coverage. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 13 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Mobile Broadband Machine to Machine (M2M) Share Group 1 Plans - Low Usage The calling plans below reflect the monthly access charge discount. No additional discounts apply. Mobile Broadband Machine-to-Machine Plans 1 Megabyte 5 Megabytes 25 Megabytes 50 Megabytes 150 Megabytes Domestic Shared Data Allowance Per Month 1 MB (87640) 5 MB (87641) 25 MB (87642) 50 MB (87643) 150MB (87644) Monthly Access Charge $5.00 $7.00 $10.00 $15.00 $18.00 Overage Rate Per Megabyte $1.00 Mobile Broadband Machine to Machine (M2M) Share Group 2 Plans - High Usage The calling plans below reflect the monthly access charge discount. No additional discounts apply. Mobile Broadband Machine-to-Machine Plans 250 Megabytes 1 Gigabyte 5 Gigabytes 10 Gigabytes Domestic Data Allowance Per Month 250 MB (87645) 1 GB (87646) 5 GB (87647) 10 GB (87648) Monthly Access Charge $20.00 $25.00 $38.50 $61.60 Overage Rate Per Megabyte $0.015 Note: Machine to Machine coverage included the Verizon Wireless 4G, 3G and 3G Extended networks. See attached Calling Plan and Feature Details for important information about calling plans, features and options. Government Subscribers may supply their own authenticated Equipment (CPE) approved by Verizon Wireless to be activated on these plans. Netbook, Smartphone, and Tablet devices are not eligible for Mobile Broadband M2M pricing. 4G service requires 4G Telemetry equipment and 4G coverage. All terms and conditions of the Agreement apply to M2M service and M2M Lines as a Wireless Service. Customer may select either the Account Share or Profile Share option on the Mobile broadband Machine-to-Machine (M2M) Share Plans. Machine to Machine Wireless Backup Router Plan This Plan is NOT eligible for Monthly Access Fee Discounts. Monthly Access Data Allowance Overage Rate $10.00 (86848-4G) 25 MB $10.00 per GB Note: This plan is restricted to Verizon Wireless network use only; domestic and international roaming not available.. 4G service requires 4G equipment and 4G coverage. Customer must maintain a minimum of five (5) active M2M Lines to be eligible for this plan. Customer must provide its own Equipment, approved for use on the Verizon Wireless network, when activating service on this plan. Not all wireless routers can be provisioned on this plan. This plan is approved for use as a backup solution for business continuity only and may not be used for primary connectivity. Verizon Wireless reserves the right to migrate lines on this plan to the standard 5 GB M2M Plan if usage on a line provisioned on this plan exceeds one GB for three consecutive bill cycles. Public Sector Mobile Broadband Machine to Machine (M2M) Share Plans: Government Subscribers Only The calling plans below reflect the monthly access charge discount. No additional discounts apply. Public Sector Mobile Broadband 5 Gigabytes 10 Gigabytes 20 Gigabytes Monthly Access Charge $34.99 (90231) $59.99 (90234) $99.99 (90235) Shared Domestic Data Allowance 5GB 10GB 20GB Overage Per Gigabyte $8.00 Per Gigabyte Note: This plan is available for domestic data only devices, on the Verizon Wireless network only. Data Sharing: At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. New activations on these service plans require 4G LTE devices. Netbook, Smartphone, and Tablet devices are not eligible for Mobile Broadband M2M pricing. Existing customers transitioning to one of these service plans are able to utilize existing 3G devices. The 5GB, 10GB, and 20GB Public Sector Mobile Broadband Machine to Machine Plans are able to share with each other. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 14 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Custom Flat Rate Mobile Broadband - Government Government Subscribers Only This plan is not eligible for monthly access fee discounts. Monthly Access Fee $34.99 Domestic Data Allowance* Unlimited Overage Rate per KB NA NOTE: Subject to the Mobile Broadband terms and conditions; additional terms and conditions apply to Unlimited, Megabyte (MB), and Smartphone data Plans. Throughput speeds on the Custom Flat Rate Mobile Broadband will be limited up to 600kbps throughout the duration of each billing cycle while on the Verizon Wireless 4G network only. Data speeds are not guaranteed while on Extended or roaming partner networks. Devices utilized in conjunction with the Custom Flat Rate Mobile Broadband plan are limited to mobile (non-stationary) applications. Dedicated internet connections on stationary router devices and streaming video on stationary video surveillance cameras are expressly prohibited on this rate plan. Custom Mobile Broadband Plan II – Government Government Subscribers Only This plan is not eligible for monthly access fee discounts. Monthly Access Fee $44.99 Domestic Data Allowance Unlimited Overage Rate Per KB NA NOTE: Subject to the Mobile Broadband terms and conditions; additional terms and conditions apply to Unlimited, Megabyte (MB), and Smartphone data Plans. Verizon Wireless will limit throughput of data speeds should 30GB of data be used within a given bill cycle. Devices utilized in conjunction with the Custom Mobile Broadband Plan II are limited to mobile (non-stationary) applications. Data speeds are not guaranteed while on Extended or roaming partner networks. Dedicated internet connections on stationary router devices and streaming video on stationary video surveillance cameras are expressly prohibited on this rate plan. Custom 4G Verizon Unlimited Smartphone Plan for Public Sector Government Subscribers Only The calling plan below reflects the monthly access fee discount. No additional discounts apply. Only 4G LTE GSM/UMTS global-capable smartphones can be activated on this plan. Monthly Access Fee (Discount Applied) $50.05 Monthly Minutes in U.S Unlimited Domestic Data Allowance Unlimited1 Domestic Mobile Hotspot Unlimited2 Domestic and International Messaging Allowance Unlimited3 Notes: Current coverage details can be found at www.verizonwireless.com. No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. (1) In the event of network congestion, after 22GB of data usage on a line during any billing cycle, usage on such line may result in slightly slower download speeds relative to another user. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at 480p. (2) Mobile Hotspot is available on all capable devices and allows Corporate Subscribers to use their device and share data allowance with multiple Wi-Fi enabled devices. If 10GB of Mobile Hotspot data usage is exceeded on any line in any given billing cycle, Verizon Wireless will limit the data throughput speeds for additional usage for the remainder of the then-current billing cycle for the line that exceeds the data usage. (3) Unlimited Messaging from within the United States to anywhere in the world where messaging services are available. For other messaging rates go to www.verizonwireless.com. (13656) The “Custom 4G Unlimited Smartphone Plan for Public Sector – State of Florida Government” is eligible to use Travel Pass SPO code 383. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 15 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Custom Business 5G Ultra Wideband Bolt-On Feature Government Subscribers Only Not eligible for discounts. Monthly Access Fee $10.00 Notes: Coverage includes the Verizon Wireless 5G Ultra Wideband (UWB) network, where available. Current coverage details can be found at www.verizonwireless.com/5G. This feature is only available to 5G UWB capable smartphones on Custom Unlimited Business Plan for Smartphones. (13656) 4G Business TravelPass Feature1::: Custom 4G Verizon Unlimited Smartphone Plan for Public Sector Government Subscribers Only Rates are not eligible for discounts. Canada and Mexico Daily Rate2 $5.00 (SPO 383) Rest of World Daily Rate2,3 $10.00/day Non-Travel Pass Countries4 Pay As You Go Rates Notes: 1This feature requires a 4G LTE GSM/UMTS global-capable device. 2The daily rate covers a 24-hour time period. 3For eligible countries, 4non-TravelPass country rates and additional information, see attached International services pricing for further details. For voice-capable devices, this feature may be added to plans that have an unlimited voice and messaging allowance and an unlimited or capped data allowance using the account share option. For data usage in Canada and Mexico and all Rest of World TravelPass countries, after the first 512 MB of usage in a day, throughput speeds for additional usage will be reduced for the remainder of the day. All data usage decrements from the domestic data allowance when added to a capped allowance plan. Verizon Wireless will terminate a line if more than half of the usage over three consecutive billing cycles is outside of the United States, following 30 days’ notice to Customer. This feature can only be added to lines activated on the following plan Custom 4G Verizon Unlimited Smartphone Plan for Public Sector (13656) under this Agreement. This is a commercially available feature which is subject to availability and change. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 16 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. GLOBAL SERVICES International Options Monthly Features: Mexico and Canada The calling features below reflect the monthly access fee discount. No additional discounts apply. International Options Monthly Features: Mexico and Canada 0 Voice Minutes 0 Voice Minutes 100 Voice Minutes 250 Voice Minutes 500 Voice Minutes Monthly Access Fee $10.00 (SPO 428) $20.00 (SPO 426) $15.00 (SPO 441) $30.00 (SPO 425) $25.00 (SPO 443) Monthly Access Fee less discount $10.00 $20.00 $15.00 $22.50 $18.75 Voice Overage Rate Pay Go $0.10/minute $0.05/minute Data Allowance1 100 MB 250 MB 100 MB 250 MB 1 GB Data Overage Rate After Allowance2 $10.00/100 MB $20.00/1 GB Messaging Allowance3 Pay Go 100 sent; unlimited incoming 250 sent; unlimited incoming 500 sent; unlimited incoming Messaging Overage Rate After Allowance2 Pay Go $0.10/Sent Message $0.05/Sent Message Notes: . 1The data allowance applies in Canada and Mexico only, where coverage is available. All data usage, including dedicated Mobile Hotspot, deducts from the same data allowance. Requires an eligible domestic data plan or feature and an International GSM capable device. 2The overage rate is not eligible for discounts. 3Multimedia messages (MMS) are included in the allowance, but incur data transport charges (deducts from the International data allowance). Pay Go rates for International Voice, International Messaging, and Data Roaming see attached International services pricing for further details.. This is a monthly feature and will be removed from the account one month after being added to an account. International Options Monthly Features : 140+ Countries The calling features below reflect the monthly access fee discount. No additional discounts apply. International Options Monthly Features: 140+ Countries 0 Voice Minutes 0 Voice Minutes 100 Voice Minutes 250 Voice Minutes Monthly Access Fee $25.00 (SPO 431) $50.00 (SPO 433) $40.00 (SPO 445) $85.00 (SPO 423) Monthly Access Fee less discount $18.75 $37.50 $30.00 $63.75 Voice Overage Rate Pay Go $0.25/minute Data Allowance1 100 MB 250 MB 100 MB 250 MB Data Overage Rate After Allowance2 $25.00/100 MB Messaging Allowance3 Pay Go 100 sent; unlimited incoming 250 sent; unlimited incoming Messaging Overage Rate After Allowance2 Pay Go $0.25/Sent Message Notes: . 1The data allowance applies in 140+Countries, where coverage is available. All data usage, including dedicated Mobile Hotspot, deducts from the same data allowance. Requires an eligible domestic data plan or feature and an International GSM capable device. 2The overage rate is not eligible for discounts. 3Multimedia messages (MMS) are included in the allowance, but incur data transport charges (deducts from the International data allowance). Pay Go rates for International Voice, International Messaging, and Data Roaming see attached International services pricing for further details.. This is a monthly feature and will be removed from the account one month after being added to an account. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 17 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. International Options Monthly Recurring Features: Mexico and Canada The calling features below reflect the monthly access fee discount. No additional discounts apply. International Options Monthly Recurring Features: Mexico and Canada 0 Voice Minutes 0 Voice Minutes 100 Voice Minutes 250 Voice Minutes 500 Voice Minutes Monthly Access Fee $10.00 (SFO 427) $20.00 (SFO 446) $15.00 (SFO 434) $30.00 (SFO 424) $25.00 (SFO 442) Monthly Access Fee less discount $10.00 $20.00 $15.00 $22.50 $18.75 Voice Overage Rate Pay Go $0.10/minute $0.05/minute Data Allowance1 100 MB 250 MB 100 MB 250 MB 1 GB Data Overage Rate After Allowance2 $10.00/100 MB $20.00/1 GB Messaging Allowance3 Pay Go 100 sent; unlimited incoming 250 sent; unlimited incoming 500 sent; unlimited incoming Messaging Overage Rate After Allowance2 Pay Go $0.10/Sent Message $0.05/Sent Message Notes: 1The data allowance applies in Canada and Mexico only, where coverage is available. All data usage, including dedicated Mobile Hotspot, deducts from the same data allowance. Requires an eligible domestic data plan or feature and a International GSM capable device. 2The overage rate is not eligible for discounts. 3Multimedia messages (MMS) are included in the allowance, but incur data transport charges (deducts from the International data allowance). Pay Go rates for International Voice, International Messaging, and Data Roaming see attached International services pricing for further details.. This is a recurring feature and will remain on the account until removed. International Options Monthly Recurring Features: 140+ Countries The calling features below reflect the monthly access fee discount. No additional discounts apply. International Options Monthly Recurring Features: 140+ Countries 0 Voice Minutes 0 Voice Minutes 100 Voice Minutes 250 Voice Minutes Monthly Access Fee $25.00 (SFO 412) $50.00 (SFO 432) $40.00 (SFO 444) $85.00 (SFO 422) Monthly Access Fee less discount $18.75 $37.50 $30.00 $63.75 Voice Overage Rate Pay Go $0.25/minute Data Allowance1 100 MB 250 MB 100 MB 250 MB Data Overage Rate After Allowance2 $25.00/100 MB Messaging Allowance3 Pay Go 100 sent; unlimited incoming 250 sent; unlimited incoming Messaging Overage Rate After Allowance2 Pay Go $0.25/Sent Message Notes: 1The data allowance applies in 140+ Countries, where coverage is available. All data usage, including dedicated Mobile Hotspot, deducts from the same data allowance. Requires an eligible domestic data plan or feature and a International GSM capable device. 2The overage rate is not eligible for discounts. 3Multimedia messages (MMS) are included in the allowance, but incur data transport charges (deducts from the International data allowance). Pay Go rates for International Voice, International Messaging, and Data Roaming see attached International services pricing for further details.. This is a recurring feature and will remain on the account until removed. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 18 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Global Data Optional Features The Data Packages are eligible for monthly access fee discounts and promotions, when available. Monthly Access Fee Allowance Rate per MB (Canada) Rate per MB (Mexico) Rate per MB (Rest of the World) N/A N/A $2.05/MB $5.12MB $20.48/MB Notes:. See Calling Plan Optional Features section for important information about calling plans, features and options. Applies to all global-capable phones and internet devices. Customer must subscribe to a domestic Mobile Hotspot plan to use the service globally. The majority of your monthly usage must be in the United States. All data usage, including tethering and hotspot, deducts from the same data allowance. See attached International services pricing for further details. SingleRate for Enterprise Domestic Shared Business Email and Messaging with International Travel Voice, Email, and Messaging Government Subscribers Only This plan is not eligible for monthly access fee discounts. Monthly Access Fee $65.00 (4G) 95266 $85.00 (4G ) 95268 Monthly Domestic Voice Allowance in US/Canada/Mexico Unlimited Unlimited Domestic Data Allowance in U.S. (with Sharing) 2 GB 3 GB Domestic Data Overage Rate $10.00 per GB $10.00 per GB Mobile Hotspot* Included Included Domestic and International Travel Messaging Allowance† Unlimited Unlimited International Travel Voice Allowance (ROW)** 120 Minutes 180 Minutes International Travel Voice Overage Rate $0.40 per minute $0.30 per minute International Travel Data Allowance†† 1 GB 1 GB International Travel Data Overage Rate $45.00 per GB $40.00 per GB International Long Distance – Toll Free Included Included Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Domestic coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Only a 4G LTE GSM/UMTS global-capable smartphone can be activated on these plans. ††The international travel data allowance applies in Canada, Mexico, and the **rest of the world (ROW), where coverage is available; aircraft and cruise ship data usage is not included. To see supported countries, go to www.verizonwireless.com/international. *Mobile Hotspot is available on all capable devices and allows a line to share its data allowance with multiple Wi-Fi enabled devices. International travel voice minutes and international travel data allowances do not share. †Prevailing rates apply to all other messaging types. Verizon Wireless reserves the right to terminate a line if more than half of the usage over three consecutive billing cycles is outside of the United States, following 30 days’ notice to the customer. Data Sharing (Domestic Only) Profile Share: Lines on the same profile can share data. At the end of each billing cycle, any unused data allowances for lines sharing across multiple accounts will be applied proportionally to lines with an overage. Any remaining overage will be billed in KBs. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 19 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. ADDITIONAL WIRELESS FEATURES Custom State of Florida SMS/MMS Messaging Features The calling features below reflect the monthly access charge discount. No additional discounts apply. Text, Picture or Video Messaging for Conventional (Basic) and Smartphone devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Message Allowance Overage Rate 77328 $2.00 300 messages $0.05 per message 77341 $3.00 500 messages 77329 $7.00 Unlimited N/A Text Messaging: Text Messaging includes Short Message Service (SMS up to 160 characters) and Enhanced Messaging Service (EMS up to 1120 characters). Enhanced Text Messages sent to most SMS handsets will be delivered as multiple Text messages of up to 160 characters each. Subscribers have the option to have text messages disabled entirely without affecting voicemail or other related services. Overage Rate applies after allowance. Text Messaging plans do not include Operator Assisted Messaging or International Messaging, which is available for 25¢ per message sent and 20¢ per message received, see attached International services pricing for further details.;. Multi-Media Messaging (MMS): Multi-Media Messaging (MMS) includes picture and video messaging and is only available within the National Enhanced Services Rate and Coverage Area. In addition, MMS messages are $0.25 per message, per address. In addition to the MMS per message charges, MMS uses calling plan Anytime Minutes or kilobytes. Messaging features are available to all Basic and Smartphone voice, and voice and data bundles. Custom State of Florida Field Force Manager Features The calling plans below reflect the monthly access charge discount. No additional discounts apply. Conventional (Basic) Phone or Smartphone Limited Basic Pro* Monthly Access Charge $9.99 per user (75681 for Basic and Smartphone) $20.00 per user (76722 - Basic) (76637 – Smartphone) $25.00 per user (76723 - Basic) (76638 – Smartphone) Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Field Force Manager (”FFM”) Features may only be added onto a Custom State of Florida calling plan with a monthly access fee of $20.00 or higher. Data plan required. Requires a minimum 500 MB Data Package for Smartphones. FFM is available on select devices only. *FFM Pro is not available on all devices. If the Block Voice Feature is removed, a per minute rate of $0.25 shall apply for all voice calls. Downloading the FFM application requires approximately 2 MB (megabytes) of data. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 20 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Push to Talk Plus License (PTT+): Government Subscribers Only Push to Talk License licenses are not eligible for any further discounts. Product Monthly Access Tablet $3.75 Inter-carrier (only any device) $3.75 3rd Party Web (HTML) API Client $3.75 Dispatch (License) Windows PC with PTT and mapping $22.50 Notes: . See attached Calling Plan and Feature Details for important information about calling plans, features and options. Push to Talk license only. Push to Talk Plus requires PTT+ capable device. Land Mobile Radio (LMR) for PTT+ : Government Subscribers Only Push to Talk Plus service is required. LMR licenses are not eligible for any further discounts. Product Monthly Access LMR Channel per account $0.00 Notes: Customer may have multiple channels. LMR FEATURE Only (When added to a Basic/Smartphone Device with PTT+) Basic/Smartphone Devices (FEATURE) $4.50 (85280) Notes: LMR cannot be added to any device without Domestic Push to Talk Plus. Push to Talk Plus requires PTT+ capable device. LMR License bundled with PTT+ License Tablet $8.25 Inter-carrier (any device) $8.25 3rd Party Web (HTML) API Client $8.25 Notes: . See attached Calling Plan and Feature Details for important information about calling plans, features and options. Land Mobile Radio (LMR) Interoperability works with all PTT+ capable devices. To use PTT+, Customer needs a PTT+ feature (or a software license for tablets and dispatch) and a PTT+ compatible device. An Internet Protocol (IP) link is required to connect Verizon’s PTT+ service with the customer’s LMR network through the “IP Gateway”. By purchasing the Land Mobile Radio for PTT+ Customer consents to the tracking of Land Mobile Radio for PTT+ equipment and must obtain authorized consent to tracking from all users and affected persons. No guarantee of accuracy of information transmitted, disclosed, displayed or otherwise conveyed or used. Service could be interrupted or disrupted due to atmospheric conditions, inaccurate ephemeris data and other factors associated with use of satellites and satellite data. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 21 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. PTT+ LMR Interoperability Deployment Services. The below services provide for the integration and deployment of Verizon PTT+ with a customer’s LMR network based on either a ROIP (Radio Over IP) or ISSI (Inter Sub-System Interface) LMR network architecture. Radio Over Internet Protocol (ROIP) and Inter Sub-System Interface (ISSI) Virtual Deployment Additional Discounts Not to Apply for Virtual Deployments. *Virtual Deployment type Price Provided Via Email Provided Via Phone Project Management Configuration of Equipment Testing of Equipment Up to 4 Talk Groups Software Plan Id and Description Onetime Fee ROIP Assisted Virtual Deployment $2,500 Included Not Included Not Included Not Included Not Included Not Included 623458: PTT+/LMR Assisted Install: ONE TIME Onetime Fee ROIP Managed Virtual Deployment $8,000 Included Included Included Included Included Included 623459: PTT+/LMR Managed Remote: ONE TIME Onetime Fee ISSI Managed Virtual Deployment $25,000 Included Included Included Included Included Included 623461: PTT+/LMR Managed Plus P25: ONE TIME Note: *Customer must select a type of Virtual Deployment; selection cannot be mixed and/or matched. Customer must also purchase separately a ROIP gateway and cables. Customer must physically install the gateway and provide Virtual Private Network (“VPN”) connectivity to the gateway. In addition, Customer must purchase an associated Land Mobile Radio (“LMR”) feature and associated authorizations. Virtual Deployments include on-boarding one single facility, accessible by Customer site to site VPN (Verizon Wireless will not go on-site for any Virtual Deployment). Warranty: Verizon Wireless makes no warranties, express or implied, with respect to ROIP or ISSI Virtual Deployment which it provides to Customer on an “AS IS” basis “WITH ALL FAULTS” and “AS AVAILABLE.” The accuracy, timeliness, completeness, suitability, or availability of any aspect of ROIP or ISSI Virtual Deployment cannot be guaranteed. THE IMPLIED WARRANTIES OF MERCHANTABILTY, FITNESS FOR A PARTICULAR PURPOSE, AND NON-INFRINGEMENT ARE HEREBY EXPRESSLY DISCLAIMED IN THEIR ENTIRETY. ROIP Assisted Virtual Deployment Customer Requirements: DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 22 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Physical Installation and configuration. Access to add network elements to Customer’s network (IT administration). VPN turn up capability (IP Network expertise). Purchase and configure ROIP Gateway(s) and cables for connected LMR. Assign a single point of contact. Provide mobile radio for connectivity to each channel connected to ROIP Gateway(s). Assign individual to receive and program ROIP Gateway(s) (The customer must have an acute knowledge on how to program land mobile radio equipment). Provide VPN peer details. Virtual Deployment provided: ROIP Assisted Virtual Deployment is only provided via email. Requests for deployment assistance can be reached at KODVZLMRSupport@motorolasolutions.com. ROIP Assisted Virtual Deployment ends once a successful configuration and functional test occur: A successful configuration for ROIP and ISSI occurs when: • Backhaul connectivity successfully verified with IP gateway VPN • Two-way traffic observed inside backhaul interface • LMR Group Mobile Directory Number’s (MDN) ordered and recorded A successful functional test occurs when based on the following criteria: RoIP Virtual Deployment: • Verizon Push to Talk (PTT) Plus Service has LMR linked group published over the air to handsets • Verizon PTT Plus Service originated group calls to RoIP Gateway successful • RoIP Gateway originated group calls to Verizon PTT Plus Service successful ISSI Virtual Deployment: • Verizon PTT Plus Service has LMR linked group published over the air to handsets • Verizon PTT Plus Service originated group calls to ISSI Interconnect successful • Talker ID Alias of LMR Group MDN observed on Verizon Push to Talk Plus Service handsets when LMR User is speaking ROIP Managed Virtual Deployment and ISSI Managed Virtual Deployment Virtual Deployment Includes: Working with Customer to engineer network segments for ROIP Engage with Customer on VPN solution completion Develop milestones Verify Customer is configured in PTT Plus Service Project manage critical milestones Finalize ROIP Gateway tuning settings including latency and call setup timers based on Customer’s network. Present final design Validate all configuration steps of the IP Gateway Define technical parameters for VPN Configure ROIP Gateway(s) Requests for managed deployment assistance can be reached at: Phone Requests: (469) 476-0820 Email Requests: KODVZLMRSupport@motorolasolutions.com. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 23 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Customer Requirements: Customer shall be required to do the following: ROIP Managed Virtual Deployment and ISSI Managed Virtual Deployment end once a successful configuration and functional test occur: A successful configuration for ROIP or ISSI occurs when: • Backhaul connectivity successfully verified with IP gateway VPN • Two-way traffic observed inside backhaul interface • LMR Group MDN(s) ordered and recorded A successful functional test occurs when based on the following criteria: RoIP Virtual Deployment: • Verizon PTT Plus Service has LMR linked group published over the air to handsets • Verizon PTT Plus Service originated group calls to RoIP Gateway successful • RoIP Gateway originated group calls to Verizon PTT Plus Service successful Assign a project Single Point of Contact. Provide mobile / portable radio for connectivity to each channel connected to ROIP Gateway(s). Backhaul Technology Selection. Manage schedule and report availability for turn up. Provide VPN Peer Details. Approve necessary authorizations to be billed to the account. Order IP Gateway. Review designs. Complete Site Survey Web Form. Provide resulting LMR Group MDN authorization numbers assigned in Enterprise Contact Management (ECM) Tool to Verizon. Physical Installation. Approve the one-time Virtual Deployment charges for managed install. Build Talk Groups in PTT+ online portal Enterprise Contact Management (ECM), including ROIP Gateway authorization. Configure VPN on local network to data center. Assign single point of contact for VPN configuration. Customer to confirm the required networking elements completed. Assign individual to receive ROIP Gateway(s). Configure network elements as needed (if sourced as a part of project). Access to add network elements to Customer’s network. Test and successfully complete calls between Push to Talk Plus Service and the LMR network. Purchase separately ROIP Gateway(s) and cables for connected LMR. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 24 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. ISSI Virtual Deployment: • Verizon PTT Plus Service has LMR linked group published over the air to handsets • Verizon PTT Plus Service originated group calls to ISSI Interconnect successful • Talker ID Alias of LMR Group MDN observed on Verizon PTT Plus Service handsets when LMR User is speaking Name ID Features The features below reflect the monthly access charge discount. No additional discounts apply Feature Monthly Access Share Name ID* $0.00 Company Name ID $1.99 per line Note: Depending upon the service provider and/or carrier to which the called party is subscribed, the called party (terminating device) may or may not be able to view the caller’s name. The Call Filter Plus feature is purchased separately. Company Name ID • Allows Government customers to display their agency name, number and logo on outbound calls on a line-by-line basis to Verizon Call Filter Plus subscribers. It may also display on other carrier devices. • The Logo display service is compatible only with Android Devices. • Users must be subscribed to the My Business portal to use this feature. Share Name ID • A free service that allows Government customers to personalize their name (as per Account Owner’s Billing Name) on outbound calls to Verizon Call Filter Plus subscribers. It may also display on other carrier devices. . 1. Users must be subscribed to the My Business portal to use this feature. Call Filter Plus Service Fees This feature is NOT eligible for monthly access fee discounts. Monthly Access Fee1 $0.75 Notes: Additional feature information is attached hereto . 1This feature can only be added onto an eligible device. Call Filter service is eligible for Android and iOS customers when they enroll and activate on a smartphone device. Call filter is not available on all call, all devices and in all areas. The Call Filter app is pre-loaded on most capable devices or can be downloaded from the app store. * Once enabled all lines have the ability to access call filter. Call filter features are billed separately; however, all supported options will appear and cannot be blocked. Call Filter Free Service This feature is NOT eligible for monthly access fee discounts. Monthly Access Fee1 $0.00 Notes: Additional feature information is attached hereto. 1This feature can only be added onto an eligible device. Call Filter service is eligible for Android and iOS customers when they enroll and activate on a smartphone device. Call filter is not available on all call, all devices and in all areas. The Call Filter app is pre-loaded on most capable devices or can be downloaded from the app store. * Once enabled all lines have the ability to access call filter. ** 4G LTE GSM/UMTS capable devices, require VoLTE/HD Voice. Call filter features are billed separately; however, all supported options will appear and cannot be blocked. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 25 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. ENHANCED SERVICES AND SOLUTIONS 4G Smartwatch with NumberShare1 Unlimited Plan - Government This plan is not eligible for monthly access fee discounts. Monthly Access Fee $10.00 (13413) Domestic Anytime Minutes Unlimited Domestic Data Allowance2 Unlimited Domestic and International Messaging Allowance3 Unlimited Notes: This plan is for use only in the United States on the Verizon Wireless 4G network. When NumberShare is active on a 4G Smartwatch, certain services will not work on the Smartwatch device including: Call Forwarding, No Answer Transfer, Busy Transfer, Caller Name ID, Voicemail (access voicemail on the Smartwatch device by dialing the host smartphone number and pin)), and RingBack Tones. Calls and messages to/from blocked contacts will not be blocked on the Smarthwatch when NumberSharing with a host smartphone. Verizon does not guarantee that NumberShare will work at all times in every situation and the service works only with eligible devices. 1. Only lines on select smartwatches with the NumberShare service can be activated on this plan. Certain conditions must be met prior to activation. This plan can only be used when paired with a Verizon Wireless Smartphone that has unlimited data. 2. Usage may be prioritized behind other customers in the event of network congestion. 3 Unlimited messaging from within the United States to anywhere in the world where messaging services are available Verizon Mobile Device Management (MDM): Government Subscribers Only Verizon MDM is not eligible for the monthly access charge discount. No additional discounts apply. Verizon MDM Feature Access Fee Enterprise Firmware Over the Air (FOTA) Management1 $0.00 (license requirement with service) Device Diagnostics2 $0.99 / per device per month Broadband Hotspot Management3 $1.49 / per device per month OR $15.00 / per device per year Unified Endpoint Management $1.00 / per device per month OR $10.00 / per device per year Notes: See attached Calling Plan and Feature Details for important information about calling plans, features and options. MDM supports select devices and operating systems and may require installation of a software agent. MDM features are billed separately; however, all supported options will appear and cannot be blocked. Due to a number of features that require HTML 5, Verizon MDM requires Internet Explorer Version 10 and above to work efficiently. 1 Enterprise Firmware Over the Air (FOTA) Management supports Android devices, including Jetpacks and USB devices. 2 Device Diagnostics supports Verizon Android devices operating on OS 4.0 and higher excluding Apple IOS and Google Pixel/Nexus Devices. 3 Broadband Hotspot Management currently supports the MiFi 7730L, AC791L, Jetpack MiFi 6620L, and USB730L. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 26 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. MobileIron Enterprise Mobility Management License Fees On-Premise (Core) (Minimum 500+ MI Core Licenses Required for initial order/installation) A discount has been applied. MobileIron Licenses and Installation services are not eligible for any further discounts. On-Premise (Core) (Software Subscription License) Annual Subscription License Bundle per Device with Direct Support Annual Subscription License Bundle per User with Direct Support (3 Devices per User) License Type Description/SKU Monthl y Cost Annual Cost Description/SKU Monthl y Cost Annual Cost Silver MobileIron Core (on-premise) EMM Silver Bundle per Device SKU: MICore Silver Per Device $3.00 $36.00 MobileIron Core (on-premise) EMM Silver Bundle per User SKU: MICore Silver Per User $4.50 $54.00 Gold MobileIron Core (on-premise) EMM Gold Bundle per Device SKU: MICore Gold Per Device $4.50 $54.00 MobileIron Core (on-premise) EMM Gold Bundle per User SKU: MICore Gold Per User $6.75 $81.00 Platinum MobileIron Core (on-premise) EMM Platinum Bundle per Device SKU: MICore Platinum Per Device $5.63 $67.50 MobileIron Core (on-premise) EMM Platinum Bundle per User SKU: MICore Platinum Per User $8.63 $103.50 On-Premise (Core) (Software Perpetual License) Annual Subscription License Bundle per Device and Direct Support Annual Subscription License Bundle per User and Direct Support (3 Devices per User) Type Description/SKU Monthly Cost Annual Cost One-Time Cost Description/SKU Monthly Cost Annual Cost One-Time Cost Silver License MobileIron Core (on-premise) EMM Silver per Device Perpetual License SKU: MICore Silver Per Device Perpetual License - - $56.25 MobileIron Core (on-premise) EMM Silver per User Perpetual License SKU: MICore Silver Per User Perpetual License - - $82.50 Silver Support (REQUIRE D) Maintenance Support for MobileIron Core (on- premise) EMM Silver per Device Perpetual License SKU: Maintenance Support MICore Silver Per Device Perpetual License $0.94 $11.25 - Maintenance Support MobileIron Core (on- premise) EMM Silver per User Perpetual License SKU: Maintenance Support MICore Silver Per User Perpetual License $1.38 $16.50 - Gold License MobileIron Core (on- premise) EMM Gold per Device Perpetual License SKU: MICore Gold Per Device Perpetual License - - $82.50 MobileIron Core (on- premise) EMM Gold per User Perpetual License SKU: MICore Gold Per User Perpetual License - - $123.75 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 27 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Gold Support (REQUIRE D) Maintenance Support MobileIron Core (on-premise) EMM Gold per Device Perpetual License SKU: Maintenance Support MICore Gold Per Device Perpetual License $1.38 $16.50 - Maintenance Support MobileIron Core (on-premise) EMM Gold per User Perpetual License SKU: Maintenance Support MICore Gold Per User Perpetual License $2.06 $24.75 - Platinum License MobileIron Core (on- premise) EMM Platinum per Device Perpetual License SKU: MICore Platinum Per Device Perpetual License - - $105.00 MobileIron Core (on- premise) EMM Platinum per User Perpetual License SKU: MICore Platinum Per User Perpetual License - - $157.50 Platinum Support (REQUIRED) Maintenance Support MobileIron Core (on- premise) EMM Platinum per Device Perpetual License SKU: Maintenance Support MICore Platinum Per Device Perpetual License $1.75 $21.00 - Maintenance Support MobileIron Core (on-premise) EMM Platinum per User Perpetual License SKU: Maintenance Support MICore Platinum Per User Perpetual License $2.63 $31.50 - PROFESSIONAL SERVICES On-Premise (Core) Installation1 Support and Maintenance Included License Type Description/SKU One-time Cost2 Silver MICore Silver Installation MI-PS-DEPLOY1 $3,000.00 Gold MICore Gold Installation MI-PS-DEPLOY2 $6,000.00 Platinum MICore Platinum Installation MI-PS-DEPLOY3 $8,000.00 MobileIron Remote Technical Product Training3 Remote Technical Product Training Up to six (6) hours of training on the features of MobileIron software (e.g. customization, configuration and support) typically divided into three 2-hour sessions. $1,500.00 Note. Customer must choose one License Type; selection cannot be mixed and/or matched. 1A minimum of 500 MobileIron licenses are required for On-Premise (Core) for initial order for new MobileIron Customers. 2On-premise (Core) requires integration and setup with backend systems. Installation charges are prepackaged services providing access to a Professional Services Engineer to assist customer in installing/integrating the MobileIron platform. Pricing above applies to the installation of up to 5,000 MobileIron licenses. If Customer installation requires more than 5,000 MobileIron licenses, MobileIron Premium Implementation Services may apply which provides advisory services and an implementation engineer at a cost of $25,000.00 to manage large scale deployments; alternatively, Customer may use its own installation services. 3Remote Technical Product Training (“Training”) does NOT include any installation or setup activities, project management of the Customer deployment, or roll out or implementation of Software. If Customer should need additional product training hours, additional charges apply. Training must be scheduled within 90 days of MobileIron license and services purchase and must be completed within 180 days of purchase (“Term”). Training costs are nonrefundable. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 28 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. MobileIron Enterprise Mobility Management License Fees Cloud (Minimum 25+ MI Cloud Licenses Required for initial order/installation) A discount has been applied. MobileIron Licenses and Installation services are not eligible for any further discounts. Cloud License Annual Subscription License Bundle per Device with Direct Support Annual Subscription License Bundle per User with Direct Support (3 Devices per User) License Type Description/SKU Monthly Cost Annual Cost Description/SKU Monthly Cost Annual Cost Silver MobileIron Cloud EMM Silver Bundle per Device SKU: MICloud Silver Per Device $3.00 $36.00 MobileIron Cloud EMM Silver Bundle per User SKU: MICloud Silver Per User $4.50 $54.00 Gold MobileIron Cloud EMM Gold Bundle per Device SKU: MICloud Gold Per Device $4.50 $54.00 MobileIron Cloud EMM Gold Bundle per User SKU: MICloud Gold Per User $6.75 $81.00 Platinum MobileIron Cloud EMM Platinum Bundle per Device SKU: MICloud Platinum Per Device $5.63 $67.50 MobileIron Cloud EMM Platinum Bundle per User SKU: MICloud Platinum Per User $8.63 $103.50 PROFESSIONAL SERVICES Cloud Installation1 Support and Maintenance Included License Type SKU One-time Cost2 Silver MICloud Silver Installation MI-PS-DEPLOY1-MICLOUD $1,500.00 Gold MICloud Gold Installation MI-PS-DEPLOY2-MICLOUD $3,000.00 Platinum MICloud Platinum Installation MI-PS-DEPLOY3-MICLOUD $4,000.00 MobileIron Remote Technical Product Training3 Remote Technical Product Training Up to six (6) hours of training on the features of MobileIron software (e.g. customization, configuration and support) typically divided into three 2-hour sessions. $1,500.00 Note. Customer must choose one License Type; selection cannot be mixed and/or matched. 1A minimum of 25 MobileIron licenses are required for initial Cloud order for new MobileIron customers. 2MICloud requires integration and setup with backend systems. Installation charges are prepackaged services providing access to a Professional Services Engineer to assist customer in installing/integrating the MobileIron platform. Pricing above applies to the installation of up to 5,000 MobileIron licenses. If Customer installation requires more than 5,000 MobileIron licenses, MobileIron Premium Implementation Services may apply which provides advisory services and an implementation engineer at a cost of $25,000.00 to manage large scale deployments; alternatively, Customer may use its own installation services. 3Remote Technical Product Training (“Training”) does NOT include any installation or setup activities, project management of the Customer deployment, or roll out or implementation of Software. If Customer should need additional product training hours, additional charges apply. Training must be scheduled within 90 days of MobileIron license and services purchase and must be completed within 180 days of purchase (“Term”). Training costs are nonrefundable. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 29 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. MobileIron Enterprise Mobility Management: Government Subscribers On-Premise and Cloud Managed Service Features All features are available on both On-premise and Cloud managed installations. Included features are determined by MobileIron License Type Feature Functionality Included Features by License Silver Gold Platinum Apple DEP Supports Apple DEP (for iOS devices) Android for Work Supports AFW (on AFW enabled devices) Samsung KNOX Integrates with Samsung KNOX (KNOX sold separately) Email Access Secure Active Sync (all bundles) Divide PM (Gold/Platinum bundles for additional fee) Secure Enterprise Gateway (Sentry) In-line gateway that manages, encrypts, and secures traffic between the mobile device and back-end enterprise systems. (Requires user setup/installation) Apps@Work Enterprise App Store Basic Container Content Catalog Secure Doc catalog and publishing (basic content repository) 25 files/ 2MB each 50 files/ 25MB each Docs@Work Access, annotate and share documents from email, and on-premise management repositories AppConnect Containerization of Application at Rest App wrapping AppConnect ecosystem (3rd Party applications already compatible with MobileIron container) Web@Work Secure Browser Secure data in motion No VPN required Tunnel iOS per App VPN native functionality Help@Work Customizable app that enables screen sharing on device for trouble shooting for internal customer trouble shooting Identity@Work MobileIron’s ability to proxy Kerberos allows iOS devices that are not on the corporate network to use iOS 7 SSO without needing to expose the Kerberos Key Distribution Center (KDC) Service Connect Integrations ServiceNow integration to streamline IT workflows Notes. Customer may purchase MobileIron, Inc. (“MobileIron”) licenses and services (“MobileIron Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the MobileIron Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. MobileIron Services are manufactured by MobileIron, Inc. Any license for MobileIron Services must be obtained directly from MobileIron either upon purchase or installation of the MobileIron Services. MobileIron Services are subject to MobileIron’s terms and conditions attached hereto. Verizon Wireless will direct MobileIron to fulfill Customer’s MobileIron Services order. Customer support for MobileIron Services must be obtained directly from MobileIron, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to MobileIron Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate MobileIron representatives. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 30 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. MobileIron Enterprise Mobility Management Remote Technical Product Training: Government Subscribers MobileIron Remote Technical Product Training services are not eligible for discounts Includes up to six (6) hours of MobileIron software training Common Training Project Activities Session Activity Description Administrative Training Session 1 Administrative Training – Session 1: 1. MobileIron Architecture 2. Installation/Setup Review 3. MobileIron Admin Portal* 4. System Portal 5. User Management 6. Sentry Overview 7. High Availability Overview (if applicable) • Walk-through of the overall Software architecture • Review installation basics (review only - no installation activity) • Provide a deep dive into the administration portal features and functionality • Provide deployment and configuration set up best practices • Provide policy configuration guidance for common security, sync, and application control policies • Review setup options for Sentry and Core High Availability Administrative Training Session 2 Administrative Training – Session 2: 1. Device Registration/Management Details* 2. Common Troubleshooting Steps • Provide a deep dive into registering users and the user management tools • Review the most common troubleshooting tips and tricks MobileIron administrators and help-desk staff members encounter during the operational rollout Help Desk Training Help Desk Training: 1. MobileIron Architecture 2. UI Basics 3. MobileIron Policies 4. User Management 5. Device Registration/Management Details* • The same topics as above, but covered for the help desk audience supporting, rather than administering, the MobileIron application DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 31 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Canvas Canvas is a service that helps you replace paper forms and processes with efficient mobile business apps and forms to save money and time on data collection. Canvas offers 3 plans: Startup Business and Professional. Customers can only select one of the plans at a time (e.g. cannot mix plans on the same account.) Monthly or annual subscription available. Item Name Canvas Startup Canvas Business Canvas Professional Number of Users Supported 1 - 5 Unlimited Unlimited Monthly Service Fee $15.00 $25.00 $35.00 Annual Service Fee $156.00 $264.00 $372.00 Canvas Features Features Startup Business Professional Form Submissions Unlimited Unlimited Unlimited 3rd Party Cloud Integration App Builder PDF Designer Email/Chat Support Mobile and Web Editing Phone Support Dispatch Submission Status HIPPA Compliance Dedicated Support Representative Dispatch Scheduling Advanced Password Management Webservices Work flow Canvas Connect Products shown or referenced are provided by Canvas, a Verizon Partner Program Member, which is solely responsible for the representations and the functionality, pricing and service agreements. Canvas can connect to several different systems including cloud based and server based applications. Customer may purchase Canvas licenses and services (“Canvas Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Canvas Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Canvas Services are manufactured by Canvas Solutions, Inc. Any license for Canvas Services must be obtained directly from Canvas either upon purchase or installation of the Canvas Services. Canvas Services are subject to Canvas’ terms and conditions. Verizon Wireless will direct Canvas to fulfill Customer’s Canvas Services order. Customer support for Canvas Services must be obtained directly from Canvas Solutions, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Canvas Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Canvas representatives. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 32 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Samsung Knox Workspace Knox Workspace is an on-device container that isolates business applications and data from personal ones with government-grade security. Knox Workspace also provides enhanced granular controls over device features to enterprise IT administrators. Requires an additional MDM/EMM (like Knox Premium) to manage the container. Manage the container by integrating Knox IT policies with your existing MDM solution. Only available for Samsung Devices. Subscription Monthly (Month to month) 1 – Year Term (Paid in advance) 2 – Year Term (Paid in advance) License Fee $2.70 $32.40 $64.80 SKU# Knox Workspace - Monthly Knox Workspace - 1-Year Knox Workspace - 2-Year Knox Customization Knox Customization is a comprehensive set of tools and services that allow businesses to customize and deploy end-to-end mobile solutions. Transform Samsung devices into purpose-built solutions for any industry. *Requires upfront proof of device ownership. One Time Charge $3.00/per license Samsung Knox Solutions KnoxTM is Samsung’s mobile device defense-grade security platform. The Knox Platform services multiple user segments through three separate offerings. Samsung Knox Premium is cloud-based device management that allows users to securely manage the business side of corporate devices. Samsung Knox Workspace, another offering, is an enterprise device container that acts as a secure and productive environment for work data and apps. Package Name Samsung Knox Premium Samsung Knox Workspace Target Audience SMB & Enterprise with basic security needs Enterprise, Government & Regulated Industries Components End-to-end secure mobile platform bundled with Samsung cloud EMM for device management Works on both Android and iOS ecosystems Knox container with essential policy controls SAMSUNG Knox FOR ENTERPRISE Samsung Knox Premium Knox Premium is a cloud-based cross-platform enterprise mobility management solution combined with an on- device secure container for Samsung devices. Subscription Monthly (Month to month) 1 – Year Term (Paid in advance) 2 – Year Term (Paid in advance) License Fee $0.75 $9.00 $18.00 SKU# Knox Premium EMM - Monthly Knox Premium EMM - 1- Year Knox Premium EMM - 2-Year DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 33 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Knox Workspace container with expanded and advanced policy controls IT Admin management of employee devices Enterprise can black list/white list apps within the Knox Workspace container Can manage VPN profiles in Knox Workspace container Customer may purchase SAMSUNG Knox FOR ENTERPRISE licenses and services (“Knox Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Knox Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Knox Services are manufactured by Samsung Electronics Co., Ltd. (“Samsung”). Any license for Knox Services must be obtained directly from Samsung either upon purchase or installation of the Knox Services. Knox Services are subject to Knox Services’ terms and conditions attached hereto. Verizon Wireless will direct Knox Services to fulfill Customer’s Knox Services order. Customer support for Knox Services must be obtained directly from Samsung. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Knox Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Knox Services representatives. IBM® MaaS360® Enterprise Mobility Management (EMM) Unified Endpoint Management (UEM) IBM MaaS360 Unified Endpoint Management License Fees A discount has been applied. IBM MaaS360 UEM Licenses and services are not eligible for any further discounts. IBM MaaS360 UEM offers a comprehensive, highly secure platform that manages and protects Devices and Things (smartphones, tablets, laptops, desktops,), People and Identity (authentication, authorization, Single Sign On, secure use access), Apps and Content combined with cognitive technology. Subscription License Bundle: per Device (One (1) license per device) Subscription License Bundle: per User (One (1) license per single user with multiple devices) License Type Description/SKU Monthly Cost Annual Cost Description/SKU Monthly Cost Annual Cost Essential EMM Essentials Suite Per Device License SKU: D1P3GLL (Monthly/Annual) $2.25 $27.00 EMM Essentials Suite Per User SKU: D1P3ILL (Monthly/Annual) $4.50 $54.00 Deluxe EMM Deluxe Suite Per Device License SKU: D1P3LLL (Monthly/Annual) $3.75 $45.00 EMM Deluxe Suite Per User License SKU: D1P3NLL (Monthly/Annual) $7.50 $90.00 Premiere EMM Premier Suite Per Device SKU: D1P3RLL (Monthly/Annual) $4.69 $56.25 EMM Premier Suite Per User License SKU: D1P3TLL (Monthly/Annual) $9.38 $112.50 Enterprise EMM Enterprise Suite Per Device $6.75 $81.00 EMM Enterprise Suite Per User License SKU: D1P3YLL $13.50 $162.00 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 34 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. SKU: D1P3WLL (Monthly/Annual) (Monthly/Annual) Additional UEM License Options License Type Description/SKU Monthly Cost Annual Cost Laptop Location Laptop Location SKU: D1AM8LL (Monthly/Annual) $0.38 $4.50 IBM MaaS360 UEM Service Features Included features are determined by IBM MaaS360 UEM License Type Feature Functionality Included Features by License Essential Deluxe Premier Enterprise Device Management Manage smartphones, tablets & laptops featuring iOS, Android, Windows 10 Mobile, Windows 7, Windows 10 & macOS App Management Deploy custom enterprise app catalogs Blacklist, whitelist & require apps Patch and Update Management Identify & report on missing OS patches Schedule distribution and installation of Windows OS & macOS patches Identity Management Single sign-on & touch access Conditional access to trusted devices Identity federation with apps Advisor Improve IT operational efficiency by applying best practices & learning from industry & peer benchmarks Container App A separate, corporate mobile workplace for iOS, Android & Windows Productivity apps for work in one place Mobile Expense Management Monitor mobile data usage with real-time alerts Set policies to restrict or limit data & voice roaming Secure Mobile Email Contain emails, attachments & chat to prevent data leakage Enforce authentication, copy/paste & forwarding restrictions FIPS 140-2 compliant, AES-256 bit encryption for data at res Secure Mobile Chat Contain all chat mobile conversations and data Establish quick connections via corporate directory lookup OS VPN Leverages the hosted MaaS360 Certificate Authority to issue authentication certs Deployed alongside your corporate VPN solution Secure Browser A feature-rich web browser for secure access to intranet sites Define URL filters & security policies based on categories Block known malicious websites Gateway for Browser Enable MaaS360 Secure Mobile Browser to access enterprise intranet sites, web apps & network resources Access seamlessly & securely without needing a VPN session on mobile device DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 35 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Content Management Enforce authentication, copy/paste & view-only restrictions Gateway for Documents Secure access to internal files: e.g., SharePoint & Windows File Share App Security Enforce authentication & copy/paste restrictions Gateway for Apps Add per app VPN to Application Security to integrate behind-the-firewall data in private apps Mobile Document Editor Create, edit & save content in a secure, encrypted container Mobile Document Sync Restrict copy/paste & opening in unmanaged apps Store content securely, both in the cloud & on devices Mobile Threat Management Detect and analyze mobile malware on compromised devices Automate remediation via near real-time compliance engine Take action on jailbroken/rooted devices over-the-air Notes. Customer may purchase IBM MaaS360 software licenses and services (“IBM MaaS360 Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the IBM MaaS360 Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. IBM MaaS360 Services are manufactured by International Business Machines Corporation, Inc. Any license for IBM MaaS360 Services must be obtained directly from IBM MaaS360 either upon purchase or receipt of notification from IBM of access to IBM MaaS360 Services. IBM MaaS360 Services are subject to IBM MaaS360’s terms and conditions attached hereto. Verizon Wireless will direct IBM MaaS360 to fulfill Customer’s IBM MaaS360 Services order. Customer support for IBM MaaS360 Services must be obtained directly from International Business Machines Corporation, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to IBM MaaS360 Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate IBM MaaS360 representatives. Networkfleet Service Options for State of Florida The Service Options below have been discounted. No additional discounts apply. Service Options Purchase Cost 5200-GPS Only $17.00 5500-Diagnostics + GPS $19.00 H6100 Expressfleet $13.86 AssetGuard BX Non-Powered Asset Tracking $13.00 Connect $2.95 Customizable Update Rates (“CUR”) 1 Minute $0.00 Customizable Update Rates (“CUR”) 45 Seconds $1.00 Customizable Update Rates (“CUR”) 30 Seconds $2.00 Customizable Update Rates (“CUR”) 15 Seconds $3.00 Satellite $34.95 Data Services $0.00 Notes: Only one Hardware tier and one Service tier per Customer Account. Must be on a 12 month service agreement. Applicable taxes are not included in the above pricing. Any applicable taxes will be applied to the billing invoice. Additional terms & conditions apply to Networkfleet Service that are subject to review by end user government agencies. Customizable Update Rates (CUR). Authorized registered user may change a device update rate through the Self Service Portal (SSP) to 60 seconds at no additional cost. Please note, if the device update rate is changed to a 45 (CUR45), 30 (CUR30), or 15 (CUR15) second update rate, an additional charge per device would apply per the CUR list price for the selected rate. Networkfleet Device/Hardware Options for State of Florida The Devices/Hardware Options below have been discounted. No additional discounts apply. Device/Hardware Options Purchase Cost 5200-GPS Only $85.00 5500-Diagnostics + GPS $85.00 1009N2VD-6100 Expressfleet $55.00 AssetGuard BX Non-Powered Asset Tracking $150.00 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 36 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Notes: Only one Hardware tier and one Service tier per Customer Account. Must be on a 12 month service agreement. Applicable taxes are not included in the above pricing. Any applicable taxes will be applied to the billing invoice. Item Number Accessory Price PARTS030 Reinstallation Kit $3.00 PARTS031 Tamper Resistant Zip Ties (100 per pack) $50.00 PARTS032 Combination Antenna A (standard) $30.00 PARTS037 AT-1400 Replacement Battery $45.00 PARTS039 AT-1400 Bracket $20.00 PARTS040 Window-Mount GPS Antenna Module (5500/5200) $35.00 PARTS041 Sensor Input Harness (5500/5200) $10.00 PARTS042 OBD-II Adapter Kit only including Core Connector & 8 Adapters (5500/5200) $20.00 PARTS043 6-pin Heavy Duty Harness (5500/5200) $35.00 PARTS044 9-pin Heavy Duty Harness with Square Flange (5500/5200) $35.00 PARTS045 9-pin Heavy Duty Harness with “D” Mount (5500/5200) $35.00 PARTS069 OBD Harness Extension $10.00 PARTS070 16-Pin Heavy Duty Harness $35.00 PARTS046 Universal Harness (5200) $10.00 PARTS047 Light Duty Harness plus OBD-II Adapter Kit (5500/5200) $35.00 PARTS090 Alternate Power/Ground Adapter (5200/5500) $20.00 PARTS053 Garmin FMI 45 Cable with Traffic for Connect $145.95 PARTS054 Garmin FMI Modified Cable $55.00 PARTS057 Pelican Micro Case for 5200 w/ 15’ Universal Harness $74.95 A-PEM001 PEM Port Expansion Module $140.00 PARTS059 Quick Install Harness $10.00 A-SAT001 Satellite Modem $550.00 PARTSS063 Satellite Antenna $50.00 PARTSS064 Satellite Harness $50.00 KIT-SAT Satellite Kit (includes one modem, antenna & harness) $650.00 PARTS065 Asset Guard BX Replacement Batter (1) $75.00 PARTS066 Asset Guard BX Magnet Mount Kit (set of 4) *See Note $75.00 PARTS095 ID Reader Adapter Install Kit $30.00 PARTS060 Driver ID Reader $15.00 PARTS061 Driver ID Key $3.50 PARTS087 Audible Driver ID Alert $15.00 PARTS071 Bluetooth Extension $0.00 PARTS093 Universal Harness (6100) $10.00 PARTS058 Universal Harness $10.00 PARTS097 5000 9-Pin “D” Mount Harness Type 2 $35.00 PARTS098 5000 9-Pin Square Harness Type 2 $35.00 PARTS111 USM 9-Pin “D” Mount Harness Type 2 Pins F-G $35.00 PARTS112 USM 9-Pin Square Harness Type 2 Pins F-G $35.00 Notes: * Asset Guard BX Magnet Mount Kit includes CalAmp 133561 hardware and lanyard & CalAmp 1M101-MNC25 magnets (set of 4). Item Number Installation Type Pricing (per unit) Notes I-INSTALL-UNIT Base Installation – Plug/Play or 3 Wire $65.00 Base Installation includes 1 Device and 1 Harness D-INSTALL-UNIT Limited Lifetime Base Installation $2.00 Monthly Service Fee I-INSTALL-FMI Add-On to Base Installation (Garmin) $35.00 I-INSTALL-SENSOR Add-On to Base Installation (Sensor) $65.00 Sensor Install is $65.00 PER SENSOR I-INSTALL-AG Add-On to Base Installation (AssetGuard BX) $65.00 I-INSTALL-PMC Add-On to Base Installation (Pelican Micro Case) $35.00 I-INSTALL-PEM Add-On to Base Installation (Port Expansion Module) $35.00 I-INSTALL-SAT Add-On to Base Installation (Satellite) $35.00 I-INSTALL-DID Add-On to Base Installation (Driver ID) $35.00 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 37 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. I-INSTALL –BTE Add-On to Base Installation (Bluetooth) $35.00 D-INSTALL-BTE Limited Lifetime Add-On to Base Installation (Bluetooth) $1.00 Monthly Service Fee D-INSTALL-FMI Limited Lifetime Add-On to Base Installation (Garmin) $1.00 Monthly Service Fee D-INSTALL-SENSOR Limited Lifetime Add-On to Base Installation (Sensor) $1.00 D-INSTALL-AG Limited Lifetime Add-On to Base Installation (AssetGuard BX/PW) $2.00 D-INSTALL-PMC Limited Lifetime Add-On to Base Installation (Pelican Micro Case) $1.00 Monthly Service Fee D-INSTALL-PEM Limited Lifetime Add-On to Base Installation (Port Expansion Module) $1.00 Monthly Service Fee D-INSTALL-SAT Limited Lifetime Add-On to Base Installation (Satellite) $1.00 Monthly Service Fee D-INSTALL-DID Limited Lifetime Add-On to Base Installation (Driver ID) $1.00 Monthly Service Fee I-SWAP-UNIT Device Swap $65.00 I-TRANSFER-UNIT Device Transfer $65.00 I-REMOVAL-UNIT Removal $65.00 Removal of device. I-NOSHOW No Show $75.00 Applies per trip if the installer makes the trip and the designated vehicle is not available so the unit cannot be installed. I-TROUBLESHOOT-UNIT Troubleshoot; Mileage $65.00 Per Trip TRAINING-HALF ½ Day Installation Training $150.00 TRAINING-FULL Full Day Installation Training $300.00 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 38 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. One Talk Solution: Government Subscribers Only The plans/features below reflect any applicable discount. No additional discounts apply. One Talk is a business telephone system that combines landline and mobile phone capabilities into a fully integrated mobile and office solution providing a single telephone number (“Mobile Data Number/MDN”) with the same mobile and landline features. One Talk Solution: Desk Phone/Mobile Client Price Plan Type Line Level Plans One Talk Primary MDN Monthly Access One Talk Price Plan (100 MB Data) $10.00 One Talk Feature $15.00 One Talk Line Access Charge N/A One Talk Solution: Auto Receptionist (AR) Auto Receptionist Price Plan Type Line Level Plans One Talk Primary MDN Monthly Access One Talk AR Price Plan (100 MB Data) $10.00 One Talk AR Feature $10.00 One Talk AR Line Access Charge N/A One Talk Solution: Hunt Group (HG) Hunt Group - Every ECPD profile will be allowed to activate two Hunt Groups by default; additional Hunt Groups can be purchased as long as the ratio of active One Talk lines to Hunt Groups is 3:1 respectively Price Plan Type Line Level Plans One Talk Primary MDN Monthly Access One Talk HG Price Plan (100 MB Data) $0.00 One Talk HG Feature $0.00 One Talk HG Line Access Charge N/A Optional Features One Talk Premium Visual Voicemail for Android Smartphone $2.99 One Talk Premium Visual Voicemail for Desk Phone & Mobile Client $2.99 One Talk Voicemail Talk To Text for iOS Smartphones $2.99 One Talk Caller Name ID $2.99 Additional Devices For MDN’s activated on a Smartphone, Desk Phone, Mobile Client, a maximum of up to eight (8) devices can be shared with the MDN as follows: 1 Smartphone, up to 2 desk phones and up to 5 mobile clients. Smartphone Device Desk Phone1 Mobile Client2 (Includes Smartphones and Tablets) Auto Receptionist/ Hunt Group Additional devices (endpoint) incur a $10.00 monthly access $0.00 for additional devices (excluding Smartphone devices with One Talk Basic Dialer) $0.00 for additional devices (excluding Smartphone devices with One Talk Basic Dialer) N/A Notes: One Talk service is applied to the Verizon Wireless MDN and is available on all of the user’s devices. One Talk is not compatible with Fax machines, credit card POS solutions, or Security Systems. One Talk calls drop if either party leaves Verizon 4G LTE coverage. When outside of the 4G LTE coverage area and without 3G or WiFi service, the device operates as a standard device (1X calling) with standard voice and SMS messaging capabilities with no One Talk features available to the user. Mobile client is the One Talk client. 1One (1) additional Desk Phone can be added as an additional device per MDN. 2Mobile Client eligible devices (includes devices from other carriers); Smartphones (without One Talk Basic Dialer), wireless and WiFi tablets; limit five (5) total per MDN (including primary device. Installing the One Talk Mobile client consumes an estimated 50MB of data. Additional information regarding One Talk is attached hereto DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 39 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 4G Business Unlimited One Talk Auto Receptionist Plan Government Subscribers Only This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $10.00 (99319) Voice Minutes Allowance Unlimited Data Allowance1 Unlimited Notes: Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Only One Talk Auto Receptionist Devices can be activated on this plan. This is a current retail plan and is subject to change or be discontinued without notice to the customer. This Business Unlimited Plan is not compatible with Private Network Traffic Management (PNTM) or Private Network. 1If 22 GB of domestic data usage is exceeded on any line in any given billing cycle, Verizon Wireless will limit the data throughput speeds to up to 200 Kbps for additional usage for the remainder of the then-current billing cycle for the line that exceeds the data usage. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at up to 1080p. For data usage in Canada and Mexico, after the first 512 MB of usage in a day, throughput speeds for additional usage will be reduced for the remainder of the day. Usage outside of the United States requires a 4G LTE GSM/UMTS global-capable device. 4G Business Unlimited One Talk Mobile Client/Desk Phone Plan Government Subscribers Only This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $10.00 (99320) Voice Minutes Allowance Unlimited Data Allowance1 Unlimited Notes: Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Only One Talk Desk Phone Devices can be activated on this plan. This is a current retail plan and is subject to change or be discontinued without notice to the customer. This Business Unlimited Plan is not compatible with Private Network Traffic Management (PNTM) or Private Network. 1If 22 GB of domestic data usage is exceeded on any line in any given billing cycle, Verizon Wireless will limit the data throughput speeds to up to 200 Kbps for additional usage for the remainder of the then-current billing cycle for the line that exceeds the data usage. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at up to 1080p. For data usage in Canada and Mexico, after the first 512 MB of usage in a day, throughput speeds for additional usage will be reduced for the remainder of the day. Usage outside of the United States requires a 4G LTE GSM/UMTS global-capable device. One Talk Call Queue Government Subscribers Only No Domestic Roaming or Long Distance Charges This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $25.00 $45.00 Calls in Queue 10 calls held in queue 25 calls held in queue Monthly Call Queue Agent Feature $1.00 per line/per month* Notes: One Talk service is applied to the Verizon Wireless MDN and is available on all of the user’s devices. One Talk is not compatible with Fax machines, credit card POS solutions, or Security Systems. One Talk calls drop if either party leaves Verizon 4G LTE coverage. When outside of the 4G LTE coverage area and without 3G or WiFi service, the device operates as a standard device (1X calling) with standard voice and SMS messaging capabilities with no One Talk features available to the user. Mobile client is the One Talk client. 1One (1) additional Desk Phone can be added as an additional device per MDN. 2Mobile Client eligible devices (includes devices from other carriers); Smartphones (without One Talk Basic Dialer), wireless and WiFi tablets; limit five (5) total per MDN (including primary device. Installing the One Talk Mobile client consumes an estimated 50MB of data. For additional information regarding One Talk please refer to the One Talk documents attached hereto. 1. Call queue has a maximum limit of 40 agents per call queue setup. 2. Dial MDN direct or be routed through Auto Receptionist DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 40 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. NETMOTION These products Do Not qualify for additional discounts Service Item Software Plan ID SKU Frequency/ Payment Plan Price Function "Mobility VPN" (Virtual Private Network for wireless connections) - An encrypted, secure tunnel for mobile devices 651968 NMSVZW-GOV-SILVER-Monthly: MONTHLY Monthly $4.33 "Mobility VPN" (Virtual Private Network for wireless connections) An encrypted, secure tunnel for mobile devices -- Works with Android, iOS, Windows and Mac devices -- Criminal Justice Information Systems (CJIS) Compliance 651969 NMSVZW-GOV-SILVER-Annual: ANNUAL Annual $52.00 "Mobility VPN" + "Modules" (Policy, Network Access Control, Mobile Analysis) 651970 NMSVZW-GOV-GOLD-Monthly: MONTHLY Monthly $6.93 All features of the Mobility VPN base product, plus the Policy, Network Access Control (NAC) and Mobile Analysis Modules 651971 NMSVZW-GOV-GOLD-Annual: ANNUAL Annual $83.20 "Mobility VPN" + "Modules" + "Diagnostics" which includes connectivity problem identification, security reinforcement, improved end user productivity and powerful reporting. 651972 NMSVZW-GOV-PLATINUM-Monthly: MONTHLY Monthly $8.67 All features of the Mobility VPN base product and the Policy, Network Access Control (NAC) and Mobile Analysis Modules, Plus Diagnostics 651973 NMSVZW-GOV-PLATINUM-Annual: ANNUAL Annual $104.00 Mobility VPN + "Modules" + "Diagnostics" + "Mobile IQ" which includes performance assessment, threat defense, cost control, location intelligence and inventory, troubleshooting and system-wide status 651974 NMSVZW-GOV-DIAMOND-Monthly: MONTHLY Monthly $13.00 All features of the Mobility VPN base product and the Policy, Network Access Control (NAC) and Mobile Analysis Modules, Plus Diagnostics + MobileIQ 651975 NMSVZW-GOV-DIAMOND-Annual: ANNUAL Annual $156.00 Comprehensive data collection and root cause detection software (add-on feature) 651976 NMSVZW-GOV-DIAGS-Monthly: MONTHLY Monthly $4.33 Comprehensive data collection and root cause detection software 651977 NMSVZW-GOV-DIAGS-Annual: ANNUAL Annual $52.00 Visual troubleshooting, analytics and alerting dashboards (add-on feature) 651978 NMSVZW-GOV-MIQ-Monthly: MONTHLY Monthly $4.33 Visual troubleshooting, analytics and alerting dashboards 651979 NMSVZW-GOV-MIQ-Annual: ANNUAL Annual $52.00 Professional Services - Up to 8 Hours 651980 11NMPS-GOV-8HR-S - One Time: ONE TIME One-Time $2,000.00 Off-site Services Professional Services - Up to 4 Hours 651981 11NMPS-GOV-4HR-S - One Time: ONE TIME One-Time $1,000.00 Off-site Services DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 41 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Mobility Certification Training 651982 11NMTR-GOV-C - One Time: ONE TIME One-Time $2,295.00 Off-site Services Elite Technical Service (0 - 4,999 licenses) 651983 11NMETS-GOV - One Time: ONE TIME One-Time $30,000.00 Off-site Services Elite Technical Service (5,000+ licenses) 651984 11NMETS5K-GOV - One Time: ONE TIME One-Time $50,000.00 Off-site Services Dedicated Technical Account Manager (1 year) 651985 11NMPS-GOV-TAM - One Time: ONE TIME One-Time $40,000.00 Off-site Services Note: Customer may purchase NetMotion Software, Inc. (“NetMotion”) licenses and services (“NetMotion Services”) at the prices listed above. NetMotion Services listed in the pricing sheet marked with an asterisks *** cannot be mixed or matched with other NetMotion Licenses or Services. Verizon Wireless is not the licensor of the NetMotion Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. NetMotion Services are manufactured by NetMotion. NetMotion Software is subject to a separate End User License Agreement (EULA) with NetMotion attached hereto,. Use of the NetMotion licenses or NetMotion Services is deemed to be the Customer's acceptance of the terms of the EULA. Customer must accept the EULA as the party liable for each license, and agrees that the Customer will comply with the obligations under the EULA. Verizon Wireless reserves the right to (i) modify or discontinue the Solution in whole or in part and/or (ii) terminate the Solution at any time without cause. Customer's sole and exclusive remedy for any damages, losses, claims, costs, and expenses arising out of or relating to use of the Solution will be termination of service. A. Verizon Wireless will direct NetMotion to fulfill Customer’s NetMotion Services order. Basic functionality questions and other general customer support can be obtained by calling Verizon Wireless Customer Support. All other customer support questions and issues for NetMotion Services must be obtained directly from NetMotion Software, Inc. If Verizon Wireless, in its sole discretion, determines that an inquiry from a subscriber is related to NetMotion Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate NetMotion representatives. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 42 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Asavie Moda is a network-based “all-in-one” web portal security and data management solution that enables organizations to easily and effectively manage security and productivity, along with rich reporting insights on all their mobile devices. The Asavie Moda solution extends the security provided by the customer’s Mobile Device Management platform into the network by delivering real-time visibility, control and security of the data in transit for any mobile device. Asavie Moda Government Customers Only The price below reflects the monthly access discounts. No additional discounts apply. Description SKU Name Plan ID Quantity Annual Monthly 1Asavie Moda for MPN Gov Customers ModaMPNG 677970 (Annual) 677971 (Monthly) 1-199 $80.92 $7.49 200-499 $68.85 $6.38 500-999 $60.75 $5.63 1000-2499 $52.65 $4.88 2500-9999 $48.60 $4.50 10000+ $40.50 $3.75 2Asavie Moda Global (OTT) Gov Customers ModaGLOBAL 677969 (Annual) 677968 (Monthly) 1-199 $80.92 $7.49 200-499 $68.85 $6.38 500-999 $60.75 $5.63 1000-2499 $52.65 $4.88 2500-9999 $48.60 $4.50 10000+ $40.50 $3.75 Notes. Asavie Moda is an all-in-one web portal that is an easy to deploy security and data management solution for an entire mobile estate. 1Asavie Moda for MPN Gov Customers – Does require customers to use pricing and equipment in accordance with the Private Network terms and conditions as your contract allows. 2Asavie Moda Global (OTT) Gov Customers – Does not require Private Network. Products shown or referenced are provided by Asavie Technologies, Inc. (“Asavie”), a Verizon Partner Program Member, which is solely responsible for the representations and the functionality, pricing and service agreements. Asavie can connect to several different systems including cloud based and server based applications. Customer may purchase Asavie licenses and services (“Asavie Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Asavie Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Asavie Services are manufactured by Asavie Technologies, Inc. Any license for Asavie Services must be obtained directly from Asavie either upon purchase or installation of the Asavie Services. Asavie Services are subject to Asavie terms and conditionsattached hereto.. Verizon Wireless will direct Asavie to fulfill Customer’s Asavie Services order. Customer support for Asavie Services must be obtained directly from Asavie Technologies, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Asavie Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Asavie representatives. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 43 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Asavie IoT Connect® provides Private Network connectivity on demand for remote sites and IoT devices. Provides direct, enterprise-grade connection that bypasses the public Internet, helping to reduce exposure to possible cyber threats. Asavie IoT Connect® Government Customers Only The price below reflects the monthly access discounts. No additional discounts apply. Name SKU Name Plan ID Quantity Annual Monthly IoT MPN 25 MB IOTCMPN25MBG 677959 (Annual) 677958 (Monthly) 1-199 $24.22 $2.24 200-499 $20.59 $1.91 500-999 $18.16 $1.68 1000-2499 $15.74 $1.46 2500-9999 $14.53 $1.35 10000+ $12.11 $1.12 Notes. Asavie IoT Connect runs over Verizon’s secure Private Network. 1 Requires customers to use pricing and equipment in accordance with the Private Network terms and conditions as your contract allows. Products shown or referenced are provided by Asavie Technologies, Inc. (“Asavie”), a Verizon Partner Program Member, which is solely responsible for the representations and the functionality, pricing and service agreements. Asavie can connect to several different systems including cloud based and server based applications. Customer may purchase Asavie licenses and services (“Asavie Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Asavie Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Asavie Services are manufactured by Asavie Technologies, Inc. Any license for Asavie Services must be obtained directly from Asavie either upon purchase or installation of the Asavie Services. Asavie Services are subject to Asavie terms and conditionsattached hereto.. Verizon Wireless will direct Asavie to fulfill Customer’s Asavie Services order. Customer support for Asavie Services must be obtained directly from Asavie Technologies, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Asavie Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Asavie representatives. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 44 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Asavie IoT Connect® with Cloud Connect Government Customers Only The price below reflects the monthly access discounts. No additional discounts apply. IoT MPN 25 MB CC IOTCMPN25MBCCG 677953 (Annual) 677952 (Monthly) 1-199 31.46 2.99 200-499 26.74 2.54 500-999 23.59 2.24 1000-2499 20.45 1.95 2500-9999 18.87 1.80 10000+ 15.73 1.5 IoT MPN 150 MB IOTCMPN150MBG 677957 (Annual) 677956 (Monthly) 1-199 $40.42 $3.74 200-499 $34.36 $3.18 500-999 $30.31 $2.81 1000-2499 $26.27 $2.43 2500-9999 $24.25 $2.25 10000+ $20.21 $1.87 IoT MPN 150+ MB IOTCMPN150MBPLUSG 677955 (Annual) 677954 (Monthly) 1-199 $80.92 $7.49 200-499 $68.78 $6.37 500-999 $60.69 $5.62 1000-2499 $52.60 $4.87 2500-9999 $48.55 $4.50 10000+ $40.46 $3.75 Notes. Asavie IoT Connect runs over Verizon’s secure Private Network. 1 Requires customers to use pricing and equipment in accordance with the Private Network terms and conditions as your contract allows. Products shown or referenced are provided by Asavie Technologies, Inc. (“Asavie”), a Verizon Partner Program Member, which is solely responsible for the representations and the functionality, pricing and service agreements. Asavie can connect to several different systems including cloud based and server based applications. Customer may purchase Asavie licenses and services (“Asavie Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Asavie Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Asavie Services are manufactured by Asavie Technologies, Inc. Asavie Services are subject to Asavie terms and conditions attached hereto. Verizon Wireless will direct Asavie to fulfill Customer’s Asavie Services order. Customer support for Asavie Services must be obtained directly from Asavie Technologies, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Asavie Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Asavie representatives. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 45 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Verizon Secure Cloud Gateway Powered by iboss Secure Cloud Gateway is a cloud-based secure web gateway service that provides security for web traffic and protects users from internet- threats through enforcement of internet policy compliance. Built for the cloud and the modern, distributed organization, Secure Cloud Gateway helps meet the cybersecurity needs of today’s organizations who are challenged with enforcing internet policy and security across decentralized networks, branch offices, and remote and mobile users. The Secure Cloud Gateway service is powered by iboss, a leading web security company. These licenses are not eligible for monthly access discounts. SKU Price Plan ID Description Frequency Cost CF-WIRELESS-NNI- SLED Price plan ID 699515 Core Gateway Monthly $2.72 MDF-WIRELESS-NNI-SLED Price Plan ID 699514 Malware Defense Monthly $4.17 Note: Secure Cloud Gateway powered by iboss solution requires a Mobile Private Network Tiered Hierarchy design where iboss operates the parent private network and each mutual customer of iboss and Verizon Wireless must have a private network built as a child of the iboss parent. *A minimum quantity of 100 user licenses per order is required. Licenses bill in full monthly increments with no prorations with a one year line term. *Devices that are certified for private network include: • Verizon Jetpacks • LTE Enabled routers – [Consult with sales and product manager for the number of licenses associated with multi user devices.] • LTE enabled tablets, phones and laptops 1These SKUs are mutually exclusive and cannot be combined. Verizon Secure Cloud Gateway Core Package: Web Gateway Verizon Secure Cloud Gateway Plus Package: Malware Defense Core Package delivers compliance based web gateway features to all devices Plus Package delivers all Core Package features and advanced malware defense • Web and Content Filtering • Protection for outdated browsers and Operating System (OS) • Secured Socket Layer (SSL) visibility and traffic management • Single pane of glass management • Cloud apps and social media controls • Advanced, near real-time reporting • Flexible data traffic re-direction for devices, virtually everywhere • Advanced malware detection and prevention for polymorphic threats. • Command and Control (CnC) callback monitoring across enterprise ports and protocols. • Signature based intrusion detection and prevention. • Protection across all devices and locations including HQ, remote offices, mobile and Bring Your Own Device (BYOD). • Behavioral Malware Sandboxing Note: Pricing includes 24/7 Mission Critical Support and Basic Implementation Support (8 hours of policy setup and dashboard help). DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 46 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Lookout Mobile Endpoint Security These products do not qualify for further discounts. Lookout Mobile Endpoint Security helps organizations prevent data loss and leakage through mobile devices by delivering advanced security and comprehensive policy-based protection against the spectrum of mobile risk. SKU Description Term Price MES-GOV-C-P-U1Y-PU GOV Comprehensive - User w Phishing Annual $75.60 MES-GOV-C-P-U1Y-PD GOV Comprehensive/Dev w Phishing Annual $54.00 GOV-SPT-MES-PRMPLS-U1Y- PD GOV Prem Plus Support/Device Annual $8.10 GOV-SPT-MES-PRMPLS-U1Y- PU GOV Prem Plus Support/User Annual $11.34 GOV-SPT-MES-PRM-U1Y-PD GOV Premium Support/Device Annual $4.50 GOV-SPT-MES-PRM-U1Y-PU GOV Premium Support/User Annual $6.75 Note: In order to be able to purchase Lookout Mobile Endpoint Security, Customer is required to maintain a minimum of one (1) active and billing Verizon Wireless line of service. Additionally, Customer is required to provide an active corporate email address to complete the activation process. Verizon provides support for ordering Lookout Mobile Endpoint Security licenses, billing, and will provide Tier one (1) customer support for Lookout. Lookout will provide Tier two (2) when required through a Verizon Wireless call transfer. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 47 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. LTE Vehicle Internet These hardware Sku bundles are not eligible for further discounts. The LTE Vehicle Internet solution supports in-Vehicle connectivity providing ruggedized routers and cloud- managed services. Services are designed to allow departments to deploy, configure, manage and scale quickly and in real time. Devices support dual carrier with SIM-based Auto-Carrier Selection, Public Safety and Data plans, and are available on many public-sector contract vehicles. SKU# Description OEM P/N Price 5642701 1-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR900 FIPS router with WiFi (1000Mbps modem) MA1-900F120B-XFA $1,097.10 5642703 5-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR900 FIPS router with WiFi (1000Mbps modem) MA5-900F120B-XFA $1,853.10 5642698 1-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR1700 FIPS router with WiFi (1200Mbps modem) MA1-170F120B-XFA $1,574.10 5642700 5-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR1700 FIPS router with WiFi (1200Mbps modem) MA5-170F120B-XFA $2,330.10 5642692 1-yr NetCloud Mobile Essentials Plan and IBR900 router with WiFi (1000Mbps modem) MA1-0900120B-NNA $899.10 5642694 5-yr NetCloud Mobile Essentials Plan and IBR900 router with WiFi (1000Mbps modem) MA5-0900120B-NNA $1,358.10 5584528 1-yr NetCloud Mobile Essentials Plan and IBR1700 router with WiFi (1200Mbps modem) MA1-1700120B-NNA $1,448.10 5642691 5-yr NetCloud Mobile Essentials Plan and IBR1700 router with WiFi (1200Mbps modem) MA5-1700120B-NNA $1,943.10 5691111 3-yr NetCloud IoT Essentials Plan and IBR600C router with WiFi (150 Mbps modem), North America TB3-600C150M-NNN $458.10 5691112 5-yr NetCloud IoT Essentials Plan and IBR600C router with WiFi (150 Mbps modem), North America TB5-600C150M-NNN $512.10 5642722 1-yr NetCloud Branch Essentials Plan with AER2200 router with WiFi (1200Mbps modem), North America BA1-2200120B-NNN $1,412.10 5642723 3-yr NetCloud Branch Essentials Plan with AER2200 router with WiFi (1200Mbps modem), North America BA3-2200120B-NNN $1,655.10 5642724 5-yr NetCloud Branch Essentials Plan with AER2200 router with WiFi (1200Mbps modem), North America BA5-2200120B-NNN $1,916.10 5691113 3-yr NetCloud IoT Gateway Essentials Plan and IBR200 router with WiFi (10 Mbps modem) for Verizon TB3-020010M-VNN $278.10 5691114 5-yr NetCloud IoT Gateway Essentials Plan and IBR200 router with WiFi (10 Mbps modem) for Verizon TB5-020010M-VNN $332.10 5642707 LTE Advanced Pro (1200Mbps) modem upgrade for Mobile. MA-MC400-1200M-B $539.99 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 48 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Includes IBR1700 & COR Dock doors, no antennas 5584526 3-yr NetCloud Mobile Essentials Plan and IBR1700 router with WiFi (1200Mbps modem), no AC power supply or antennas, North America MA3-17001200-NNA $1,682.10 5642693 3-yr NetCloud Mobile Essentials Plan and IBR900 router with WiFi (1000Mbps modem), no AC power supply or antennas, North America MA3-09001200-NNA $1,123.20 Note: NetCloud functions vary for FIPS Hardware enabled devices. Consult the Cradlepoint website for specifics. . Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. These hardware bundles can be used with 4G Mobile Broadband, Machine to Machine, and Public Safety Mobile Broadband Price Plans. A data plan is required for each modem purchase. There are no returns or exchanges and no Proration’s. Reference Cradlepoint terms of service attached hereto. LTE Vehicle Internet These Accessories Sku’s are not eligible for further discounts. SKU# Description OEM P/N Price 4765224 COR IBR1700, IBR900 power supply North America 170716-000 $22.49 3715571 Dual-band 2.4/5.0 GHz external WiFi antenna for AER3100, AER2100, IBR900, IBR1100 (1X) 170628-000 $13.49 5427545 Black, Universal 600MHz-6GHz 3G/4G/LTE 2dBi/3dBi 6 in antenna with SMA connector (1x) 170760-000 $13.49 3774498 Vehicle power adapter for COR 170635-000 $22.49 5503087 3 meter power and GPIO cable (direct wire) for IBR1700, IBR9x0 170585-001 $13.04 4381062 Serial DB9 to GPIO cable, 3 meters 170676-000 $16.19 4979362 Panorama antenna 5IN1 Blk dome 2LTE 2WIFI 1GPS LP-IN1958-B $283.78 4979363 Panorama antenna 5IN1 Wht dome 2LTE 2WIFI 1GPS LP-IN1958-W $283.78 5166824 Panorama antenna 9IN1 Blk dome 4LTE 4WIFI 1GPS LG-IN2293-B $461.83 5166826 Panorama antenna 9IN1 Wht dome 4LTE 4WIFI 1GPS LG-IN2293-W $461.83 Note: There are no returns or exchanges. Accessories can be purchased separately from hardware bundles. Reference Panorama Antenna terms attached hereto. LTE Business Internet 10 Mbps Speed Tier Machine-to-Machine Plans* These plans are eligible for monthly access fee discounts. Monthly Access Fee1 $70.00 (41121) $90.00 (41135) $140.00 (41205) $190.00 (41212) Speed Tier Limit (Up to)2 10 Mbps 10 Mbps 10 Mbps 10 Mbps Data Deprioritization Threshold3 25 GB 50 GB 100 GB 150 GB Data Throughput Limit Threshold4 50 GB 100 GB 200 GB 300 GB Throttled Speed (Up to) 600 Kbps 600 Kbps 600 Kbps 600 Kbps DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 49 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Notes: These plans are restricted to the Verizon Wireless 4G network (domestic and international roaming are not available). Only select Customer-provided 4G data routers can be activated on these plans. 1The monthly access fee will not be pro-rated when moving to a higher speed tier plan during a billing cycle (the higher access fee will be billed); a line cannot move to a lower speed tier during a billing cycle. 2Speeds represent the maximum speed but may be lower in the event of network congestion. 3After the data deprioritization threshold is met on a line during any billing cycle, usage may be prioritized behind other customers in the event of network congestion. 4If the data throughput limit threshold is exceeded on any line in any given billing cycle, Verizon Wireless will limit the data throughput speeds for additional usage for the remainder of the then-current billing cycle for the line that exceeds the data usage to the applicable throttled speed. Voice calls cannot be placed or received on these plans other than to 611 or 911 (these calls may be placed anywhere in the Nationwide Rate and Coverage Area). If the voice block feature is removed, there will be a $0.25 per minute charge for voice calls. Text messages cannot be sent or received on these plans. If the text message block feature is removed, there will be a $0.20 per message charge for messages sent or received. These plans can be used for point-of-sale, mobile terminal, and business productivity applications. Prohibited applications include, but are not limited to, continuously streaming video, web hosting, and public/guest Wi-Fi systems without prior approval from Verizon Wireless. *These plans are for machine-to-machine service (“M2M Service”). “M2M Service” refers to use of the Wireless Service for the transmission of data between wireless devices and computer servers or other machines, or between wireless devices, with limited or no manual intervention or supervision. Single Basic Phone Unlimited Talk Plus 500MB Plan Government Subscribers Only No Domestic Roaming or Long Distance Charges This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $30.00 Monthly Anytime Minutes Unlimited BPC Data Rate 500 MB $10.00 per GB Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. *May only be activated on a Verizon Wireless Home Phone Approved Device (BPC100). This is not a Home Phone Service. This service is generally utilized to replace POTS lines. Custom wireless Home Phone Connect Plan Government Subscribers Only No Domestic Roaming or Long Distance Charges This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $20.00 Monthly Anytime Minutes Unlimited Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Activation on this phone requires a separate billing account. Activations on this plan are limited to no more than 9 lines per account. *May only be activated on a Verizon Wireless Home Phone Approved Device. This is not a Home Phone Service. This service is generally utilized to replace POTS lines. Wireless Home Phone is not compatible with any data applications. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 50 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. PUBLIC SAFETY CUSTOM PLANS Custom 4G Unlimited Smartphone Plan with Mobile Broadband Priority and Preemption for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only. This plan is not eligible for monthly access fee discounts. Mission Critical Only 4G LTE GSM/UMTS global-capable smartphones can be activated on this plan. Monthly Access Fee $39.99 Monthly Minutes in U.S Unlimited Domestic Data Allowance(1) Unlimited Domestic Messaging Allowance Unlimited Optional Features Domestic Mobile Hotspot $5.00 additional per month Push-to-Talk $2.00 additional per month Notes: . No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. (1) Data usage on this rate plan is not subject to speed reductions (“throttling”) within a given billing cycle. However, in the event a user consumes more than 25GB each billing cycle for three (3) consecutive billing cycles, data throughput speeds will automatically be reduced for data usage exceeding 25GB per billing cycle on a go-forward basis. Data usage for actively engaged and deployed fire, police, emergency medical technicians, emergency management agency, and assigned federal law enforcement users on this plan will not be subject to speed reductions regardless of data usage during any billing cycle. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at 480p. This service plan includes Mobile Broadband Priority and Preemption. Mobile Broadband Priority ensures customers can connect to the network with priority by leveraging a pool of radio resources dedicated to enable their connection. Mobile Broadband Priority identifies the user with an Access Priority setting, giving them higher priority for network access than lower Access Class users. Preemption automatically activates to provide approved personnel uninterrupted access to the network in those uncommon times when the network is fully utilized. 911 calls are never preempted. This service plan is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: (PP# 16807) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 51 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Custom Unlimited Basic Phone Plan for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only This plan is not eligible for monthly access fee discounts. This Public Safety Plan does not provide a Mission Critical service standard. Monthly Access Fee $22.99 Monthly Minutes in U.S Unlimited Domestic Data Allowance 100MB Domestic Messaging Allowance Unlimited Domestic Data Overage $10.00 per GB Notes: . No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. This service plan is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: (PP# 16810) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 52 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Custom Unlimited Push to Talk Only Plan for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only. This plan is not eligible for monthly access fee discounts. This Public Safety Plan does not provide a Mission Critical service standard. Monthly Access Fee $17.99 Monthly Push to Talk Minutes Unlimited Domestic Voice Per Minute Rate $0.25 Notes: No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. This service plan is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: (PP#96625/4G Only – PP#96625 3G/4G) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. Mobile Broadband Priority Feature for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only. Mission Critical Monthly Access Fee $0.00 Mobile Broadband Priority ensures customers can connect to the network with priority by leveraging a pool of radio resources dedicated to enable their connection. Mobile Broadband Priority identifies the user with an Access Priority setting, giving them higher priority for network access than lower Access Class users. This feature is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: (PP#86124) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 53 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Custom 4G Unlimited Mobile Broadband Plan with Mobile Broadband Priority and Preemption for National Security, Public Safety, and First Responders Government Liable Subscribers Only. This plan is not eligible for monthly access fee discounts. Mission Critical Only 4G LTE GSM/UMTS global-capable devices can be activated on this plan. Monthly Access Fee $36.05 Domestic Data Allowance(1) Unlimited Notes: . No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Data usage on this plan is restricted to Verizon Wireless network use only; roaming is not available. (1) Data usage on this rate plan is not subject to speed reductions (“throttling”) within a given billing cycle. However, in the event data usage exceeds 25GB each billing cycle for three (3) consecutive billing cycles, data throughput speeds will automatically be reduced for data usage exceeding 25GB per billing cycle on a go-forward basis. Data usage for actively engaged and deployed fire, police, emergency medical technicians, emergency management agency, and assigned federal law enforcement users on this plan will not be subject to speed reductions regardless of data usage during any billing cycle. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at 720p. This service plan includes Mobile Broadband Priority and Preemption. Mobile Broadband Priority ensures customers can connect to the network with priority by leveraging a pool of radio resources dedicated to enable their connection. Mobile Broadband Priority identifies the user with an Access Priority setting, giving them higher priority for network access than lower Access Class users. Preemption automatically activates to provide approved personnel uninterrupted access to the network in those uncommon times when the network is fully utilized. 911 calls are never preempted. Devices utilized in conjunction with this plan are limited to mobile device applications. Dedicated internet connections (including but not limited to, stationary wireless networking router devices), streaming video on non-smartphone devices (including but not limited to, body cameras and stationary video surveillance cameras), and Internet of Things (“IoT”) devices* are expressly prohibited on this rate plan. This plan is only available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes**: (PP# 20664) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Internet of Things (“IoT”) devices. Devices other than smartphones, aircards, jetpacks, modems, and tablets that transfer data over the network (e.g. M2M). **Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 54 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Verizon Wireless Preemption Service Feature for National Security, Public Safety, and First Responders Government Liable Subscribers Only, Mission Critical Monthly Access Fee Per MDN $0.00 NOTE: Preemption Service (“Preemption”) is a capability that reallocates network resources to customers so that they can connect in emergencies. In those uncommon times when the network is fully utilized, Preemption automatically activates to provide approved personnel uninterrupted access to the network. It helps ensure our national security, public safety, and first responder customers can continue to communicate with each other during times of high network use. Preemption capability is available on the Verizon Wireless 3G and 4G LTE data network. While Preemption capability may also be available on the networks of Verizon Wireless’s domestic roaming partners, Verizon Wireless makes no representation of Preemption availability or reliability on such networks. Preemption is limited to select service rate plans and cannot be used in conjunction with devices or service plans utilized with dedicated internet connections (including but not limited to, stationary wireless networking router devices), streaming video on non-smartphone devices (including but not limited to, body cameras and stationary video surveillance cameras), and IoT devices are expressly prohibited from using this feature. Please note: Calls to 911 are never preempted. This feature is available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes: (PP# 86428 Basic/Smart Phone and 86433 Non-Phone) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 55 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Private Responder Core Service for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only. Mission Critical Monthly Access Fee $0.00 Verizon Wireless Private Responder Core Service for National Security, Public Safety, and Emergency Preparedness (“Private Core”): Private Core extends Customer’s IP network to its wireless equipment by segregating the data between such devices and Customer’s servers from the public Internet (the “Internet”). This service is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: National Security/ First Responders / Public Safety • 621910 Ambulance Service • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order and Safety Activities • 928110 National Security • 921190 Other General Government Support • 921110 Executive Offices 921150 American Indian/Alaska Native Tribal Governments Water • 924110 Water Infrastructure • 221320 Sewage Treatment Facilities • 221310 Water Supply and Irrigation Systems Transportation • 482111 Railway Transportation • 481111 Passenger Air Transportation • 481112 Freight Air Transportation • 483111 Shipping Transportation • 926120 Transportation Administration • 491110 Postal Service • 926120 Public Transportation • 926120 Regulation and Administration of Transportation Programs Information Technology • 541512 Computer Integration • 541519 Computer Disaster Recovery Chemical • 561612 Protective Services • 541330, 541690 Chemical Engineering and Consulting • 239210 Pharmaceutical Communications • 517110 Telecommunications, Wired • 517212 Cellular and other Wireless Telecommunications • 238210, 334290 and 561620 Alarm Systems Critical Manufacturing • 237310 Highway, Street and Bridge Construction • 811310 Industry Equipment Repair • 236210 Industrial Building Construction • 211113 Extraction; 236220 Construction Management • 926150 Regulation, Licensing and Inspection of Miscellaneous Commercial Sectors Energy • 333611 Wind Turbine • 221111 Hydroelectric Power Generation • 221122 Electric Power Distribution • 221118 Other Electric Power Generation • 221210 Natural Gas Distribution • 926130 Regulation and Administration of Communications, Electric, Gas and Other Utilities • 221113 Nuclear Electric Power Generation • 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health • 621112 Health Care Practitioners • 923120 Public Health Programs *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 56 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 4G LTE Private Network Traffic Management (PNTM) Private IP Only (fixed WAN) Government Subscribers Only Metered Data Pricing only. Not compatible with Unlimited Data Plans. Mission Critical The plans below reflect any applicable discount. No additional discounts apply. Class of service (“CoS”) Customer can allocate bandwidth for applications into the Mission Critical CoS according to the PNTM Service Option selected. Mission Critical CoS Applications Recommended for video, Voice over IP, interactive services, and other mission critical applications. Best Effort CoS Applications Suitable for best effort applications (e.g. email, web browsing) PNTM Service Options: Enhanced (Entry Level) Premium (Mid Level) Public Safety (Highest Level) (Qualifying Public Safety NAICS Only) Monthly Access Fee (per line) Waived - $0.00 Waived - $0.00 Waived - $0.00 Mission Critical CoS Speeds Mapped Up to 0.5 Mbps Mapped Up to 2 Mbps Mapped Up to 2 Mbps Best Effort CoS Applications Speeds Remaining available 4G LTE bandwidth Remaining available 4G LTE bandwidth Remaining available 4G LTE bandwidth RF Priority on access network N/A N/A During heavy network usage periods Qualifying Public Safety NAICS: Public Safety Subscribers classified with the following NAICS codes*, performing First Responder responsibilities only. The Public Safety PNTM service option is not an on demand service. The Public Safety PNTM must be provisioned on the account prior to use in the event of an emergency situation. 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian/Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices Notes. 4G LTE Private Network subscribers with unlimited data plans are ineligible for Private Network Traffic Management. This service is only available while on Verizon Wireless’ 4G network and is not available while roaming. VZ Private IP (MPLS) connectivity required. PNTM relies on customer’s applications (VoIP, video, etc.) to appropriately mark IP sessions in order to prioritize their application over the 4G LTE Private Network using Internet Protocol Differentiated Services Code Point (IP DSCP). PNTM 4G LTE device must be certified for use on the Verizon Wireless network (e.g. Open Development/Open Access certified, validated for Private Network and Private Network Traffic Management.) * North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 57 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. DNS Safeguard Plus Feature for Public Safety National Security, Public Safety, and First Responders Government Liable Subscribers Only Mission Critical These features are not eligible for access discounts. DNS Safeguard Plus Feature for Public Safety is a network feature that will provide enhanced Domain Name Service (DNS) security for Responder Private Core customers to proactively detect and prevent cyberattacks. Code Description Device Provisioning Monthly Access Fee 87898 DNS Safe Guard Plus RPC PS Android and other OS devices only (Non-Apple).Provisions PSINTERNET and DNS Security Plus $0.00 87901 DNS Safe Guard Plus RPC PS APPLE Apple Devices only (Smartphones and tablets). Provisions PSINTERNET and DNS Security Plus. $0.00 Note: These features are stacked with Responder Private Core Internet Access Core as a mandatory feature. The DNS Safeguard Plus features are not compatible with Wireless Private Network, Private Network Traffic Management, or One Talk. These features are open to all plans and devices as allowed with Responder Private Core Internet Access Core. These features are available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes: National Security/ First Responders / Public Safety • 485111 Mixed Mode Transit Systems (Rail & Buses) • 485112 Commuter Rail Systems • 621910 Ambulance Services • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order, and Safety Activities • 923120 Administration of Public Health Programs • 928110 National Security • 926120 Regulation and Administration of Transportation Programs • 926150 Regulation, Licensing, and Inspection of Commercial Sectors • 926130 Regulation and Administration of Comms, Electric, Gas, Utilities • 921150 American Indian and Alaska Native Tribal Governments • 921190 Other General Government Support • 921110 Executive Offices DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 58 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. DNS Safeguard Plus Feature for Public Sector National Security, Public Safety, and First Responders Government Liable Subscribers Only Mission Critical DNS Safeguard Plus Feature for Public Sector is a network feature that will provide enhanced Domain Name Service (DNS) security for Responder Private Core customers to proactively detect and prevent cyberattacks. Code Description Device Provisioning Monthly Access Fee 87896 DNS Safe Guard Plus RPC PS Android and other OS devices only (Non-Apple).Provisions PSINTERNET and DNS Security Plus $1.25 87900 DNS Safe Guard Plus RPC PS APPLE Apple Devices only (Smartphones and tablets). Provisions PSINTERNET and DNS Security Plus. $1.25 Note: These features are stacked with Responder Private Core Internet Access Core as a mandatory feature. The DNS Safeguard Plus features are not compatible with Wireless Private Network, Private Network Traffic Management, or One Talk. These features are open to all plans and devices as allowed with Responder Private Core Internet Access Core. These features are available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes: Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 491110 Postal Service Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction; 236220 Construction Management Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 59 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. DNS Safeguard Advance Feature for Public Safety and Public Sector National Security, Public Safety, and First Responders Government Liable Subscribers Only Mission Critical DNS Safeguard Advance Feature for Public Sector is a network feature that will provide enhanced Domain Name Service (DNS) security for Responder Private Core customers to proactively detect and prevent cyberattacks. Code Description Device Provisioning Monthly Access Fee 87897 DNS Safe Guard Adv RPC Android and Other OS Devices only (Non-Apple) Smartphones, Tablets, Routers, Modems, etc. Provisions PSINTERNET and DNS Security Advanced. $2.00 87899 DNS Safe Guard Adv RPC APPL Apple Devices only (Smartphones and tablets). Provisions PSINTERNET and DNS Security Advanced. $2.00 Note: These features are stacked with Responder Private Core Internet Access Core as a mandatory feature. The DNS Safeguard Advance features are not compatible with Wireless Private Network, Private Network Traffic Management, or One Talk. These features are open to all plans and devices as allowed with Responder Private Core Internet Access Core. These features are available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes: National Security/ First Responders / Public Safety 621910 Ambulance Service 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order and Safety Activities 928110 National Security 921190 Other General Government Support 921110 Executive Offices 921150 American Indian/Alaska Native Tribal Governments Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 926120 Transportation Administration 491110 Postal Service Public Transportation 926120 Regulation and Administration of Transportation Programs 485111 Mixed Mode Transit Systems (Rail & Buses) 485112 Commuter Rail Systems Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction 236220 Construction Management 926150 Regulation, Licensing and Inspection of Miscellaneous Commercial Sectors Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 926130 Regulation and Administration of Communications, Electric, Gas and Other Utilities 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 60 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Push To Talk Responder Public Safety Mission Critical Product Description Monthly Access Notes Push to Talk Responder Service Voice Only 1 (87911) $12.00 per month Calls will not be rated Optional Feature Must be added with above if selected Push to Talk Responder with Interoperability 2 (87694) $10.00 per month Calls will not be rated Software Push to Talk Responder licenses are not eligible for any further discounts. Dispatch SW License VZMCPTTDISPCLSW $3,000 per chair One time charge Note: Coverage includes the Verizon Wireless 4G network only. Usage outside of the United States Is not supported. Lines activating on these plans must be on 4G HD voice-capable smartphones. ^Lines will need to add the Responder Private Core Internet APN Feature code to be on Push to Talk Responder. Push to Talk Responder users have the capability to make PTT calls, video calls, send and receive message and send/receive data files via the Push to Talk Responder application. Push to Talk Responder services will be charged based on the type of services the user is using as follows: 1. Push to Talk Responder service voice only can be added to any Smartphone plan as a stand-alone feature. Public Safety NAICS Codes: 485111 Mixed Mode Transit Systems (Rail & Buses) 922190 Other Justice, Public Order, and Safety Activities 485112 Commuter Rail Systems 923120 Administration of Public Health Programs 621910 Ambulance Services 928110 National Security 922110 Courts 926120 Regulation and Administration of Transportation Programs 922120 Police Protection 926150 Regulation, Licensing, and Inspection of Commercial Sectors 922130 Legal Counsel and Prosecution 926130 Regulation and Administration of Comms, Electric, Gas, Utilities 922140 Correctional Institutions 921150 American Indian and Alaska Native Tribal Governments 922150 Parole Offices and Probation Offices 921190 Other General Government Support 922160 Fire Protection (except private) 921110 Executive Offices **These features cannot be used with any other Push to Talk Plus plans or features** Push To Talk Responder Public Sector Customers (extended NAICS Codes) Mission Critical Product Description Monthly Access Notes Push to Talk Responder Service Voice Only 1 $15.00 per month Calls will not be rated Optional Feature Must be added with above if selected DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 61 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Push to Talk Responder with Interoperability 2 $10.00 per month Calls will not be rated Software Push to Talk Responder license are not eligible for any further discounts. Dispatch SW License VZMCPTTDISPCLSW $3,000 per chair One time charge Note: Coverage includes the Verizon Wireless 4G network only. Usage outside of the United States Is not supported. Lines activating on these plans must be on 4G HD voice-capable smartphones. ^ As a condition for accessing and using Push to Talk Responder, the Purchasing Entity must have authorized access from Verizon to use Responder Private Core Internet Access. Push to Talk Responder users have the capability to make PTT calls, video calls, send and receive message and send/receive data files via the Push to Talk Responder application. Push to Talk Responder services will be charged based on the type of services the user is using as follows: 1. Push to Talk Responder service w/o video can be added to any Smartphone plan as a stand-alone feature. 2. Push to Talk Responder Interoperability calls cannot be stand-alone features with any Smartphone plan. They must be added with the Push to Talk Responder service w/o video. **These features cannot be used with any other Push to Talk Plus plans or features** Customers must be on the below qualifying NAICS Codes: Water • 924110 Water Infrastructure • 221320 Sewage Treatment Facilities • 221310 Water Supply and Irrigation Systems Transportation • 482111 Railway Transportation • 481111 Passenger Air Transportation • 481112 Freight Air Transportation • 483111 Shipping Transportation • 926120 Transportation Administration • 491110 Postal Service • 926120 Public Transportation Information Technology • 541512 Computer Integration • 541519 Computer Disaster Recovery Healthcare and Public Health • 621112 Health Care Practitioners Chemical • 561612 Protective Services • 541330, 541690 Chemical Engineering and Consulting • 239210 Pharmaceutical Communications • 517110 Telecommunications, Wired • 517212 Cellular and other Wireless Telecommunications • 238210, 334290 and 561620 Alarm Systems Critical Manufacturing • 237310 Highway, Street and Bridge Construction • 811310 Industry Equipment Repair • 236210 Industrial Building Construction • 211113 Extraction; 236220 Construction Management Energy • 333611 Wind Turbine • 221111 Hydroelectric Power Generation • 221122 Electric Power Distribution • 221118 Other Electric Power Generation • 221210 Natural Gas Distribution • 221113 Nuclear Electric Power Generation • 562211 Hazardous Waste Treatment and Disposal DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 62 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Group First Response provides the next tier, in terms of Push To Talk features. Specifically it allows, fast setup time, ability to handle very large groups, and a strong security and priority handling. Group First Response is based on international 3GPP standards (Mission Critical Push To Talk (MCPTT)) that ensures that the user gets “LMR like” features Group First Response for National Security, Public Safety, and First Responders Government Subscribers Only Mission Critical Features $25.00 and above are eligible for monthly access discounts. Description Feature Code Monthly Access Fee ^Group First Response1 87781 $35.00 Push to Talk Plus Video1, 2 87787 $20.00 Note: Group First Response features work with 5G Nationwide@ network and 4G network plans. For avoidance of doubt, Verizon’s 5G Nationwide@ network is a separate network from Verizon’s 5G Ultra-Wideband network. 1Group First Response is a Push to Talk Plus bolt-on feature. All lines must have a Push to Talk Plus feature to be eligible to purchase Group First Response. 2Customers must have the Group First Response feature enabled to be eligible for the Push To Talk Plush Video bolt-on feature. ^As a condition for accessing and using Group First Response, the Purchasing Entity must have authorized access from Verizon to use Responder Private Core Internet Access. Group First Response compatible device required. Group First Response is only supported on certain devices, as it requires the device to support specific hardware capabilities. ****Disclaimer: These direct services (plus any development or modification of software related to the services) may be performed outside of the borders of the United States, and restricted and sensitive data or other secure or sensitive data or personal customer data, may be collected, developed, analyzed, or otherwise used or obtained by persons or entities working outside the boundaries of the United States. These services cannot be subject to any requirements to limit the performance of the services or storage of data within the United States and should not be ordered if these are requirements in your jurisdiction. These features are available to National Security, Public Safety, and First Responder customers only as defined by the below NAICS (formerly SIC) codes. National Security/ First Responders / Public Safety • 485111 Mixed Mode Transit Systems (Rail & Buses) • 485112 Commuter Rail Systems • 621910 Ambulance Services • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order, and Safety Activities • 923120 Administration of Public Health Programs • 928110 National Security • 926120 Regulation and Administration of Transportation Programs • 926150 Regulation, Licensing, and Inspection of Commercial Sectors • 926130 Regulation and Administration of Comms, Electric, Gas, Utilities • 921150 American Indian and Alaska Native Tribal Governments • 921190 Other General Government Support • 921110 Executive Offices DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 63 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Group First Response for Non Public Sector Customers Mission Critical Features $25.00 and above are eligible for monthly access discounts. Description Feature Code Monthly Access Fee ^Group First Response1 87781 $35.00 Push to Talk Plus Video1, 2 87787 $20.00 Note: Group First Response features work with 5G Nationwide@ network and 4G network plans. For avoidance of doubt, Verizon’s 5G Nationwide@ network is a separate network from Verizon’s 5G Ultra-Wideband network. 1Group First Response is a Push to Talk Plus bolt-on feature. All lines must have an active Push to Talk Plus feature to be eligible to purchase Group First Response. 2Customers must have the Group First Response feature enabled to be eligible for the Push To Talk Plush Video bolt-on feature. ^Group First Response requires each line to have Responder Private Core Internet Access (RPC IAC) on their lines to enable the feature. Group First Response compatible device required. Group First Response is only supported on certain devices, as it requires the device to support specific hardware capabilities. ****Disclaimer: These direct services (plus any development or modification of software related to the services) may be performed outside of the borders of the United States, and restricted and sensitive data or other secure or sensitive data or personal customer data, may be collected, developed, analyzed, or otherwise used or obtained by persons or entities working outside the boundaries of the United States. These services cannot be subject to any requirements to limit the performance of the services or storage of data within the United States and should not be ordered if these are requirements in your jurisdiction. These features are available to National Security, Public Safety, and First Responder customers only as defined by the below NAICS (formerly SIC) codes Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 491110 Postal Service Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction; 236220 Construction Management Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 64 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 517212 Cellular and other Wireless Group First Response Dispatch and Video Bundles National Security, Public Safety, and First Responders Government Subscribers Only Mission Critical Description License Bundles Frequency Price Dispatch Group Command With Video DIS_PTT_GROUP_CMD_VIDEO Monthly $300.00 Dispatch Group Advance with LMR and Video DIS_PTT_GROUP_ADV_LMR_VIDEO Monthly $281.00 Dispatch Group Command with LMR and Video DIS_PTT_GROUP_CMD_LMR_VIDEO Monthly $306.00 Dispatch PTT+ with LMR and Video DIS_PTT_LMR_VIDEO Monthly $236.00 Dispatch Group Advance with Video DIS_PTT_GROUP_ADV_VIDEO Monthly $275.00 Dispatch PTT+ with Video DIS_PTT_VIDEO Monthly $230.00 Note: Is there a note for the Sku’s?? I can state that these are licenses that the customers can cancel at any time. Is there anything else you want to state? Command and advanced had paragraphs on how they worked etc. where is that for these? All lines must have a Group First Response compatible device with an active Push to Talk Plus feature to be eligible to purchase Group First Response Dispatch and Video Bundles. These features are available to National Security, Public Safety, and First Responder customers only as defined by the NAICS (formerly SIC) codes. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 65 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Interoperability Mission Critical Interoperability licenses are not eligible for any further discounts. Software Sku’s Sku Sku Description Pricing Frequency Price U960-985-005-GOV Public Safety IWS Edge Clients1 Monthly $139.95 U960-991-001-GOV Public Safety Multimedia PTT Clients2 Monthly $7.95 U960-610-001-GOV Public Safety Radio Gateway Interconnection3 Monthly $39.95 U960-240-001-GOV Public Safety Video Gateway Interconnection4 Monthly $46.95 U960-260-001-GOV Public Safety Telephone Interconnection5 Monthly $19.98 U961-985-001-GOV Public Safety Soft Panic SW6 Monthly $112.50 Hardware Sku’s One time charge Sku Sku Description Pricing Frequency Price U980-100-001 All Network provisioning One time $795.00 U990-800-001 All Staging Testing One time $300.00 U500-614-001 4 PORT HW RADIO GATEWAY One Time $3,000.00 U500-612-001 2 PORT HW RADIO GATEWAY One Time $2,400.00 U500-610-001 1 PORT HW RADIO GATEWAY One Time $1,995.00 M840-475 VIDEO STREAMING DEVICE One Time $2,100.00 M400-351 SMART CABLE FOR VIDEO SCARPING One Time $399.00 Note: Coverage includes the Verizon Wireless 4G network only. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Lines activating on these plans must be on 4G HD voice-capable smartphones. Mutualink solution provides the interoperability required when an active incident occurs (robbery, shooting etc.), and there is a need for different public safety agencies, schools, or commercial establishments to work together. Specifically allow all parties to exchange video, files (e.g. floor plans), messages, in addition to instant Push To Talk for voice communication. Interoperability – Mutualink solution improves collaboration (Audio, Video, Data) during emergencies in real-time. Overcome silos by enabling you to share information, between first responders, schools, and private security personnel, when you need it. 1. IWS Edge Client – Has a way of allowing drag and drop of participants and creating an active incident. Sharing audio/video data. 2. Multimedia PTT Client – Group communication to share audio/video data. 3. Radio Gateway Interconnection – Monthly charge for connecting the radio gateway to the hosted solution 4. Video Gateway Interconnection - Monthly charge for connecting the radio gateway to the hosted solution 5. Telephone Interconnection - Monthly charge for connecting the radio gateway to the hosted solution (Wireline) 6. Soft Panic SW – Allows customer to create an incident with predefined participants automatically ** The above Sku’s are mutually exclusive from one another. They cannot be used on the same MDN at the same time** DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 66 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 67 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Local Network Command – National Security, Public Safety, and First Responders This feature is NOT eligible for monthly access fee discounts. Mission Critical Monthly Access Fee for First Responders (88112) $0.00 Customers may process an uplift that may auto renew within a 23 hr. period Notes: Local Network Command (LNC) is a tool that provides on-demand local control of pre-selected users’ network quality of service enhancement on a temporary basis. LNC requires each line to have Responder Private Core Internet Access (RPC IAC) on their lines to enable the feature. Below are the eligible NAICS codes: **Uplift will renew up to three (3) times after original uplift request, based on the length of time of the original uplift. Total uplift time (original and renewed) cannot exceed 23 hours. National Security/ First Responders / Public Safety • 485111 Mixed Mode Transit Systems (Rail & Buses) • 485112 Commuter Rail Systems • 621910 Ambulance Services • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order, and Safety Activities • 923120 Administration of Public Health Programs • 928110 National Security • 926120 Regulation and Administration of Transportation Programs • 926150 Regulation, Licensing, and Inspection of Commercial Sectors • 926130 Regulation and Administration of Comms, Electric, Gas, Utilities • 921150 American Indian and Alaska Native Tribal Governments • 921190 Other General Government Support • 921110 Executive Offices Local Network Command – Government Subscribers This feature is NOT eligible for monthly access fee discounts. Mission Critical Monthly Access Fee for Government Agencies (88111) $1.00 Customers may process an uplift that may auto renew within a 23 hr. period Notes: Local Network Command (LNC) is a tool that provides on-demand local control of pre-selected users’ network quality of service enhancement on a temporary basis. LNC requires each line to have Responder Private Core Internet Access (RPC IAC) on their lines to enable the feature. Below are the eligible NAICS codes: **Uplift will renew up to three (3) times after original uplift request, based on the length of time of the original uplift. Total uplift time (original and renewed) cannot exceed 23 hours. Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 491110 Postal Service Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction; 236220 Construction Management Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 221113 Nuclear Electric Power Generation DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 68 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs Local Network Command – Enterprise Customers This feature is NOT eligible for monthly access fee discounts. Mission Critical Monthly Access Fee for Enterprise/B2B Customers (NAICS Qualified) (8776) $2.50 Customers may process an uplift that may auto renew within a 23 hr. period Notes: Local Network Command (LNC) is a tool that provides on-demand local control of pre-selected users’ network quality of service enhancement on a temporary basis. LNC requires each line to have Responder Private Core Internet Access (RPC IAC) on their lines to enable the feature. Below are the eligible NAICS codes: **Uplift will renew up to three (3) times after original uplift request, based on the length of time of the original uplift. Total uplift time (original and renewed) cannot exceed 23 hours. Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 491110 Postal Service Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction; 236220 Construction Management Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 69 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. WIRELESS EQUIPMENT Equipment Pricing (NEW) One (1) Basic voice device at no charge on rate plans with a monthly access fee of $14.99 or higher per 24 months/ per line. Make and model at Verizon Wireless sole discretion, subject to availability. SOFL Approved Government Equipment Matrix devices. Verizon Wireless Government 10K 2yr matrix pricing only. All devices shall include an AC charger at no additional cost with the initial purchase. Additional or replacement AC chargers may be purchased Enterprise Network Extender at 25% off retail. 25% discount applies to the non-discounted, full retail price only of qualifying equipment. Notes: Verizon Wireless reserves the right to add or discontinue models. Equipment is subject to availability. Verizon Wireless’ Government Equipment Matrix is updated at a minimum quarterly based upon equipment availability, changes in technology, and market conditions. Not eligible for any other promotional pricing offers. Equipment becomes eligible for upgrade after 24 months in service. Accessory Discount Government Subscribers are eligible to receive a 25% discount from the non-discounted, retail price of qualifying accessories. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 70 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Other Services and Fees Non-recurring Verizon Wireless Fees Insufficient Funds Check Waived Bill Reprint Waived Late Fee Waived Record Change/Upgrade Fee Waived Fulfillment/Shipping Standard: 2-day (orders received before 4PM) Waived Urgent: Priority Overnight (delivery by 10:30 AM) (orders received before 4PM) $14.99 Saturday: (shipping by noon) $19.99 Directory Assistance: 411 SearchSM Our wireless 411 SearchSM is an enhanced directory assistance service with automatic connection. 411 Search offers phone numbers, addresses and information providing quick, safe and convenient service with up to three listings and one call connection per call or text. Voice call $1.99 (subject to change) per call plus applicable airtime, toll, wireless long distance and landline charges Message Sent via text With messaging bundle: $1.99 plus airtime for the call, and the message will be subtracted from the monthly allowance Per text message: $1.99 plus airtime for the call and $0.20 for the text message Block all calls except local calls (as defined by call plan): This is not permissible, but Flexible Business Plans are toll free nationwide. No blocking available to Canada or for premium calls such as 411. Toll charges may apply. Block spam and robocalls: Verizon Call Filter helps you avoid unwanted callers with spam protection, and allows you to set up a spam filter by level of risk, preventing unsolicited calls by sending them directly to voicemail. The basics (spam detection, blocking and reporting) are available at no charge. Block inbound/outbound text messages: Inbound and outbound text messaging can be blocked, including both at the same time at no charge. Block international calls to and from North America only: International Services Enabled (ISE) is required to permit calls to Mexico. Blocking is available within the North America dialing pattern, which includes the U.S. and Canada. Toll charges may apply. Incoming calls can originate anywhere in the world. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 71 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Feature Basic Voicemail Basic Visual Voicemail iPhone Visual Voicemail Voicemail to Text for iPhone Premium Visual Voicemail Monthly Access Fee Free Free + Data Free + Data $2.99 + Data $2.99 + Data Storage Capacity (Messages) 20 20 40 40 40 Message Duration 3 minutes 3 Minutes 3 Minutes 3 Minutes 5 Minutes Transcription NA NA NA X X Distribution Lists 15 15 NA NA 20 Distribution Members 10 10 NA NA 50 Call Return NA X X X X Save Voicemails to device NA X NA NA X Caller Dependent Greetings NA NA NA NA 20 Caller Dependent Greeting Members per group NA NA NA NA 50 Reply by Text and E-Mail NA X X X* X Forward by Text and E-Mail NA NA NA NA X Voicemail to Text NA NA NA X X Mobile Application** NA X X X X Reply by FaceTime** NA NA X X NA DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 72 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Legacy Pricing LEGACY: Custom State of Florida Nationwide Push to Talk Plus (PTT) Per Line Calling Plan or Feature The calling plan below reflects the monthly access charge discount. No additional discounts apply. Conventional (Basic) Device Plan Smartphone Device Feature SOFL Plan Number Monthly Access Charge Per Line Tier Domestic Anytime PTT Plus Lines Per Month Domestic Anytime Voice Allowance Minutes Per Month Conventional (Basic) Device Plan Smartphone Device Feature 2B.1 through 2B.18 (PTT+ 94976) $10.00 1 - 8,999 0 Per selected voice calling plan requirements Mobile to Mobile Calling Unlimited Data Sent/Received Per the data package selected or Per the voice calling plan. PTT Plus service requires PTT Plus enabled device and coverage. Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS-10/11-008C for further details. Legacy: Custom State of Florida Nationwide Push to Talk Plus (PTT) Per Line Calling Plan or Feature (INTEROPERABILITY) The calling plan below reflects the monthly access charge discount. No additional discounts apply. Conventional (Basic) Device Plan Smartphone Device Feature SOFL Plan Number Monthly Access Charge Per Line Domestic Anytime PTT Plus Lines Per Month Domestic Anytime Voice Allowance Minutes Per Month 2B.1 through 2B.18 (PTT+ 94976) $10.00 1 - 8,999 As a plan: 0 As a feature: Per the voice calling plan Mobile to Mobile Calling Unlimited Data Sent/Received Per the data package selected or Per the voice calling plan. PTT Plus service requires PTT Plus enabled device and coverage. PTT Plus Interoperability requires an Interoperability Gateway, PTT Plus enabled device, and coverage. Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS- 10/11-008C for further details. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 73 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. LEGACY: Custom State of Florida SMS Per Message Feature The calling features below reflect the monthly access charge discount. No additional discounts apply. SMS (Text Messaging) SOFL Plan Number Monthly Access Charge Domestic Message Allowance Domestic Messages Per Month Per SMS Message Rate (Sent/Received) 3.1 through 3.13 (77847) $0.00 0 1 - 450,999 $0.02 SMS (Text) Messaging: Text Messaging includes Short Message Service (SMS up to 160 characters) and Enhanced Messaging Service (EMS up to 1120 characters). Enhanced Text Messages sent to most SMS handsets will be delivered as multiple Text messages of up to 160 characters each. Subscribers have the option to have text messages disabled entirely without affecting voicemail or other related services. Text Messaging plans do not include Operator Assisted Messaging or International Messaging, which is available for 25¢ per message sent and 20¢ per message received see attached International services pricing for further details... Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS-10/11-008C for further details. LEGACY: Custom State of Florida MMS Per Message Feature The calling features below reflect the monthly access charge discount. No additional discounts apply. MMS (Picture and Video Messaging) SOFL Plan Number Monthly Access Charge Domestic Message Allowance Domestic Messages Per Month Per MMS Message Rate (Sent/Received) 3.1 through 3.25 (77848) $0.00 0 1 - 1,608,999 $0.05 Multi-Media Messaging (MMS): Multi-Media Messaging (MMS) includes picture and video messaging and is only available within the National Enhanced Services Rate and Coverage Area. In addition, MMS messages are $0.25 per message, per address. In addition to the MMS per message charges, MMS uses calling plan Anytime Minutes or kilobytes. Subscribers have the option to have text messages disabled entirely without affecting voicemail or other related services. Text Messaging plans do not include Operator Assisted Messaging or International Messaging, which is available for 25¢ per message sent and 20¢ per message received. Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS-10/11-008C for further details. LEGACY: Custom State of Florida SMS Broadcast Per Message Feature The calling features below reflect the monthly access charge discount. No additional discounts apply. SMS Broadcast (Text) Messaging SOFL Plan Number Monthly Access Charge Domestic Message Allowance Domestic Messages Per Month Per SMS Message Rate (Sent/Received) 3B.1 through 3B.25 (77847) $0.00 0 1 – 130,999 $0.02 SMS (Text) Messaging: Text Messaging includes Short Message Service (SMS up to 160 characters) and Enhanced Messaging Service (EMS up to 1120 characters). Enhanced Text Messages sent to most SMS handsets will be delivered as multiple Text messages of up to 160 characters each. Subscribers have the option to have text messages disabled entirely without affecting voicemail or other related services. Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS-10/11-008C for further details. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 74 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. LEGACY: Custom State of Florida Voice Calling Plans The calling plans below reflect the monthly access charge discount. No additional discounts apply. Unlimited Night & Weekend Minutes SOFL Plan Number Domestic Anytime Minutes Conventional and Smartphone Devices Monthly Access Charge Overage Rate Domestic Voice Roaming (Outside Florida) 6.1a (86192) 250 $20.60 $0.041 $0.103 6.4a (86193) 600 $30.90 $0.041 $0.103 Data Sent or Received $1.99 per MB or per Data Package Optional Feature Domestic Push-to-Talk Plus $0.00 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. 3G/4G Smartphones and 3G/4G Multimedia Phones require a data package. 4G service requires 4G equipment and 4G coverage. PTT Plus service requires PTT Plus enabled device and coverage. LEGACY: Custom State of Florida Unlimited Voice Calling Plan The calling plan below reflects the monthly access charge discount. No additional discounts apply. No Domestic Long Distance Charges SOFL Plan Number Domestic Anytime Allowance Minutes* Conventional and Smartphone Devices Monthly Access Charge Overage Rate Domestic Voice Roaming (Outside Florida) 6.6a(86194) Unlimited $41.20 N/A $0.103 (includes PTT+) Data Sent or Received $1.99 per MB or per Data Package Optional Feature Domestic Push-to-Talk Plus $0.00 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. *Overage Rate applies after allowance. 3G/4G Smartphones and 3G/4G Multimedia Phones require a data package. 4G service requires 4G equipment and 4G coverage. PTT Plus service requires PTT Plus enabled device and coverage. LEGACY: Custom State of Florida Unlimited Nationwide Voice Calling Plan The calling plans below reflect the monthly access charge discount. No additional discounts apply. SOFL Plan Number Domestic Anytime Allowance Minutes* Conventional and Smartphone Devices Monthly Access Charge Overage Rate Voice Roaming (Canada and Mexico) 6.6a (86197) Unlimited $51.50 N/A $0.69 (includes PTT+) Data Sent or Received $1.99 per MB or per Data Package Optional Feature Domestic Push-to-Talk Plus $0.00 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. *Overage Rate applies after allowance. 3G/4G Smartphones and 3G/4G Multimedia Phones require a data package. 4G service requires 4G equipment and 4G coverage. PTT Plus service requires PTT Plus enabled device and coverage. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 75 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. LEGACY: Custom State of Florida All Inclusive Unlimited Nationwide Voice & Messaging Plan The calling plans below reflect the monthly access charge discount. No additional discounts apply. Conventional and Smartphone/BlackBerry Devices SOFL Plan Number Monthly Access Charge Per Line Nationwide Voice Allowance Domestic Tethering Allowance Overate Rate Unlimited Text, Picture, Video Messaging and Data 6.1d(86768-3G) $51.00 Unlimited 5GB $10.30/GB Included Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. 4G service requires 4G equipment and 4G coverage. LEGACY: Custom State of Florida All Inclusive Unlimited Nationwide Voice & Messaging Plan (Hotspot) The calling plans below reflect the monthly access charge discount. No additional discounts apply. Conventional and Smartphone/BlackBerry Devices SOFL Plan Number Monthly Access Charge Per Line Nationwide Voice Allowance 4G Domestic Hotspot/Tethering Overate Rate Unlimited Text, Picture, Video Messaging and Data 6.1d (86769-4G) $51.00 Unlimited 5GB $10.30/GB Included Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. 4G service requires 4G equipment and 4G coverage. LEGACY: Custom State of Florida BlackBerry Data Feature Packages The calling plans below reflect the monthly access charge discount. No additional discounts apply. Data for BlackBerry devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Text and MMS Messaging 6.10b(77294 and 79789) $15.45 500MB $0.00849per MB Included* 6.11b(77295 and 79790) $20.60 1,000MB Exhibit 6B(79740 and 79791) $23.69 2,000MB Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. 4G service requires 4G equipment and 4G coverage. *Not included with the State of Florida Nationwide Custom Pooled Voice Services Plans LEGACY: Custom State of Florida BlackBerry Unlimited Data Feature Package The calling plan below reflects the monthly access charge discount. No additional discounts apply. Data for BlackBerry devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Text and MMS messaging and tethering 6.12b(79407-4G and 79409-3G), (79781-4G and 79780-3G $32.96 Unlimited* N/A Included** Notes: See attached Plan and Feature Details for important information about calling plans, features and options. 4G service requires 4G equipment and 4G coverage. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 76 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice **Not available when bundled with the State of Florida Nationwide Custom Pooled Voice Services Plans LEGACY: Custom State of Florida Mobile Broadband Connect Feature The calling feature below reflects the monthly access charge discount. No additional discounts apply. With a Mobile Broadband Connect capable Smartphone/BlackBerry devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Per Minute Rate and Long distance 6.1f (76404-4G, 76405-3G) $10.00 Unlimited* Per the Voice Plan Notes: See attached Plan and Feature Details for important information about plans, features and options. Mobile Broadband Connect is currently available on select voice and data devices, and provides Mobile Broadband service utilizing the device as a modem. A mobile office kit, VZAccess Manager Software, a cable for tethering and/ or a software update may be required. Bluetooth® is not supported with Mobile Broadband Connect. Feature may only be added onto an eligible plan coupled with a Custom State of Florida Smartphone or BlackBerry Data Feature Package (SOFL Plans 6.6b, 6.7b, 6.10b, 6.11b and Exhibit 6B). Per Minute Rate applies to voice calls and other data usage in the United States. For optional features, the underlying calling plan determines the rates for voice airtime, and domestic long distance. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice LEGACY: Custom 4G Unlimited Smartphone Plan for Public Sector State of Florida - Government Subscribers Only This plan is not eligible for additional monthly access fee discounts. Monthly Access Fee $50.00 Data Allowance1 Unlimited Mobile Hotspot2 Unlimited Monthly Anytime Minutes Unlimited Domestic Long Distance Toll Free Included Domestic and International Messaging Allowance3 Unlimited Notes: No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing see attached International services pricing for further details.. Only a 4G smartphone can be activated on this plan. 1After 10 GB of data usage on a line during any billing cycle, usage may be prioritized behind other customers in the event of network congestion. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at up to 480p. 2Mobile Hotspot is available on all capable devices and allows the line to share data allowance with multiple Wi-Fi enabled devices. If 10 GB of Mobile Hotspot data usage is exceeded on any line in any given billing cycle, Verizon Wireless will limit the data throughput speeds for additional usage for the remainder of the then-current billing cycle for the line that exceeds the data usage. 3Unlimited messaging from within the United States to anywhere in the world where messaging services are available. See attached International services pricing for further details. The “Custom 4G Unlimited Smartphone Plan for Public Sector – State of Florida Government” is eligible to use Travel Pass SPO code 383. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 77 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Verizon Wireless Plan and Feature Details Plans and Associated Charges: Billing, shipping and end-user address must be within an area where Verizon Wireless is licensed and provides service. Charges for calls will be based on the cell sites used, which may be outside the calling plan coverage area even when the subscriber is physically within the coverage area. Time of the call is based on the telephone switching office that carries the call, which may be different from the time of day shown on subscriber’s phone. Unused monthly minutes and/or Megabytes are lost. On outgoing calls, charges start when subscriber first presses SEND or the call connects to a network, and on incoming calls, when the call connects to a network (which may be before it rings). A call may end several seconds after subscriber presses END or the call disconnects. Calls made on the Verizon Wireless network, are only billed if they connect (which includes calls answered by machines). Billing for airtime and related charges may sometimes be delayed. Calls to "911" and certain other emergency services are toll-free and airtime-free, Airtime may be charged when dialing toll-free numbers. Anytime Minutes: Anytime Minutes apply when making or receiving calls from a calling plan’s rate and coverage area. . Airtime is rounded up to the next full minute. Allowance minutes/Megabytes are not transferable except as may be available on plans with sharing. In order to gain access to coverage in newly expanding markets, subscribers must periodically dial *228 to update roaming information from voice or Smartphone devices; from the VZAccess Manager, go into “Options” and click “Activation,” while in the National Enhanced Services Rate and Coverage Area every three months. This may alter the rate and coverage area. Automatic roaming may not be available in all areas and rates may vary. Roaming charges may be delayed to a later bill. Long Distance: Unlimited domestic long distance is included when calling from the calling plan’s home rate and coverage area, unless otherwise specified in the calling plan. Unlimited Messaging: Unlimited Messaging is included with select plans and is available in the National Enhanced Services rate and coverage area in the United States. Messaging applies when sending and receiving (i) text, picture and video messages to and from Verizon Wireless and Non-Verizon Wireless customers in the United States, (ii) Text, picture, and video messages sent via email, (iii) Instant messages, and (iv) Text messages with customers of wireless carriers in Canada, Mexico, Puerto Rico, and the U.S. Virgin Islands. Messaging is subject to Text, Picture, and Video Messaging Terms and conditions. Premium messages are not included. Mobile to Mobile Calling: Mobile to Mobile Calling minutes apply when making calls directly to or receiving calls directly from another Verizon Wireless subscriber while in the Nationwide Rate and Coverage area. Mobile to Mobile calls must originate and terminate while both Verizon Wireless subscribers are within the Mobile to Mobile Calling area. Mobile to Mobile Calling is not available (i) with fixed wireless devices with usage substantially from a single cell site, (ii) for data usage including Push to Talk Plus calls, Picture or Video Messaging (iii) if Call Forwarding or No Answer/Busy Transfer features are activated, (iv) for calls to Verizon Wireless customers using any of the International services, (v) for calls to check Voice Mail, (vi) in those areas of Louisiana and Mississippi where the users roaming indicator flashes, (vii) in Canada and Mexico and (viii) to users whose current wireless exchange restricts the delivery of Caller ID And (viiii) for incoming calls if Caller ID is not present or Caller ID Block is initiated. Mobile to Mobile Calling minutes will be applied before Anytime Minutes. Night and Weekend Minutes: Apply to calls made in a calling plan’s rate and coverage area only during the following hours: 12:00 am Saturday through 11:59 pm Sunday and 9:01 pm to 5:59 am Monday through Friday. If both Night and Weekend and Mobile to Mobile Calling minute allowances apply to a given call, Mobile to Mobile Calling minutes will apply before Night and Weekend minutes. However, if either allowance is unlimited, the unlimited allowance will always apply first. Push to Talk Plus: Push to Talk Plus capable Equipment required. Push to Talk Plus capable Equipment can only be used with a Push to Talk Plus calling plan. Subscribers switching from a Push to Talk Plus Calling Plan to another calling plan may not be able to use certain Push to Talk Plus capable Equipment with the new plan. Push to Talk Plus calls may only be made with other Verizon Wireless Push to Talk Plus subscribers. Push to Talk Plus Subscribers may initiate or participate on a call, simultaneously, with as many as 250 total participants (total is limited to (50) if interoperating between 3G and 4G participants). Administrators can be designated to manage the Push to Talk contact lists via a single website interface with a single user name/password. Existing Push to Talk Subscriber Equipment may require a software upgrade to use Push to Talk Plus or replacement with a Push to Talk Plus capable device. Push to Talk Plus is only available within the National Enhanced Services Rate and Coverage Area and WiFi access points. There will be a delay from the time a Push to Talk Plus call is initiated until the Push to Talk Plus call is first received by the called party.. If an incoming voice call is received while on a Push to Talk Plus call the voice call may be answered and the Push to Talk Plus placed on hold. If an incoming Push to Talk Plus call is received while on a Push to Talk Plus call the PTT call icon can be selected to connect to the Push to Talk Plus call. If the incoming voice or Push to Talk Plus call is not answered a missed call alert will display. Network registration information will be sent to the Equipment each time it is powered on in the National Enhanced Services Rate and Coverage Area, each time the Subscriber travels into the National Enhanced Services Rate and Coverage Area, and every 12 hours if the Subscriber stays within the National Enhanced Services Rate and Coverage Area. While the updated network registration information is being sent to the Equipment, incoming voice calls will go directly to voice mail. Contact list cannot be modified from certain Equipment. Subscriber cannot prevent others who have the Subscriber’s MTN from entering the MTN into their Push to Talk contact list. Only one person can speak at a time during a Push to Talk Plus call. . In-Call Talker Override (Talker Priority) allows a pre-determined user priority to take DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 78 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. the floor to communicate urgent message over participant. Push to Talk Plus services cannot be used for (i) access to the Internet, intranets or other data networks, except as the device’s native applications & capabilities permit, (ii) any applications that tether Equipment to laptops, personal computers or other devices for any purpose. Please refer to the attached One Talk terms of service. International Long Distance: You need International Eligibility to make international calls to most countries, but you can make calls to some North American destinations without it. Additional surcharges may apply when calling certain countries. International Roaming Some services, such as premium text messaging, directory assistance, entertainment lines and third-party services, may be available, and charges for these services will be billed (along with applicable toll charges) in addition to roaming rates. Message-waiting-indicator service is not available where Text Messaging is not available. When using International Phone, or International Data services, or if you subscribe to a Nationwide Plus Canada or Nationwide Plus Mexico Plan, and you’re roaming near country borders, calls may be carried by a cell site located in a neighboring country and billed at that country’s rates. Verizon Wireless will terminate your service for good cause if less than half of your voice or data usage over three consecutive billing cycles is on the Verizon Wireless National Enhanced Services Rate and Coverage Area. International rates and destinations are subject to change without notice. You must add International Eligibility to your account to roam in many destinations. By using Equipment outside the United States, Subscriber is solely responsible for complying with all applicable foreign laws, rules and regulations (“Foreign Laws”), including Foreign Laws regarding use of wireless phones while driving and use of wireless camera phones. Verizon Wireless is not liable for any damages that result from subscriber’s failure to comply with Foreign Laws. Roaming in GSM countries: GSM International Phone, activated in the United States with compatible Subscriber Identity Module (SIM) card required. Rates terms and conditions apply only when roaming on participating GSM networks in published International Phone countries. Service may be available in additional countries, but airtime rates, availability of calling features, and ability to receive incoming calls (including return calls from emergency services personnel) may be restricted. Service in certain countries may be blocked without prior notice. Where Text messaging is available, Customer will be charged $0.50 for each message sent and $0.05 for each message received. Text messaging rates are subject to change. Text messages may be sent only to MTNs of (i) Verizon Wireless customers, and (ii) customers of foreign wireless carriers that participate in international text messaging. Ask your account manager for the most current list of participating foreign carriers. Data Services Data Services: Verizon Wireless charges you for all data and content sent or received using our network (including any network overhead and/or Internet Protocol overhead associated with content sent or received), as well as resolution of Internet Protocol addresses from domain names. Sending or receiving data using a virtual private network (VPN) involves additional VPN overhead for which you will be charged. Please note that certain applications or widgets periodically send and receive data in the background, without any action by the user, and you will be billed for such data use. Applications may automatically re-initiate data sessions without you pressing or clicking the SEND or connect button. Data sessions automatically terminate after 24 hours. A data session is inactive when no data is being transferred. Data sessions may seem inactive while data is actively being transferred, or may seem active when the data is actually cached and data is not being transferred. If you have a Data Only plan and use voice service, domestic voice calls will be billed at $0.25/minute. Verizon Wireless is implementing optimization and transcoding technologies in our network to transmit data files in a more efficient manner to allow available network capacity to benefit the greatest number of users. These techniques include caching less data, using less capacity, and sizing the video more appropriately for the device. The optimization process is agnostic to the content itself and to the website that provides it. While Verizon Wireless invests much effort to avoid changing text, image, and video files in the compression process, and while any change to the file is likely to be indiscernible, the optimization process may minimally impact the appearance of the file as displayed on your device. For a further, more detailed explanation of these techniques, please refer to the Network Performance attachment. . Verizon Wireless strives to provide customers with the best experience when using our network, a shared resource among tens of millions of customers. To further this objective, Verizon Wireless has implemented Network Optimization Practices designed to ensure that the overwhelming majority of data customers aren’t negatively impacted by the inordinate data consumption of a few users. If you use an extraordinary amount of data and fall within the top 5% of Verizon Wireless data users, Verizon Wireless may reduce your data throughput speeds when connected to a congested cell site. The reduction can last for the remainder of the current bill cycle and the immediately following bill cycle to ensure high quality network performance for other users at locations and times of peak demand. For a further more detailed explanation of these techniques please refer to the Network Performance attachment.. Data transfer amounts will vary based on application. If you download an audio or video file, the file may be downloaded in sections or in its entirety; data charges will apply to the portion downloaded, regardless of whether you listen to or watch all of it. You may access and monitor your own data usage during a particular billing period, including during the Return Period, by accessing My Verizon online or by contacting Customer Service. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 79 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Data Services: Permitted Uses: You can use Verizon Wireless Data Services for accessing the Internet and for such uses as: (i) Internet browsing; (ii) email; (iii) intranet access (including accessing corporate intranets, email and individual productivity applications made available by your company); (iv) uploading, downloading and streaming of audio, video and games; and (v) Voice over Internet Protocol (VoIP). Data Services: Prohibited Uses. You may not use our Data Services for illegal purposes or purposes that infringe upon others' intellectual property rights, or in a manner that interferes with other users' service, that violates trade and economic sanctions and prohibitions as promulgated by the Departments of Commerce, Treasury or any other U.S. government agency, that interferes with network's ability to fairly allocate capacity among users, or that otherwise degrades service quality for other users. Examples of prohibited usage include: (i) server devices or host computer applications that are broadcast to multiple servers or recipients such that they could enable “bots” or similar routines (as set forth in more detail (ii) below) or otherwise denigrate network capacity or functionality; (ii) “auto-responders, ”cancel-bots,” or similar automated or manual routines that generate amounts of net traffic that could disrupt net user groups or e-mail use by others; (iii) generating “spam” or unsolicited commercial or bulk e-mail (or activities that facilitate the dissemination of such e-mail); (iv) any activity that adversely affects the ability of other users or systems to use either Verizon Wireless’ services or the Internet-based resources of others, including the generation of dissemination of viruses, malware, or “denial of service” attacks; (v) accessing or attempting to access without authority, the information, accounts or devices of others, or to penetrate, or attempt to penetrate Verizon Wireless’ or another entity’s network or systems; or (vi) running software or other devices that maintain continuous active Internet connections when a computer’s connection would otherwise be idle or “any keep alive” functions, unless they adhere to Verizon Wireless” requirements for such usage, which may be changed from time to time. Verizon Wireless further reserves the right to take measures to protect our network and other users from harm, compromised capacity or degradation in performance. These measures may impact your service, and Verizon Wireless reserves the right to deny, modify or terminate service, with or without notice, to anyone Verizon Wireless believes is using Data Services in a manner that adversely impacts the Verizon Wireless network. Verizon Wireless may monitor your compliance, or other subscribers’ compliance, with these terms and conditions, but Verizon Wireless will not monitor the content of the communications except as otherwise expressly permitted or required by law. [See the attached Verizon Full Privacy Policy] Unlimited Data Plans and Features (such as Mobile Broadband, and Push to Talk Plus) may ONLY be used with wireless devices for the following purposes: (i) Internet browsing; (ii) email; and (iii) intranet access (including access to corporate intranets, email, and individual productivity applications like customer relationship management, sales force, and field service automation). The Unlimited Data Plans and Features MAY NOT be used for any other purpose. Examples of prohibited uses include, without limitation, the following: (i) continuous uploading, downloading or streaming of audio or video programming or games; (ii) server devices or host computer applications, including, but not limited to, Web camera posts or broadcasts, automatic data feeds, automated machine–to– machine connections or peer–to–peer (P2P) file sharing; or (iii) as a substitute or backup for private lines or dedicated data connections. This means, by way of example only, that checking email, surfing the Internet, downloading legally acquired songs, and/or visiting corporate intranets is permitted, but downloading movies using P2P file sharing services and/or redirecting television signals for viewing on laptops is prohibited. For individual use only and not for resale. We will protect our network from harm, which may impact legitimate data flows. We reserve the right to limit throughput or amount of data transferred exceeding 25 GB in any given billing cycle on any line, in any given billing cycle, for all additional usage for the remainder of the then-current bill cycle for the line that exceeds the data usage, and reserve the right to deny or terminate service, without notice, to anyone we believe is using an Unlimited Data Plan or Feature in any manner prohibited above or whose usage adversely impacts our network or service levels. Anyone using more than 25 GB per line in a given billing cycle is presumed to be using the service in a manner prohibited above, and we reserve the right to immediately terminate the service of any such person without notice. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB in with prior written notice. We also reserve the right to terminate service upon notification to the customer. Unlimited , Mobile BroadbandAccess, and InternationalAccess data sessions may be used for the following purposes: (i) Internet browsing, (ii) e-mail, and (iii) intranet access (including access to corporate intranets, e-mail and individual productivity applications like customer relationship management, sales force and field service automation). Unlimited Mobile BroadbandAccess and Push to Talk Plus services cannot be used (i) for uploading, downloading or streaming of movies, music or games, (ii) with server devices or with host computer applications, other than applications required for Wireless Sync service, including, but not limited to, Web camera posts or broadcasts, automatic data feeds, Voice over IP (VoIP), automated machine-to-machine connections, or peer-to-peer (P2P) file sharing, or (iii) as a substitute or backup for private lines or dedicated data connections. Additionally, Unlimited Mobile BroadbandAccess services cannot be used for, (i) access to the Internet, intranets or other data networks, except as the Equipment’s native applications and capabilities permit, or (ii) for any applications that tether Equipment to laptops or personal computers other than for use of the Wireless Sync. Unlimited Mobile BroadbandAccess and data sessions automatically terminate after 2 hours of inactivity, unless Subscriber has Mobile IP (MIP) capable Equipment. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 80 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Data Roaming: International Eligibility is needed to roam in many destinations. See attached International services pricing for further details. International Data Optional Features: International PC Card required for international use. International PC Cards will not work in the United States or Canada and GlobalAccess Subscribers will need a Mobile BroadbandAccess PC card for domestic use. The domestic and International PC Cards cannot be used at the same time. International Data Optional Features subscribers must activate and update their Preferred Roaming lists while in the National Enhanced Services Rate and Coverage Area every three months. Verizon Wireless reserves the right to terminate the service of any subscriber whose total usage is less than half on the Verizon Wireless National Enhanced Services Rate and Coverage Area over three consecutive billing cycles. A data session is inactive when no data is being transferred, and may seem inactive while data is actively being transferred to a device, or seem active when actually cached and not transferring data. Customer must maintain virus protection when accessing the service and is responsible for all data sent and received including “overhead” (data that is in addition to user-transmitted data, including control, operational and routing instructions, error-checking characters as well as retransmissions of user-data messages that are received in error) whether or not such data is actually received. Verizon Wireless will not be liable for problems receiving Service that result from Customer’s device. Megabyte (MB) Data Plans: M2M data usage is rounded to next full kilobyte at end of each billing cycle. Any unused portion of the megabyte allowance is lost. Equipment will not indicate kilobyte usage. Data Roaming:International eligibility is needed to roam in many destinations. Only the Canadian Broadband Rate and Coverage Area supports EV-DO. Please refer to the attached international services pricing for additional details. M2M Data Plan Share Options: Share Options: Sharing is available only among Government Subscribers on applicable M2M Low Usage and High Usage calling plans. Account Share: Customer may activate up to 15 share groups per account. Sharing is available only among M2M Lines on the Mobile Broadband M2M Account Share Plans on the same billing account, in the same usage group (e.g. Low Usage and High Usage plans cannot share with each other). Unused allowance will be distributed to M2M Lines with an overage on an as needed basis to M2M Lines on the same billing account that have exceeded their allowance during the same monthly billing period. At the end of each bill cycle any unused allowances will be applied to the overages of the other M2M Lines on the same account beginning with the line with the lowest overage need until depleted. Customers subscribing to Mobile Broadband M2M Account Share Plans will be billed on separate billing accounts and invoices from Subscribers to the Mobile Broadband M2M Profile Share Plans. Profile Share: Customer may activate one (1) share group per profile (e.g. Low Usage and High Usage plans cannot share with each other); however, customer may have multiple bill accounts on the same profile. Sharing is available only among M2M Lines on the Mobile Broadband M2M Profile Share Plans on the same profile, in the same usage group. Each sharing M2M Lines unused KBs will pass to other sharing M2M Lines that have exceeded their data allowance during the same monthly bill cycle. Unused KBs will be distributed proportionally as a ratio of the KBs needed by each applicable M2M Line to the total KBs needed by all sharing M2M Lines on the same profile. Customers subscribing to Mobile Broadband M2M Profile Share Plans will be billed on separate billing accounts and invoices from Subscribers to the Mobile Broadband M2M Account Share Plans. Note: 1A profile is defined as a Customer’s overarching account of record under which Customer may have multiple billing accounts One TalkSM and Message+ from Verizon - Government Terms of Service One Talk from Verizon, together with its related devices, software and applications ("Service" or “One Talk”), is a commercially available business telephone solution that brings together the functions of office phones and mobile devices (smartphones and tablets) into a unified system, with all devices sharing the same communication features. Please refer to the One Talk Features as attached hereto for a listing of features currently available with the Service.) The following terms of service apply to the One Talk Service. “Customer” means the eligible entity purchasing the One Talk service under the Contract along with any Customer end users using the Service. 1. Customer Agreement. Customer’s use of the Service is subject to all Contract terms. This applies regardless of whether the end user device is on the Customer’s account or paid for by the end user (e.g. a Bring Your Own Device arrangement between Customer and end user). 2. How the Service Works. For the Service to work on wireless devices, Customer must select the line on your agency’s profile to which you wish to add the One Talk feature. Each One Talk phone number can be shared with up to eight (8) devices (which can include one (1) M2M Data Plans and Feature Details DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 81 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. smartphone using One Talk in Basic Dialer mode (if available), five (5) smartphones and/or tablets using the One Talk Mobile App, and two (2) desk phones. (Note that desk phones are not required for the Service.) You may only make voice and/or video calls with up to three (3) devices per One Talk phone number at the same time. The Service is not compatible with all price plans and desk phones are not available under all contracts. Check with your sales representative for plan compatibility with the Service and the availability of desk phones under the Contract. Customer is solely responsible for managing its end user access to the One Talk Service, management of end user devices and management of information transmitted via the Service. Addition of devices and associated Service features is managed and administered by the Customer through Verizon Wireless’ web portal. A. One Talk Components One Talk Basic Dialer. If available, the One Talk Basic Dialer adds various business features to a compatible device’s native dialer, which on a compatible smartphones.) With One Talk in Basic Dialer mode, Customer’s One Talk phone number will be the same as its Verizon Wireless phone number. Other devices that you select will share the same One Talk phone number. One Talk Mobile App. The One Talk Mobile App is available for smartphone and tablets either from the Google PlayTM Store for devices with AndroidTM 5.0 or higher or from the Apple® App Store for devices with iOS 9.0 or higher. To use the Service, Customer must add a One Talk phone number to the Mobile App and end users must use the Mobile App to make voice and video calls and to send and receive messages. You can also obtain access to One Talk features through the Mobile App. With the Mobile App, the device will have two phone numbers – one for its original native dialer (if available), and the other for the One Talk number. Other associated devices will share the same One Talk number. Users may install the One Talk Mobile App on a compatible device, including devices receiving service from other carriers. In such circumstances, One Talk phone numbers must be added to their devices, and the users will be Verizon Wireless subscribers for purposes of the Service only, even if they continue to use a different carrier for their original mobile telephone numbers. In order to use messaging through the One Talk Mobile App, the customer also must add the Message + App. Message+ App. The Message+ App provides an integrated and customized messaging experience across an end user’s mobile phone, tablet, PC, and other devices, and an integrated calling experience across a user’s mobile phone and tablet. (Note that integrated calling is not part of the One Talk Service.) An end user can also send group, location and other multimedia messages (“MMS”) in addition to traditional text messages. The Message+ App includes an Integrated Messaging feature that lets users send and receive text and multimedia messages on an end user’s smartphone, tablet, computer or the web using a user’s Verizon One Talk mobile telephone number. The service syncs up to 90 days of messages across an end user’s devices. One Talk Desk Phones. One Talk desk phones are Voice-over-Internet Protocol (VoIP) devices that must be purchased from Verizon Wireless. At your location, you will need separate broadband service (from Verizon or another ISP), either Ethernet or Wi-Fi connectivity, and AC power. Check with your Verizon Wireless sales representative for the availability of desk phones under the Contract. Auto Receptionist: Hunt Group. In order to utilize either of these features, Customer must activate a new Verizon Wireless line or port in a line from another carrier. The settings for the line must be configured using the One Talk section of the My Business web portal. B. Charges For each One Talk line, you will be charged a monthly recurring fee for the Service, in addition to the charges for data, voice, and messaging based on your service plan. Charges for international use may apply. You may be assessed additional 911 surcharges if required by law, for up to a maximum of three devices on each mobile phone number during the applicable billing cycle. Desk Phones. Voice and video calls to and from One Talk desk phones will consume data on your existing broadband, cellular, or Wi-Fi connection. The following applies if you use the VZW network to connect to the Service: One Talk Basic Dialer. Adding the One Talk feature to a smartphone does not consume any data. If you have a device that supports video calling, the voice portion will be billed as minutes of use and the video portion will be billed as data. Voice calls will be billed as minutes of use only. One Talk Mobile App. Your download of the One Talk Mobile App will consume approximately 30 MB of data. Your use of the Service (including your download of the One Talk Mobile App) will be billed as data. Auto Receptionist; Hunt Group. You will be charged a monthly recurring fee for each Auto Receptionist and Hunt Group line in your company’s profile. 3. Integrated Calling Charges (Message+). Integrated Calling does not have a separate monthly service fee, but data usage charges will be incurred in accordance with Customer’s service plan. If a call is transferred among connected devices, each transfer will be billed as a separate call. Also, depending on the service address, Customer may be assessed an additional 911 charge if required by law. Any call made from a tablet to a U.S. number will be treated as a domestic call, no matter where the call originates. Any call made from a tablet to a non-U.S. number will be treated as an international long distance call that originates in the U.S., which is subject to U.S. taxes, fees and Verizon surcharges, no matter where the call actually originates. These calls will be billed in accordance with Customer’s international calling plan and/or international Contract rates. 4. Emergency 911 Calls. End users can make a 911 call over a Wi-Fi connection when using the Service, but whenever possible, end users DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 82 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. should avoid doing so because 911 calls over a WiFi connection will not work if there is a failure of your broadband connection or electrical power, or if the 911 system doesn’t recognize the address. In addition, when using a One Talk desk phone, voice functionality (including the ability to make and receive 911 calls) will not be available during a power outage, broadband connection failure or other service disruption. Before any desk phone can be activated or the Service can be activated on any device, Customer must enter the U.S. address where Customer wants emergency services to be sent if end users call 911. It is not necessary to use the same address for all devices. It is very important that Customer updates its 911 address whenever Customer changes its location for any of these devices because this is the location that will be given to emergency services when end users dial 911. End users can go to their mobile device’s Settings and change their 911 address at any time. Customer can change the 911 address for a desk phone on the One Talk section of the My Business web portal. (Note: With a smartphone using the One Talk Mobile App, emergency services will use the 911 address only if you use Wi-Fi to make the 911 call. If end users are using the Verizon Wireless Network, their smartphone’s built-in capabilities will provide the location of the end user’s device.) 5. Integrated Messaging Text Message Feature. To send and receive SMS messages, Mobile devices associated with either One Talk Basic Dialer (if available) or One Talk Mobile App must download the Message+ App to the device. The Integrated Messaging functionality of Message+ enables you to synchronize messages across multiple devices, including smartphones, tablets and the web. Text messages sent and received while using the Service are separate from the native texting app (dual numbers) and are only temporarily retained on the One Talk message platform in the cloud. End users with access to the Service on a Smartphone or the Mobile Client can retrieve/download any text message sent or received using the Service. 6. HIPAA. Integrated Messaging is not designed for secure transmission or storage of personal healthcare information. Therefore, Customer agrees not to use Service to store or transmit Protected Health Information (PHI) as defined in the Health Insurance Portability & Accountability Act of 1996 and the Health Information Technology for Economic and Clinical Health Act of 2009 and accompanying regulations (collectively “HIPAA”). Covered Entities and Business Associates (as defined by HIPAA) will not use Integrated Messaging to store or transmit PHI. Customers that do not want its end users to save messages to the cloud (including all Covered Entities and Business Associates, as defined by HIPAA), must have an authorized representative block Integrated Messaging. For further information One Talk Verizon Messages terms of service.. To learn more about HIPAA, go to: http://www.hhs.gov/ocr/privacy/hipaa/understanding/index.html. 7. Service Limitations. The Service is not compatible with fax machines, credit card machines or certain security systems. Your Verizon Wireless representative can suggest other possible solutions for some of these functions. Please check with your provider to confirm the compatibility requirements of your security system. 8. Important Service Disclosures. CUSTOMER ACKNOWLEDGES AND AGREES THAT THE SERVICE IS IMPLEMENTED WITHOUT SPECIFIC CONTROLS THAT MAY GENERALLY BE REQUIRED OR CUSTOMARY FOR CUSTOMERS IN ANY PARTICULAR INDUSTRY AND ARE NOT DESIGNED TO SATISFY ANY SPECIFIC LEGAL OBLIGATIONS. CUSTOMER IS SOLELY RESPONSIBLE FOR DETERMINING THAT THE SERVICE SATISFIES ANY LEGAL, REGULATORY OR CONTRACTUAL OBLIGATIONS CUSTOMER MAY HAVE. CUSTOMER AGREES TO USE THE SERVICES IN ACCORDANCE WITH ALL APPLICABLE LAWS AND NOT TO USE THE SERVICES IN ANY MANNER THAT MAY IMPOSE LEGAL, REGULATORY OR CONTRACTUAL OBLIGATIONS ON VERIZON WIRELESS, OTHER THAN THOSE WITH WHICH WE HAVE EXPRESSLY AGREED TO COMPLY IN THIS ADDENDUM. CUSTOMER IS ON NOTICE THAT ANY TEXT MESSAGES DELIVERED TO A DEVICE USING THE SERVICE WILL REMAIN ON THAT DEVICE, EVEN AFTER THE MESSAGING FEATURE IS REMOVED OR END USER IS DEREGISTERED AND NO LONGER HAS ACCESS TO THE SERVICE. END USERS CONTROL THE DELETION OF MESSAGES RECEIVED ON THEIR DEVICES. 9. Software. In connection with the Service, Verizon Wireless will provide software that is owned by us, our affiliates or third-party licensors ("Software"). Verizon Wireless may update the Software from time to time and Customer and/or end user failure to install any update may affect Customer’s Service and/or use of the Software. Customer may use the Software only as part of, or for use with, the Service as authorized in this Addendum. Verizon Wireless grants Customer a limited, non-exclusive, non-transferable license to use the Service and the Software solely as authorized in this Addendum. All rights regarding use of the Service and Software not expressly granted in this Addendum are reserved by Verizon Wireless and/or any third-party licensors. The Software contains some programming, scripts, tools, modules, libraries, components, or other items that were developed using "Open Source" code; which are available for review in the One Talk attachments. Software was developed solely at private expense, and Customer has no other rights in software than those set forth herein. As such, customer may not adapt, alter, modify, reverse engineer, de-compile, disassemble, translate, attempt to derive source code from or create derivative works of the Service or Software, or otherwise tamper with or modify any security features or other Service components for any reason (or allow or help anyone else to do so). Customer also agrees to follow all rules and policies applicable to the Service, including the installation of required or automated updates, modifications and/or reinstallations of Software and obtaining available patches to address security, interoperability and/or performance issues. 10. Disclaimer of Warranty. THE SERVICE AND SOFTWARE ARE PROVIDED “AS IS” AND “AS AVAILABLE” WITHOUT WARRANTIES, EXPRESS OR IMPLIED, OF ANY KIND BY EITHER VERIZON WIRELESS, OUR AFFILIATES, OFFICERS, EMPLOYEES, LICENSORS, CONTRACTORS, AND AGENTS (TOGETHER, THE "VERIZON PARTIES"), INCLUDING BUT NOT LIMITED TO WARRANTIES OF TITLE, NON- INFRINGEMENT OR IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. THE VERIZON PARTIES AND ANY THIRD PARTY MOBILE APPLICATION STORE DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 83 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. OPERATORS FROM WHICH YOU DOWNLOAD THE ONE TALK MOBILE APP WILL NOT BE LIABLE TO YOU OR ANYONE ELSE FOR ANY LOSSES OR DAMAGES OF ANY KIND OR ANY SECURITY ISSUES THAT MAY RESULT FROM YOUR USE OF THE SERVICE. NO ADVICE OR INFORMATION GIVEN BY THE VERIZON PARTIES SHALL CREATE ANY WARRANTY HEREUNDER. Networkfleet Terms and Conditions 1. DEFINITIONS. In these Terms and Conditions, the following terms, when capitalized, shall have the meaning set forth below: “Customer Website Pages” means the web pages on the Networkfleet Website designated by Networkfleet for use by Customer. "Devices" means the Networkfleet wireless device(s) identified on an accepted order. "Networkfleet Services" means the services ordered hereunder including, but not limited to: (a) collection of diagnostic and/or location information from a Vehicle; (b) any proprietary data feed or elements thereof or any APIs provided by Networkfleet; (c) analysis, delivery and posting of Vehicle information to the Networkfleet Website; (d) notification to Customer and/or a designated third party by e-mail of certain events or Vehicle information; (e) Customer access and usage of Customer Website Pages; and (f) Device installation services. "Networkfleet Website" means the Networkfleet website currently located at www.networkfleet.com. “Network Fleet” is a wholely owned subsidiary of Verizon Communications, Inc, and an affiliate of Cellco Partnership, d/b/a Verizon Wireless which is the “Contractor” under the Verizon Wireless State of Florida Contract DMS-10/11-008C "Service Partners" means the entities that Verizon Wireless works with, from time to time, to provide the Networkfleet Services, including, but not limited to, installers, website operators, mapping data providers and licensors. "Vehicle" means any vehicle equipment equipped with a Device and owned or under the control of Customer. 2. NETWORKFLEET LICENSE. During the time that Customer is entitled to receive Networkfleet Services hereunder, the Customer shall have a non exclusive, non transferable license to (i) use the Networkfleet Services in the United States and such other countries as may be approved by Verizon Wireless in writing, (ii) access and use the Customer Website Pages, and (iii) use the firmware and software included in the Devices, solely for use in connection with the Networkfleet Services, and as provided in these Terms and Conditions. Redistribution or resale of this information by the Customer is prohibited without prior written consent. 3. INSTALLATION SERVICES. If Verizon Wireless accepts an order for Device installation services, such services may be performed by Service Partners who will install the Device at a mutually agreed location, in accordance with Networkfleet’s Installation Policy, located at in the Networkfleet attachements., as it may be amended from time to time, which is available at the Networkfleet Website. Customer acknowledges and agrees that installation of the Device may involve drilling holes, rewiring and other similar alterations to the Vehicle and that Verizon Wireless is not obligated to restore the Vehicle after removal of the Device. 4. CUSTOMER OBLIGATIONS. Customer shall limit its use of the Devices, Networkfleet Services, Networkfleet Website, and Customer Website Pages to their intended purposes and shall comply, and cause its employees and agents to comply with all applicable laws and regulations and with Networkfleet's Website Acceptable Use Policy, Privacy Policy and all other policies that Networkfleet may establish from time to time, which are, or will be available, on the Networkfleet Website. Customer shall inform its drivers of Vehicles that such Vehicle has been enabled for Networkfleet Services and that the Networkfleet Services include the collection of data points associated with the Vehicle’s location and manner of operation. 5. LIMITED WARRANTY. (a) Verizon Wireless warrants to Customer that a Device purchased hereunder (other than an Asset Tracker device) will be free from defects in material and workmanship that prevent the Device from functioning in accordance with its specifications for a period of three (3) years following the initial activation of a Device. The period may be extended though the same period of time as the Customer has continuously paid for Networkfleet Services for the Device; (b) Verizon Wireless warrants to Customer that an Asset Tracker device which has been purchased new from Networkfleet by Customer, will be free from defects in material and workmanship that prevent it from functioning in accordance with its specifications for a period of three (3) years from initial activation, excluding the battery. (c) Verizon Wireless warrants to Customer that all accessories that are purchased new from Networkfleet by Customer will be free from defects in material and workmanship that prevent them from functioning in accordance with their specifications for a period of one (1) year from the date of shipment, (d) Verizon Wireless warrants to Customer that installation services will be free from defects in workmanship for a period of one (1) year from completion of any such installation services (unless Customer has purchased an extended installation warranty). Verizon Wireless warrants that extended warranty DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 84 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. installation services will be free from defects in workmanship for a period of one (1) year following completion of such services. The period may be extended through the same period of time as the Customer has continuously paid for such extended warranty installation service. (e) Warranty claims must be made by notifying Verizon Wireless in writing promptly after Customer learns of the facts supporting a warranty claim, as specified in Networkfleet’s current applicable warranty policy as attached hereto. Verizon Wireless will, at its discretion, either repair or replace any non-complying Device with a Device of equivalent functionality, and if applicable, remedy any defects in installation of the Device. (f) THE REMEDIES IN THIS SECTION ARE THE SOLE OBLIGATIONS AND REMEDY FOR BREACH OF ANY WARRANTY. 6. EXCLUSIONS. The Limited does not cover repair, replacement or correction of any defect, damage or malfunctions caused by: (i) failure to properly install the Devices as described in the Networkfleet installation guides (if installation is not performed by Networkfleet); (ii) accident, negligence, theft, vandalism, operator error, misuse or acts of Nature; (iii) failure of the facilities Customer uses to access the Networkfleet Website or to conform to Networkfleet specifications; (iv) modifications, attachments, repairs or unauthorized parts replacements performed by Customer or any third party not authorized by Networkfleet; or (v) use by Customer of hardware or software not provided or approved by Networkfleet. Customer will be responsible for the cost of Support Services provided by Networkfleet caused by any of the foregoing. 7. DISCLAIMER OF WARRANTIES. EXCEPT FOR THE LIMITED WARRANTY SET FORTH IN SECTION 5, VERIZON WIRELESS MAKES NO WARRANTY OR GUARANTEE OF ANY KIND WITH RESPECT TO THE DEVICES AND THE NETWORKFLEET SERVICES. TO THE FULLEST EXTENT PERMISSIBLE BY APPLICABLE LAW, VERIZON WIRELESS DISCLAIMS ALL REPRESENTATIONS AND WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO: IMPLIED WARRANTIES OF NONINFRINGEMENT, MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE; AND ANY IMPLIED WARRANTY ARISING FROM COURSE OF PERFORMANCE, COURSE OF DEALING OR USAGE OF TRADE. VERIZON WIRELESS DOES NOT WARRANT THAT THE RECEIPT OF DATA, MAPPING INFORMATION, AND OTHER CONTENT FROM THE DEVICES WILL BE AVAILABLE AT ALL TIMES, AT ALL GEOGRAPHIC LOCATIONS, UNINTERRUPTED OR ERROR-FREE, OR THAT THE TRANSMISSION OF DATA, MAPPING INFORMATION, AND OTHER CONTENT FROM NETWORKFLEET TO CUSTOMER OR TO THE CUSTOMER WEBSITE PAGES WILL ALWAYS BE ACCURATE, TIMELY OR COMPLETE. 8. LIMITATION OF LIABILITY. (a) NEITHER PARTY WILL BE LIABLE FOR CONSEQUENTIAL, SPECIAL, INDIRECT OR INCIDENTAL DAMAGES, INCLUDING LOST PROFITS OR LOST DATA, EVEN IF THAT PARTY IS INFORMED THAT THOSE DAMAGES MAY OCCUR. VERIZON WIRELESS’ CUMULATIVE LIABILITY UNDER ANY LEGAL THEORY SHALL NOT EXCEED THE AMOUNT PAID TO VERIZON WIRELESS. (b) WITHOUT LIMITING THE FOREGOING, VERIZON WIRELESS AND THE SERVICE PARTNERS ARE NOT RESPONSIBLE FOR LIABILITIES OF ANY KIND RESULTING FROM DELAYS IN DELIVERY, INSTALLATION OR PROVIDING NETWORKFLEET SERVICES OR OTHER SERVICES, REGARDLESS OF THE CAUSE OF THE DELAY. CUSTOMER UNDERSTANDS AND AGREES THAT VERIZON WIRELESS SHALL NOT BE LIABLE FOR ANY DAMAGES OF ANY KIND RESULTING FROM AN ALLEGED OR ACTUAL LACK OF SECURITY RELATING TO CUSTOMER'S USE OF THE NETWORKFLEET SERVICES. (c) CUSTOMER UNDERSTANDS AND AGREES THAT: (i) THE DEVICE IS A WIRELESS DEVICE AND THAT WIRELESS COMMUNICATIONS NETWORKS ARE USED TO CONNECT THE DEVICES WITH NETWORKFLEETS DATA CENTER AND BY USING GPS (GLOBAL POSITIONING SYSTEM) TO DETERMINE A VEHICLE’S LOCATION; (ii) THE NETWORKFLEET SERVICES WILL NOT OPERATE UNLESS A VEHICLE IS IN AN AREA THAT HAS ADEQUATE WIRELESS COMMUNICATIONS COVERAGE AND, EVEN IF A VEHICLE IS IN SUCH AREA, THE NETWORKFLEET SERVICE IS SUBJECT TO WIRELESS SERVICE NETWORK AND TRANSMISSION LIMITATIONS AND MAY BE ADVERSELY AFFECTED BY TERRAIN, SIGNAL STRENGTH, WEATHER AND ATMOSPHERIC CONDITIONS, OR OTHER THINGS THAT VERIZON WIRELESS DO NOT CONTROL; AND (iii) INFORMATION ABOUT A VEHICLE’S LOCATION WILL NOT BE AVAILABLE UNLESS THE DEVICE IN THE VEHICLE IS ABLE TO RECEIVE GPS SIGNALS. 9. PROPRIETARY RIGHTS. Customer acknowledges and agrees that the Devices, the Networkfleet Service and the Networkfleet Website may include patent, copyright, trademark, service mark, trade secrets, or other intellectual property rights (collectively “Proprietary Rights”) of Networkfleet, its affiliates or the Service Partners (including, with respect to the Networkfleet Website, materials that may be proprietary to Service Partners and suppliers, and that Networkfleet, its affiliates, including Verizon Wireless and/or the Service Partners retain title to and ownership of those Proprietary Rights and any and all improvements, modifications, fixes or enhancements made by or for Networkfleet, its affiliates and/or the Service Partners to the Devices, the Networkfleet Service or the Networkfleet Website and grant such Customers a limited license for purposes of utilizing the services for the purposed outlined in this agreement. Customer will not copy, modify, reverse-engineer, disassemble or decompile any software or firmware included in any Device or the Networkfleet Website or otherwise provided to Customer by or on behalf of Networkfleet, and will not disclose such software or provide access to the Devices, such software or any Networkfleet Services to any third party for such a purpose. Customer agrees that with respect to the Networkfleet Services, it shall not, nor shall it permit any third party to (a) assign, transfer, lease, rent, sell, distribute or import such Networkfleet Services to any third party; (b) except with the express written consent of Verizon Wireless, combine, embed or incorporate the Networkfleet Services into any other product or service other than any Customer-owned or developed interface for purposes of receiving the data feed delivered from the Networkfleet Devices; (c) reverse engineer, translate, convert, decompile the Networkfleet Services; (d) remove or alter any proprietary notices in the Networkfleet Services;(e) use the Networkfleet Services in connection with the transmission, sale, license, or delivery of any infringing, defamatory, offensive, or illegal products, services, or materials; (f) use the Networkfleet Services in any manner that threatens the integrity, performance, or availability of the Networkfleet Service; or (g) use the Networkfleet Service in any manner that violates local, state or federal laws, regulations or orders. The Networkfleet Website includes aerial, satellite imagery from Digital Globe, one of the Service Partners, as a mapping option. If Customer uses such mapping option, Customer agrees to comply with the terms of use contained in Digital Globe’s End User License Agreement reference Networkfleet MAXAR DigitalGlobe attached hereto. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 85 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 10. MODIFICATIONS; WEBSITE MAINTENANCE. Networkfleet may alter or modify all or part of the Devices, the Networkfleet Services or the Networkfleet Website from time to time; provided such changes do not materially adversely affect Customer's use of the Networkfleet Services or Networkfleet Website. Subject to the foregoing, such changes may include, without limitation, the addition or withdrawal of features, information, products, services, software or changes in instructions. Networkfleet reserves the right to perform scheduled maintenance for the Networkfleet Services and Networkfleet Website from time to time. This may include application and database maintenance as well as general website maintenance and may or may not involve Networkfleet Website and Networkfleet Services unavailability. 11. DATA. Customer represents and warrants that it has all rights and authority with respect to the data Verizon Wireless, Networkfleet, and the Service Partners acquire and transmit through Customer's use of the Devices, the Networkfleet Services and the Networkfleet Website ("Business Data") and grant the rights and approvals set forth in this Agreement and further grants to Verizon Wireless, Networkfleet, its affiliates and the Service Partners the nonexclusive, license and right to collect, access and use Business Data, and to access, copy and use the Business Data in the course of performing the Networkfleet Services and to analyze, measure and optimize the performance of the Devices and the Networkfleet Services and to develop new offerings for Customer and others and for other purposes of Networkfleet and its affiliates, including the development of data products for sale, licensing and distribution to third parties during the term of its contract with the Customer; provided, however, that except as may be required under law or court order, Networkfleet will not disclose or distribute Business Data to a third party in a form that permits identification of Customer. 12. EXPORT CONTROL. Customer understands and agrees that: (i) the software used in connection with the Service is controlled by US export control laws; (ii) further transfer or export of the software may be subject to US export control laws or similar laws of other countries; (iii) Customer will abide by such laws; and (iv) Customer will not re-export or divert the software to a country or activity in contravention of U.S. law. Customer represents and warrant that: (i) Customer is not now located in, does not maintain an office or residence in, is not a citizen of, nor does Customer intend to travel to (without agreeing to follow any specific federal regulatory parameters on such travel), any of the following countries: Cuba, Iran, North Korea, Sudan, Syria, or other locations where the United States or other governments may have restrictions; and (ii) Customer is not, nor does Customer anticipate being, listed on any U.S. Government, United Nations or other country’s prohibited parties list (including, but not limited to the U.S. Department of Commerce Denied Persons List or Entity List and the U.S. Treasury Department's Specially Designated Nationals, Terrorists or Narcotics Traffickers List). 13. OWNERSHIP AND ACCEPTANCE. Title transfer and acceptance of products and services occur upon shipment or provision of service. 14. GENERAL. (a) No amendment, change, modification or waiver to any provision of any accepted order or these Terms and Conditions will be binding unless signed by an authorized representative of each party. (b) The parties' respective rights and obligations under Sections 7. DISCLAIMER OF WARRANTIES, 9. PROPRIETARY RIGHTS, and 11. DATA survive termination of an order. This Call Filter Service Attachment (“Call Filter Attachment”) to the Agreement between Customer and Verizon Wireless sets forth the terms and conditions specific to the Call Filter Service (described below) to be provided by Verizon Wireless to Customer hereunder. If there are any inconsistencies between this Call Filter Attachment and the Agreement, this Call Filter Attachment shall control with respect to the Call Filter Service functionality or operation. Any capitalized but undefined terms used in this Call Filter Attachment shall have the meanings given such terms in the Agreement. 1. Call Filter Service Overview. Verizon Wireless’s Call Filter Service allows Customer to take manage its calls (the “Service”). 2. Call Filter and Call Filter Plus Service Description. Call Filter is available to Customer for no additional monthly charges, and provides spam protection (spam alerts, blocking and reporting). Call Filter Plus provides added protection with caller ID and other premium features for a monthly charge, which are set forth in the Call Filter Plus Service Fees exhibit attached hereto. Call Filter utilizes network-based functionality to provide spam alerts and caller ID information on Customer’s devices, and will not require the Call Filter application for these features. Spam blocking and other enhanced spam protection tools require the Call Filter application and a compatible device. Availability of certain features will vary depending on the device. . Basic phones will receive network-based spam protection. Call Filter requires Verizon Wireless's 4G LTE network; limited features of the Service may be available if Customer is roaming on a VoLTE network outside of Verizon Wireless’s 4G coverage area. 3. Call Filter Limitations. Call Filter is not available for incoming calls from restricted or unlisted numbers. Call Filter does not detect spam calls from international numbers, but Customer may choose to block calls from international numbers. Call Filter Call Filter Service Attachment to Verizon Wireless Agreement: Government Terms of Service DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 86 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. utilizes analytics and databases that are continually evolving, including spam reporting by customers. Call Filter may not work with some of our other services like NumberShare or eSIM lines. 4. Spam Protection and the Call Filter Application. Call Filter will alert Customer when Customer receives potential spam calls and allows Customer to turn on the spam filter to automatically block (send directly to voicemail) spam calls based on Customer’s preferred risk level (as determined by Customer in the Call Filter application). If Customer enrolls in Call Filter through the Call Filter application, Verizon will automatically turn on Customer’s spam filter to block all high-risk spam calls, but Customer can always turn off or adjust the blocking within the Call Filter application. Call Filter Plus, provides additional protection with caller ID for unknown numbers, access to a risk assessment meter for each spam call, reverse spam number lookup, and additional categories of spam alerts including "Robo Caller" or "Potential Fraud." With Call Filter Plus, depending upon Customer’s device, Customer may also be able to view a list of callers that have been identified as spam or blocked, and block and un-block specific numbers. Call Filter's spam detection and block management may inadvertently mislabel or block legitimate callers including those to whom Customer may have given consent to communicate with via Customer mobile number. Customer should check Customer voicemail to determine if the caller is legitimate (if they left a voice message and if Customer have voicemail enabled). Verizon Wireless does not guarantee that all calls that are spam will be detected. Customer’s spam settings such as spam filters and personal block and spam lists will be permanently deleted once Customer changes devices, uninstalls the Call Filter application, unsubscribes or downgrades the Service, or in the case of Android users, disables the Call Filter application or clear application cache or data. 5. Caller ID. Caller ID, available with Call Filter Plus, displays the name, phone number, city and state of a caller's phone number, if these details are available and supported by Customer’s device. Some devices may only display the caller's name as the Call Filter may not be available on all devices. Some devices also allow identification of text messages when using an eligible messaging application. Android users may also see the caller's uploaded photo if available. 6. The caller's identity may not show if they are labelled as Robo Caller, Potential Spam or Potential Fraud on certain operating systems. Customer’s saved contact names will show instead of the caller identification (so if a call would normally show as a Robo Caller with the Service, but is in Customer’s list of contacts, that contact name will show instead). If Customer uploads a photo, Customer’s photo will be seen by other Verizon Wireless customers that use the Service but will not override a Customer's contact photo (uploading is not available for all devices). 7. Data Charges. Subject to the Agreement, data charges may apply for download of the application and use of the Service. Call Filter does not operate on Wi-Fi, so data charges may apply when using the Service even if Customer device is also connected to Wi-Fi. If Customer’s device is eligible for the uploading or receiving of a picture, data charges apply to such uploading and also for receiving pictures. Such data charges will be billed to Customer’s Verizon Wireless account according to Customer’s data plan. The Service will automatically renew every month unless canceled. For Call Filter Plus, Customer will be billed a Monthly Access Fee as specified in the Call Filter Plus Service Fees exhibit. 8. Privacy. Verizon Wireless may use information about Customer’s activity in the Service, subject to our Privacy Policy, please refer to the attached Verizon Full Privacy Policy. . In order to provide the Service to Customer, Verizon Wireless will access the following information: MTN, contacts, call log, and messages (Android devices only). Verizon Wireless does not share information for any other purposes other than to render the Service. While a Customer end user can review or turn off these permissions at any time in the device settings, without access to that information, the Service will not be provided to that device. 9. Licenses and Restrictions. Call Filter is the property of Verizon Wireless or its licensors. Call Filter software and any application installed on Customer devices are licensed and not sold to Customer. Verizon Wireless and its licensors grants to Customer a limited, non-exclusive, revocable, non-transferable, personal, non-commercial license to use the Service for its intended use, in the United States. 10. Restrictions on Use. Customer will not, or permit anyone else to, sell, resell, distribute, sublicense, loan, lease, otherwise transfer, alter, modify, merge, adapt, copy, delete, record, translate, publish, upload, transmit, export, create derivative works of, make any commercial use of, reverse engineer, decompile, attempt to derive the source code, or disassemble the Service of any software that forms part of the Service. Customer may not use the Service or any part of it for any improper use (including infringement of copyright or other intellectual property rights) and must follow all laws. Customer will not alter, disable, or circumvent any features embedded in the software. All rights not expressly granted to Customer herein are reserved. Verizon Wireless may revoke this license at any time without notice. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 87 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 11. Branding. All trademarks, service marks, trade names, logos, domain names, and any other features of Verizon Wireless's brand are the sole property of Verizon Wireless and Verizon Wireless does not grant any rights to such branding to Customer for any use at all. Customer may not remove or alter any copyright, trademark, or other intellectual property notices of the Service. 12. User Content. For certain eligible devices, the Service allows Customer to upload a photo to display. Customer may choose to attach a photo from Customer own photo gallery, a new photo that Customer take, or a photo available for use from an Internet search that Customer conducts. Customer is responsible for any content that Customer uploads to the Service. Verizon Wireless does not monitor or control the content Customer chooses to send via the Service and, Verizon Wireless disclaims all responsibility for such content. Photos that Customer did not take may be subject to copyright protection which limits or prohibits their copying, transmission and/or use. Customer agrees that Customer will not attach copyrighted content in a way that infringes any copyright, and that Customer is wholly responsible for any copyright infringement resulting from Customer’s conduct. If Customer is unsure about whether Customer’s conduct is lawful, Customer should not attach the content. 13. Digital Millennium Copyright Act Notice. If Customer believe that Customer content has been improperly used in the Service in a way that constitutes copyright infringement please contact Verizon at the address below. Pursuant to Title II of the DMCA, all claims alleging copyright infringement for material that is believed to be residing on Verizon's system or network should be promptly sent in the form of written notice to Verizon's Designated Agent. The Designated Agent for DMCA Notice is: Verizon Copyright Department 1320 North Courthouse Road, Floor 9 Arlington, Virginia 22201, U.S.A. Fax 703.351.3669 Email DMCA@verizon.com NOTE: No other notices or communications should be sent to the Designated Agent, who is appointed solely for the purpose of receiving notices of claims alleging copyright infringement under the DMCA. Specific requirements for proper notification of claimed infringement are set forth in the DMCA (see 17 U.S.C. § 512(c)(3)). Valid notification must be a written communication that includes all of the following elements: 1. Signature of copyright owner or person authorized to act on behalf of the owner; 2. Identification of copyrighted work claimed to be infringed; 3. Identification of the material claimed to be infringing or to be the subject of infringing activity and information reasonably sufficient to permit the service provider to locate the material; 4. Information reasonably sufficient to permit the service provider to contact the complaining party (address, phone number and, if available, email address); 5. A statement that the complaining party has a good faith belief that use of the material in the manner complained is not authorized by the copyright owner, its agent, or the law; and 6. A statement that the information in the notification is accurate, and under penalty of perjury, that the complaining party is authorized to act on behalf of the owner of the exclusive right allegedly being infringed. It is the policy of Verizon that upon receipt of a valid DMCA notice Verizon will remove or disable access to allegedly infringing material. There are substantial penalties for false claims (see 17 U.S.C. § 512(f)). 14. Open Source and Third Party Licenses. Customer’s use of the Service is subject to open source licenses that form part of the Service. Certain software or technical information is licensed from third parties, and may be covered by one or more U.S. Patents, pending U.S. patent applications, and pending counterpart European and international patents. The open source licenses that form part of the Service. Please refer to the Call Filter open source licenses attached hereto. : • [This link is broken. Our technical team reached out to the vendor and that vendor is working on the links, but it has not yet been resolved. • • This link is broken. Our technical team reached out to the vendor and that vendor is working on the links, but it has not yet been resolved. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 88 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 15. Termination. Subject to the dispute resolution provision in the Agreement, Verizon may limit, suspend, terminate or discontinue the Service, or certain features or functions of the Service, at any time without notice, including if Customer breaches this Call Filter Attachment. Customer may terminate Customer’s use of the Service at any time by unsubscribing to the Service. 16. DISCLAIMER OF WARRANTIES. THE SERVICE AND ANY INCLUDED APPLICATION IS PROVIDED BY VERIZON OR ITS LICENSORS 'AS IS', WITHOUT WARRANTIES, EXPRESS OR IMPLIED, OR CONDITIONS OF ANY KIND, INCLUDING FOR MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE OR NON-INFRINGEMENT. CUSTOMER USES THE SERVICE AT ITS OWN RISK. VERIZON WIRELESS AND ITS LICENSORS, AND VENDORS MAKE NO WARRANTY, EITHER EXPRESS OR IMPLIED, AS TO THE ACCURACY, AVAILABILITY, COMPLETENESS, USEFULLNESS, SECURITY, RELIABILITY, INTEROPERABILITY, OR THAT THE SERVICE WILL BE UNINTERRUPED, VIRUS FREE, OR COMPATIBLE WITH YOUR DEVICE OR THAT THE SERVICE WILL MEET YOUR EXPECTATIONS AT ALL OR AS TO THE IDENTIFICATION, LABELING, SPAM OR BLOCK MANAGEMENT, OR BLOCKING OF CALLS. VERIZON WIRELESS AND ITS LICENSORS, AND VENDORS DO NOT PROVIDE ANY WARRANTY (EXPRESS OR IMPLIED) OR GUARANTEE THAT ALL SPAM, ROBOCALLER AND FRAUDLENT CALLERS WILL BE IDENTIFIED, LABELED CORRECTLY OR BLOCKED. THE SERVICE COULD CAUSE DAMAGE TO CUSTOMER, ITS DATA, DEVICES, SOFTWARE OR HARDWARE. 17. LIMITATIONS OF LIABILITY. TO THE MAXIMUM EXTENT ALLOWED BY LAW, THE LIABILITY OF VERIZON WIRELESS OR ITS LICENSORS, AND VENDORS FOR MONETARY DAMAGES FOR ANY CLAIMS, THAT CUSTOMER MAY HAVE UNDER THESE TERMS ARE LIMITED TO NO MORE THAN THE PROPORTIONATE AMOUNT OF THE SERVICE CHARGES ATTRIBUTABLE TO THE AFFECTED PERIOD, AND THE MAXIMUM IN DAMAGES RECOVERABLE SHALL BE TEN ($10) U.S. DOLLARS. UNDER NO CIRCUMSTANCES ARE VERIZON WIRELESS, ITS LICENSORS, AND VENDORS LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, PUNITIVE, MULTIPLE, OR SPECIAL DAMAGES OF ANY NATURE WHATSOEVER INCLUDING, BUT NOT LIMITED TO, LOST PROFITS, LOST DATA, REPUTATION, LOSS OF BUSINESS, OR COST OF REPLACEMENT PRODUCTS AND SERVICES ON ANY THEORY OF LIABILITY, ARISING OUT OF OR RELATED TO THE SERVICE OR THE INABILITY TO USE THE SERVICE IN ANY WAY WHETHER FORESEEABLE OR NOT OR WHETHER ADVISED OF THE POSSIBLITY OF SUCH DAMAGES. VERIZON WIRELESS SHALL NOT BE LIABLE FOR ANY DAMAGES, COSTS OR PENALTIES (DIRECT OR INDIRECT) AS A RESULT OF MIS-IDENTIFICATION, MIS-MANAGEMENT OR BLOCKING OF A CALLER OR FAILURE TO PROPERLY IDENTIFY, MANAGE OR BLOCK A CALLER. 18. [Reserved] 19. Export Control. Use of the Service may be subject to the export and import laws of the Unites States and other countries. Customer agrees to comply with all applicable export and import laws and regulations. By using the Service and/or by downloading the applicable Application, Customer agrees that Customer are not located in, under the control of, or a resident or national of any country, or person, on the United States Treasure Department's list of Specially Designated Nationals or the United States Commerce Department Table of Deny Orders. Customer also agrees that Customer are not located in a country that is subject to the U.S. government embargo, or that is designated by the U.S. as a terrorist supporting country and Customer are not listed on any U.S. government list of prohibited or restricted parties. Customer agrees also not to attempt to export or import any encrypted information, materials, hardware or software. 20. Safety. Customer must not endanger either Customer or others by using the Service while driving or engaging in any other activity that requires Customer’s full attention. Verizon Push to Talk Responder (PTT Responder) Terms and Conditions This Agreement is between you, as our Customer or End User, and Verizon Wireless (“VZW”) and it sets forth the terms and conditions under which you agree to use and we agree to provide PTT Responder, a mission-critical push to talk solution (also known as the “Service”). By using or accessing PTT Responder, you accept these Terms & Conditions. VZW may change these terms and conditions from time to time as permitted by applicable law. By continuing to use the Service after VZW has notified you of changes, you are accepting those changes. 1. Customer Agreement. For business customers, PTT Responder is subject to your company’s major account agreement with VZW. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 89 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 2. How the Service Works. You can access PTT Responder in the following ways: (i) through a mobile application (the "Mobile App"), or (ii) by downloading computer software from the VZW website (the "Computer Client"). Not all PTT Responder service features are available through all access methods. 3. Charges. Your download of PTT Responder will be billed according to the applicable data plan. Your use of PTT Responder will be billed according to the monthly recurring fee that you agreed to pay, and use on certain devices will be billed according to the applicable data plan. For a list of those devices that will be billed according to your data plan, please see the Public Safety Services document attached 4. Privacy. VZW may use information about your activity in PTT Responder, subject to our Privacy Policy and applicable law attached hereto. . 5. Licenses. Mobile App, Computer Client, or any other executable associated with your access or use of PTT Responder is referred as “PTT Responder Software”. You have a limited, non-exclusive, non-transferable license to use PTT Responder in the U.S. and the object code version of PTT Responder Software solely for the purposes for which it is provided and only in accordance with all documentation provided by VZW or its licensors or suppliers and, for the sake of clarity, is not for resale and is not sublicensable. The PTT Responder Software contains some programming, scripts, tools, modules, libraries, components, or other items that were developed using "Open Source" code, and information about these items is available in the attached Open Source document. . Nothing in this Agreement will be construed to limit any rights granted under such open source licenses. 6. Maps. If you are using PTT Responder Dispatcher Request Location from Client and PTT Responder Dispatch with MAP Integration as standalone products (not in conjunction with Push to Talk Plus), such use will require use of OpenStreetMap (© OpenStreetMap contributors). Use of OpenStreetMap within PTT Responder is subject to the Open Data Commons Open Database License (ODbL) licensed by the OpenStreetMap Foundation (OSMF). Please refer to the attached Open Street map document. . The ODbL may be updated from time to time and are incorporated into these Terms and Conditions by reference, as if set forth fully herein. If you do not accept the ODbL including all limitations and restrictions therein as may be updated by OpenStreetMap from time to time, you may not use PTT Responder. Your use of the OpenStreetMap service within PTT Responder will constitute your acceptance of the ODbL. If there is a conflict between these Terms and that license, the ODbL license terms will control. 7. Consent to Share Location Information. PTT Responder Dispatcher Request Location from Client and PTT Responder Dispatch with MAP require sharing of your “Location Information” (data that can be used to describe, determine or identify the location of the mobile device you use while accessing PTT Responder). With your consent, your Location Information will be shared with your employer, for business purposes only. 8. Additional Terms for Device Call Logging and Recording. For PTT Responder, the Device Call Logging and Recording feature within PTT Responder permits your employer to log and record your calls while you are using a mobile device with PTT Responder. By using PTT Responder, you consent to calls on your mobile device being logged and recorded by your employer, and you consent to any person authorized by your employer listening to your conversation(s) for training and other legitimate business purposes. Employers shall restrict access to the Device Call Logging and Recording feature of PTT Responder to only authorized employees, who shall only use the feature during business hours for training and other legitimate business purposes. 9. Restrictions on Use. You may not, or allow others to (i) transfer, assign or sublicense its license rights to any other person or entity or use the PTT Responder Software on any equipment other than the equipment on which it was originally installed, and You acknowledges that any attempted transfer, assignment, sublicense or use shall be void; (ii) make error corrections to or otherwise modify or adapt the PTT Responder Software, create derivative works based upon the PTT Responder Software, or permit third parties to do the same; (iii) reverse engineer or decompile, decrypt, disassemble or otherwise reduce the PTT Responder Software to human-readable form or attempt to reconstruct or discover the source code, underlying ideas or algorithms of any components of the PTT Responder Software, except to the extent otherwise expressly permitted under applicable law notwithstanding this restriction; (iv) use or permit the PTT Responder Software to be used to perform services for third parties, whether on a service bureau or time-sharing basis or otherwise, without the express written authorization of Verizon; (v) remove or obscure any proprietary notices from the PTT Responder Software, documentation or other materials furnished or made available hereunder; (vi) disclose, provide, or otherwise make available trade secrets contained within the PTT Responder Software and documentation in any form to any third party without the prior written DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 90 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. consent of Verizon; (vii) enable any PTT Responder Software features or capacity (e.g., additional storage hours, agents, ports or mailboxes) which is licensed as separate products without Verizon’s prior written consent; and/or (viii) permit or encourage any third party to do any of the foregoing. Customer shall implement reasonable security measures to protect such trade secrets. 10. Termination. VZW may terminate or discontinue PTT Responder at any time without notice, including if you breach these Terms and Conditions, subject to the applicable contracts disputes act if you are a government entity. 11. Disclaimer of Warranty; Limitation on Liability. PTT RESPONDER AND ANY INCLUDED SOFTWARE IS PROVIDED ‘AS IS’, WITHOUT WARRANTIES, EXPRESS OR IMPLIED, OF ANY KIND BY EITHER VZW OR ITS LICENSORS OR SUPPLIERS. VZW’S LIABILITY SHALL BE LIMITED AS SET FORTH IN THE CUSTOMER AGREEMENT (AND THE LIABILITY OF EACH VZW LICENSOR AND SUPPLIER SHALL BE LIMITED TO THE SAME EXTENT). 12. Export Control. You shall comply with all export laws and restrictions and regulations of the Department of Commerce, the United States Department of Treasury Office of Foreign Assets Control (“OFAC”), or other United States or foreign agency or authority, and not export, or allow the export or re-export of PTT Responder in violation of any such restrictions, laws or regulations. By downloading or using PTT Responder, you agree to the foregoing and you represent and warrant that you are not located in, under the control of, or a national or resident of any restricted country or on any restricted parties list. 13. Safety. Please do not endanger yourself and others by using PTT Responder while driving or engaging in any other activity that requires your full attention. Verizon Local Network Command Terms and Conditions 1. GENERAL 1.1 Service Definition 1.2 Service Availability 2. SUPPLEMENTAL TERMS 2.1 Customer Agreement 2.2 Privacy 2.3 Licenses 2.4 Consent to Share Location Information 2.5 Disclaimer of Warranty; Limitation of Liability 3. CUSTOMER RESPONSIBILITIES 3.1 Restrictions on Use 4. FINANCIAL TERMS 4.1 Responsibility for Charges 1. GENERAL 1.1 Service Definition. Local Network Command is a local control solution allowing for temporary uplift of mobile devices to enhanced network performance (also known as the “Service”). 1.2 Service Availability. You can access the Service through a web-based tool hosted at the VZW MyBiz portal. The account single point of contact (SPOC) must preselect the users for uplift through the Service. The account SPOC can preselect users individually or as part of a group. The account SPOC must also create and designate specific users as Incident Commanders. Incident Commanders will have the ability to create incidents using the Service and uplift preselected users during an incident. 2. SUPPLEMENTAL TERMS DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 91 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 2.1 Customer Agreement. For enterprise customers, the Service is subject to your organization’s major account agreement with VZW. 2.2 Privacy. VZW may use information about your activity in using the Service, subject to our Privacy Policy and applicable law, which are attached hereto 2.3 Licenses. You have a limited, non-exclusive, non-transferable license to use the Service solely for the purposes for which it is provided and only in accordance with all documentation provided by VZW or its licensors or suppliers. For Location Information (defined below), the Service requires use of MapQuest. Use of MapQuest within the Service is subject to: • the MapQuest Terms of Service attached hereto • the MapQuest 3rd Party Notices and Licenses MapQuest Attributions attached hereto., • the Mapbox Notices MapQuest Mapbox as attached hereto, and • the MapQuest Privacy Policy MapQuest System1 Privacy Policy as attached hereto The MapQuest Terms of Service, MapQuest 3rd Party Notices and Licenses, Mapbox Notices and MapQuest Privacy Policy may be updated from time to time and are incorporated into these Terms and Conditions by reference, as if set forth fully herein. If you do not accept the MapQuest Terms of Service, MapQuest 3rd Party Notices and Licenses, Mapbox Notices or MapQuest Privacy Policy, including all limitations and restrictions therein as may be updated by MapQuest from time to time, you may not use the Service. Your use of MapQuest within the Service will constitute your acceptance of the MapQuest Terms of Service, MapQuest 3rd Party Notices and Licenses, Mapbox Notices and MapQuest Privacy Policy 2.4 Consent to Share Location Information. The Service will require sharing of “Location Information” (data that can be used to describe, determine or identify the location of all mobile devices subject to the Service). In using the Service, you represent and warrant that you have obtained all necessary consent(s) from individual users whose mobile devices will be subject to the Service, and that VZW has no responsibility to obtain such consent(s). 2.5 Disclaimer of Warranty; Limitation of Liability. THE SERVICE IS PROVIDED ‘AS IS’, WITHOUT WARRANTIES, EXPRESS OR IMPLIED, OF ANY KIND BY EITHER VZW OR ITS LICENSORS OR SUPPLIERS. VZW’S LIABILITY SHALL BE LIMITED AS SET FORTH IN THE CUSTOMER AGREEMENT (AND THE LIABILITY OF EACH VZW LICENSOR AND SUPPLIER SHALL BE LIMITED TO THE SAME EXTENT). 3. CUSTOMER RESPONSIBILITIES 3.1 Restrictions on Use. You may not, or allow others to, adapt, alter, modify, de-compile, reverse engineer, translate, or create derivative works of the Service. The Service is intended for those devices with a clear need for temporary uplift to enhanced network improvement. You agree not to abuse the Service as determined by the sole discretion of Verizon. “Abuse” may include, but not be limited to, the indiscriminate uplift of all devices within a specific geographic area where such action adversely affects the Verizon wireless network. 4. FINANCIAL TERMS 4.1 Responsibility for Charges. Your use of the Service will be billed according to the monthly recurring fee that you agreed to pay, and use on certain devices will be billed according to the applicable data plan. For a list of those devices that will be billed according to your data plan VERIZON DNS SAFEGUARD for PUBLIC SAFETY 1. GENERAL 1.1 Service Definition DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 92 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 1.2 Service Features for DNS Service Plus 1.3 Service Features for DNS Service Advanced 2. SUPPLEMENTAL TERMS 2.1 Service Activation and Implementation 2.2 Services Agreement Flow Down Terms 2.3 Customer Responsibilities 2.4 Warranties 2.5 Use of Data 2.6 Term and Termination 3. FINANCIAL TERMS 3.1 General 4. DEFINITIONS 1. GENERAL 1.1 Service Definition. Verizon DNS Safeguard for Public Safety (DNS Service) is a cloud-based security platform intended to provide a first line of defense against threats on the Internet by detecting and blocking inappropriate and malicious sites and content before the Internet Protocol (IP) connections are established. DNS Service is enhanced with threat intelligence feeds from the Verizon Threat Research Advisory Center which, learning from internet activity patterns, automatically uncovers current and emerging threats to continually keep the network safe. The DNS Service platform operates as a DNS resolver that converts domain names to IP addresses which allows the platform to prevent IP connections to known malicious sites. When a legitimate domain is resolved, the DNS Service returns the actual IP address. The DNS Service consists of two offerings: DNS Service Plus and DNS Service Advanced. 1.2 Service Features for DNS Service Plus. The following service features are included with DNS Service Plus: 1.2.1 DNS Layer of Breach Protection. DNS Service is able to detect and block malicious sites and content before they reach the network as a DNS request is made before IP connections are established. Malware, ransomware, phishing, spyware, botnets, and command & control call-backs are blocked over any port or protocol before such threats can reach users and network. 1.3 Service Features for DNS Service Advanced. The following service features are included with DNS Service Advanced. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 93 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 1.3.1 Premium Threat Feeds. DNS Service Advanced includes the Basic Threat Feeds described in the DNS Service Plus and additional threat feeds from the Verizon Threat Research Advisory Center’s display of threat analytics and intelligence it gathers from third party proprietary and open source data. 2. SUPPLEMENTAL TERMS 2.1 Service Activation and Implementation 2.1.1 Service Activation. The DNS Service will begin Activation Date is 10 Business Days following the Order Confirmation Date. 2.1.2 Offshore Support. Customer agrees that the DNS Service may be provided by, and all related information (including data) accessed and/or stored by, resources located within and outside the United States. Customer consents to such performance of services, including access and storage of data, from outside the United States. 2.2 Services Agreement Flow Down Terms 2.2.1 Acceptance of Terms. From time to time, Verizon may update the functionality, add new features to the DNS Service, and/or change the access configuration for the DNS Services. In such event, these terms shall also apply to any upgrades or updates subsequently provided by Verizon for the DNS Services. 2.2.2 Use of the DNS Services. Customer accepts the non-assignable, non-transferable, non-sublicensable, and non-exclusive right to access and use the DNS Service only as authorized in this Agreement and related documentation for the duration of the Service Commitment and for the number of licenses purchased by and allocated to Customer. 2.3 Customer Responsibilities 2.3.1 Internet Access. Customer must have wireless internet access in place to use DNS Service. Customer must have a subscription to Verizon’s Responder Private Core in place to use DNS Service. 2.3.2 Prohibited Use. Customer will not: (i) use the Services for any unlawful, unauthorized, fraudulent or malicious purpose, (ii) modify, adapt, sublicense, translate, sell, reverse engineer, decompile or disassemble any portion of the Services (except to the limited extent applicable laws specifically prohibit such restriction); (iii) bypass any measures Verizon may use to prevent or restrict access to the Services or otherwise interfere with any other party’s use and enjoyment of the Services; or (iv) use Customer’s account or the Services to infringe any intellectual property or other right of any other third party. Verizon may cooperate with legal authorities and/or third parties in the investigation of any suspected or alleged crime or civil wrong. Subject to Verizon’s Privacy Policy, Verizon reserves the right at all times to disclose any information as Verizon deems necessary to satisfy any applicable law, regulation, legal process or governmental request, or to edit, refuse to post or to remove any information or materials, in whole or in part, in Verizon’s sole discretion. 2.4 Warranties 2.4.1 Verizon’s Disclaimer of Warranties. Verizon does not warrant that any network, computer systems, or any portions thereof, are secure. Verizon does not warrant that use of DNS Service will be uninterrupted or error-free or that any defect in DNS Service will be correctable or that incidents will be fully contained. Customer acknowledges that impenetrable security DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 94 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. cannot be attained in real-world environments and that Verizon does not guarantee protection against breaches of security, or the finding or successful prosecution of individuals obtaining unauthorized access. Verizon does not warrant the accuracy of information provided to Customer hereunder. CUSTOMER’S USE OF THE DNS SERVICES IS AT CUSTOMER’S SOLE RISK. ALL DNS SERVICES ARE PROVIDED ON AN AS IS OR AS AVAILABLE BASIS, AND TO THE EXTENT PERMITTED BY APPLICABLE LAW,VERIZON EXPRESSLY DISCLAIMS ALL WARRANTIES AND CONDITIONS OF ANY KIND WHETHER EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, NON-INFRINGEMENT AND SATISFACTORY QUALITY. VERIZON, ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, OR SUPPLIERS MAKE NO WARRANTY THAT THE SERVICES ARE ACCURATE, TIMELY, UNINTERRUPTED, VIRUS-FREE OR ERROR-FREE, OR THAT ANY PROBLEMS ENCOUNTERED WILL BE CORRECTED. THE WARRANTIES AND REMEDIES SET FORTH IN THIS SERVICE ATTACHMENT ARE VERIZON’S EXCLUSIVE WARRANTIES AND CUSTOMER’S SOLE REMEDIES FOR BREACH OF WARRANTY, IF ANY, BY VERIZON. 2.4.2 Customer Warranty. Customer represents and warrants that Customer (a) will use the DNS Safeguard services, including all reporting, deliverables, documentation, and other information provided in connection with DNS Service solely for purposes of protecting Customer from abusive, fraudulent, or unlawful use or access to its information, systems and applications including public internet service provided by Verizon and Customer will not market, sell, distribute, lease, license or use any such deliverables, documentation or information for any other purposes; and (b) will comply with all applicable laws and regulations. 2.4.3 Third Party Warranties. For any third party products and/or services incorporated as part of Service, Customer will receive only the warranties offered by such third party to the extent Verizon may pass through such warranties to Customer. 2.5 Use of Data. As part of Customer’s use of the Services, Customer will be providing certain (i) Network Data, (ii) User Data and/or Feedback. Some Network Data is necessary for the essential use and functionality of the Services. Network Data is also used to provide associated services such as technical support and to continually improve the operation, security, efficacy and functionality of the Services. 2.5.1 User Data. Customer grants Verizon a worldwide, royalty-free, sublicensable license to use, modify, reproduce, publicly display, publicly perform, and distribute the User Data only as reasonably required to provide the Service. 2.5.2 Network Data. Customer hereby grants to Verizon a non-exclusive, irrevocable, worldwide, perpetual, royalty-free and fully paid-up license to use (i) the Network Data that is aggregated and de-identified so that it does not identify Customer for the purpose of enhancement of the Services, and (ii) any information that Verizon learns in evaluating Network Data to create the Statistical Data for the purpose of enhancing, developing, and/or promoting the Services. 2.5.3 Feedback. De-identified Feedback may be incorporated into the Services, and Customer hereby grants Verizon a non- exclusive, irrevocable, worldwide, perpetual, royalty-free and fully paid-up license to use de-identified Feedback for any purpose whatsoever, including, without limitation, for purposes of enhancing, developing and/or promoting products and services, including the Services. 2.6 Term and Termination 2.6.1 Service Commitment. The Service Commitment is for the terms specified in the Customer’s purchase order as accepted by Verizon. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 95 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 2.6.2 Service Cancellation. If Customer requests cancellation of Service, or Verizon cancels Service as a result of Customer’s failure to provide the necessary information or reasonable assistance required by Verizon to provision such Service, Customer will pay any set-up fees and other amounts accrued for such Service through the date of such termination, plus an amount equal to any applicable annual third party license fee, which Customer acknowledges are liquidated damages reflecting a reasonable measurable of actual damages and not a penalty. Customer will pay the invoice for such charges in accordance with the terms of the Agreement. 3. FINANCIAL TERMS 3.1 Responsibility for Charges. Your use of the Service will be billed according to the monthly recurring fee that you agreed to pay, and use on certain devices will be billed according to the applicable data plan. For a list of those devices that will be billed according to your data plan. Verizon Wireless Private Network Terms and Conditions 1. Verizon Wireless Private Network Service (“Private Network”): Private Network extends Customer’s IP network to its wireless equipment by segregating the data between such devices and Customer’s servers from the public Internet (the “Internet”). Customer’s use of Private Network is subject to the Private Network Roles and Responsibilities Customer Guidelines, which are available from your Sales representative. 2. Customer Minimum Line Requirement: Customer must maintain a minimum of 100 Machine-to-Machine lines at all times during the term of its Agreement in order to remain eligible for Private Network. If Customer falls below the 100-line minimum, Verizon Wireless reserves the right to discontinue Private Network for non-use. 3. Connection to Verizon Wireless Facility: Customer must establish a direct-connect circuit from its facilities to Verizon Wireless’s facilities by the use of Virtual Private Network, Verizon Private IP, or Fixed End System connections. Customer is solely responsible for making arrangements with a local access provider for installation and ongoing maintenance of such a connection, with sufficient data throughput to meet Customer’s anticipated data needs. Customer is also responsible for all charges incurred directly or through a third party associated with establishing the connection, as well as for accessing Private Network, including Internet access fees, hardware, software, license fees, and telecommunications charges. 4. Customer Provided Equipment (“CPE”): Customer must procure routers and any other CPE that meet Verizon Wireless requirements for Private Network connectivity. Customer is responsible for ensuring any CPE meets its data capacity and throughput needs. 5. IP Addresses: Customer is responsible for procuring private IP addresses, which must be communicated to Verizon Wireless during implementation. Private Network supports static and dynamic addressing for 1X service and/or EVDO service; 4G LTE service; and Internet addressing system Internet Protocol version 4. Direct Internet access requires static IP addressing. 6. Dynamic Mobile Network Routing (“DMNR”): DMNR allows configuration of Private Network for dynamic routing to the subnets it serves (up to eight) to other devices on Customer’s network and as support for mobile or stationary routers. DMNR is based off Mobile IPv4-based Network Mobility protocol and requires the router to be configured to support this capability. Customer is responsible for any charges associated with the customization of its CPE to support DMNR. 7. Service Based Access (“SBA”): SBA is an optional configuration of Private Network that enables customers to access Verizon’s Visual Voice Mail; multimedia messaging services; and 3G location-based services assisted Global Positioning System. Customer is responsible for any charges associated with the customization of its CPE to support SBA. Verizon Wireless Private Network Traffic Management 8. Private Network Traffic Management (PNTM): PNTM allows Customer to configure its Private Network to allow differentiated Quality of Service (QoS) by application over Verizon Wireless’s LTE network using standards-based IP packet marking. Customer can identify applications on its 4G LTE devices to get priority QoS over its Private Network. Verizon Wireless makes no guarantee of PNTM bandwidth allocations, which are subject to the limitations of wireless service availability as detailed in the Agreement. Customer is responsible for any charges associated with the customization of its CPE to support PNTM. a. PNTM for Public Safety: Eligible public safety accounts can take advantage of priority access to a data channel over the Wireless Service for its data traffic during times of heavy network demand. While PNTM for Public Safety enables a dedicated data channel, Verizon Wireless makes no guarantee of Wireless Service availability, which is subject to the limitations of wireless service availability as detailed in the Agreement. PNTM for Public Safety is only available to Customers approved by Verizon Wireless that qualify as Public Safety Entities classified by the following Qualifying Public Safety NAICS codes a) 621910 Ambulance Services; b) 922110 Courts; c) 22120 Police Protection; d) 922130 Legal Counsel and Prosecution; e) 922140 Correctional Institutions; f) DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 96 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. 922150 Parole Offices and Probation Offices; g) Fire Protection; h) 922190 Other Justice, Public Order, and Safety Activities or i) National Security. 9. Customer Private Network Contact: Customer must designate a Private Network representative and provide contact information, including a phone number and email address. The Private Network contact will work with the Verizon Wireless solution engineer through the Private Network implementation and testing processes detailed below. The contact shall be available during business hours and any other time period that Customer utilizes Private Network for the purpose of assisting to resolve service problems and trouble shooting. 10. Private Network Implementation and Testing: Verizon Wireless will implement Customer’s Private Network, which requires Customer to a) provide any information (e.g., account numbers, IP address ranges, router/CPE information) necessary to compete the Private Network Connectivity Form; b) participate in a Private Network turn-up call to ensure that CPE is properly configured to support the Private Network connection; and c) participate in a Solution Validation call to confirm that Private Network is working properly from Verizon Wireless to Customer’s applications. 11. Wireless Devices/Network Access: Customer must use Private Network-compatible end-user Equipment and at Customer’s expense must submit any devices not identified as Private Network compatible to Verizon Wireless, for network testing and Private Network certification. Private Network functionality is available on the Verizon Wireless 3G and 4G data network, subject to the limitations defined in this Addendum. While Private Network functionality may also be available on the networks of Verizon Wireless’s domestic and international roaming partners, Verizon Wireless makes no representation of Private Network availability or reliability on such networks. 12. Permitted Use/Fraud: Customer shall use Private Network only for lawful purposes and shall not send or enable via the Private Network connection, by way of example, any SPAM, viruses, worms, trap doors, back doors or timers, nor shall Customer engage in any mail-bombing or spoofing via Private Network. Customer is responsible for the security of its network and end-user devices and is responsible for any unauthorized access to the Private Network. Verizon Wireless will treat any traffic over the Private Network as authorized by Customer. Verizon Wireless reserves the right but is not obligated to filter fraudulent usage. 13. Maintenance/Service Changes/Termination of Private Network Service: Verizon Wireless may limit access to Private Network in order to perform maintenance to the service and will use reasonable efforts to provide Customer with prior notice of such maintenance. With reasonable advance notice, Verizon Wireless has the right to modify and reconfigure Private Network as it deems necessary to enhance Customer’s experience or to safeguard the Verizon Wireless network. In addition, VERIZON WIRELESS CAN WITHOUT NOTICE LIMIT, SUSPEND OR CANCEL CUSTOMER’S ACCESS TO OR USE OF PRIVATE NETWORK IF CUSTOMER VIOLATES THE RESTRICTIONS OF THIS ADDENDUM OR FOR GOOD CAUSE. Good cause includes (a) breach of the terms of this Addendum or the Agreement; (b) unlawful use of Private Network; (c) using Private Network in a way that adversely affects the Verizon Wireless network or Verizon Wireless’s customers; (d) breach of an obligation of Customer to comply with any applicable federal, state and local government laws, rules and regulations, industry practices, third-party guidelines, or other applicable policies and requirements; (e) the suspension or termination by any governmental body of competent jurisdiction of Customer’s service or the institution of a requirement, ruling or regulation that conflicts with this Addendum; or (f) for operational or governmental reasons. 14. No Warranties: Verizon Wireless makes no warranties, express or implied, with respect to Private Network, which it provides to Customer on an “AS IS” basis “WITH ALL FAULTS” and “AS AVAILABLE.” The accuracy, timeliness, completeness, suitability, or availability of any aspect of Private Network cannot be guaranteed. THE IMPLIED WARRANTIES OF MERCHANTABILTY, FITNESS FOR A PARTICULAR PURPOSE, AND NON-INFRINGEMENT ARE HEREBY EXPRESSLY DISCLAIMED IN THEIR ENTIRETY. The foregoing limitations, exclusions and disclaimers shall apply to the maximum extent permitted by applicable law. Verizon Wireless makes no representation that it supports any service levels with respect to the availability, performance, capacity, uptime or any similar metrics of Private Network. 15. NO RESELLING: Customer cannot resell Private Network /Private Network Traffic Management service(s) or allow third parties to use Private Network/Private Network Traffic Management service(s) or access Private Network/Private Network Traffic Management service(s) without prior written permission from Verizon Wireless. 16. Subject to the Customer’s Government Agreement: The terms of this Addendum supplement the Customer’s Government Agreement. The terms of the Agreement are applicable to Customer’s use of Private Network. If there are any inconsistencies between the terms of this Addendum and the Customer’s Government Agreement, the terms of this Addendum shall control with respect to Private Network. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 97 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Revision History Version Date Description 1.0 2/12/21 Pricing Offer 2.0 5/14/21 Best and Final Offer DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 May 14, 2021 ITN No. DMS-19/20-006 v.2- Page 98 of 98 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 v.2, please contact your local Verizon Government Sales representative for additional information. ©Verizon2021. Employee Discount Supplement It is Verizon’s intent to continue offering its Employee Program consistent with the terms and conditions provided under the current DMS 1011-008C contract, Exhibit 7. Individual-Liable Service Pricing Discount Category % Discount Equipment 0 Services 19 Accessories 25* Activation Fees Waived *Individual-Liable Subscribers are eligible to receive a 25% discount from the non-discounted, retail price of qualifying accessories. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SMARTPHONES TABLETS & INTERNET DEVICES BASIC & ONE TALK DESKPHONES *Click Verizon logo from any page to return to table of contents State of Florida Contract Pricing TABLE OF CONTENTS Click topic below Equipment: PLANS - CODES - USAGE TIERS One Talk Plans PUBLIC SAFETY PLANS ASAVIE LTE Vehicle Internet Netmotion INTERNATIONAL RATES - Travel Pass NUMBER SHARE VERIZON CONNECT MOBILE IRON CANVAS SAMSUNG KNOX MAAS360 Contract No.: DMS-19/20-006C Attachment D, Exhibit 2 - Vendor's Device List DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 CODES DESCRIPTION ACCESS GUIDELINES & OPTIONAL PLAN FEATURES 86680 $.049 Per Minute Nationwide Voice Plan-includes 600 M2M and 600 N&W $0.00 N/A on feature codes 77294, 77295, and 79740, 79407, and 72409. Must use 79789, 79790, 79791, 79780, or 79781. Please see smartphone feature codes below80245 200 Text/Pix/Flix Messages-Optional on price plan 86680 only $0.0094976 (All current PTT Unlimited Push to Talk w/ Unlimited Mobile 2 Mobile .049 per min rate $10.00 PTT Plus- (auto attaches-81814) 93445 Unlimited Nationwide Blackberry/ Smartphone Data / Unlimited Domestic Text.Pix, Flix Messaging, Unlimited Mobile 2 Mobile & Nights/Weekends ($.052 Per Minute Nationwide Voice Plan)/Mobile Hotspot-5GB)$35.99 Mobile Hotspot (5 GB auto attached)- 76404 and 79048Block Mobile Hotspot-78485 Optional-PTT Plus-$5 (80598 for all smartphones, 80590 for Kyocera Brigadier) TXT Block - 73572 86769 Unlimited Nationwide Calling w/ Unlimited Domestic Text/Pix/Flix Messaging; Email and Data, 5GB of data hotspot/Tethering $51.00 4G Smartphone -$0 Hotspot- 76065 (auto attached built into the price plan) Optional-PTT Plus-$5 (80598 for all smartphones, 80590 for Kyocera Brigadier) 86195 Nationwide 250 Anytime Min ($.052 per min overage rate) w/ Unlimited Mobile 2 Mobile, Push 2 Talk, Nights/Weekends $25.75 PTT Plus- (auto attaches-81814) 86196 Nationwide 600 Anytime Min ($.052 per min overage rate) w/ Unlimited Mobile 2 Mobile, Push 2 Talk, Nights/Weekends $36.05 PTT Plus- (auto attaches-81814) 86197 Unlimited Nationwide Calling w/ Unlimited Push 2 Talk $51.50 PTT Plus- (auto attaches-81814) 22901 4G Custom Nationwide Unlimited Mins+Msg Unlimited Data +Email MHS $50.00 TravelPass compatible. 77294 500 MB Data allowance ($.00849 per MB overage rate) Unlimited Domestic Text/Pix/Flix Messaging $15.45 Cannot be used with 86680 $.049 plan. Required to be used with a minimum $9.99 access79789500 MB Data allowance ($.00849 per MB overage rate)$15.45 Avl on all plans. Does not include Txt, Pix, or Flix. Use block code 54307 to block SMS772951,000 MB Data allowance ($.00849 per MB overage rate) Unlimited Domestic Text Messaging $20.60 Cannot be used with 86680 $.049 plan. Required to be used with a minimum $9.99 access797901000 MB Data allowance ($.00849 per MB overage rate)$20.60 Avl on all plans. Does not include Txt, Pix, or Flix. Use block code 54307 to block SMS797402,000 MB Data allowance ($.00849 per MB overage rate) Unlimited Domestic Text Messaging $23.69 Cannot be used with 86680 $.049 plan. Required to be used with a minimum $9.99 access797912000 MB Data allowance ($.00849 per MB overage rate)$23.69 Avl on all plans. Does not include Txt, Pix, or Flix. Use block code 54307 to block SMS79407Unlimited MBB Data Plan w/ Unlimited Domestic Text Messaging $32.96 Cannot be used with 86680 $.049 plan. Required to be used with a minimum $9.99 access79781Unlimited MBB Data Plan $32.96 Avl on all plans. Does not include Txt, Pix, or Flix. Use block code 54307 to block SMS 77847/77848 $0.02 Per SMS messaging rate/$0.05 Per MMS messaging rate $0.0077328300 SMS/MMS Messages (.05 Per Message overage rate)$2.0077341500 SMS/MMS Messages (.05 Per Message overage rate)$3.0077329Unlimited SMS/MMS Messages $7.00 86226 500 MB Data allowance ($.00849 per MB overage rate) Unlimited Domestic Text $20.60862271,000 MB Data allowance ($.00849 per MB overage rate) Unlimited Domestic Text Messaging $25.75862282,000 MB Data allowance ($.00849 per MB overage rate) Unlimited Domestic Text Messaging $30.9086229Unlimited MBB Data Plan w/ Unlimited Domestic Text Messaging $36.05 $0 Text Messaging code 47309 is avl to add if needed 90237 5GB Public Sector Mobile Broadband Share Plan $34.99 $8.00 per GB overage charge and $.002 per kilobyte National Access Roaming. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account, beginning with the line with the lowest overage need. 90240 10GB Public Sector Mobile Broadband Share Plan $59.99 $8.00 per GB overage charge and $.002 per kilobyte National Access Roaming. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account, beginning with the line with the lowest overage need. *Click Verizon logo from any page to return to table of contents State of Florida DMS 10/11-008C Price Plans Nationwide Per Minute Smartphone Standalone Nationwide Per Minute Smartphone All Inclusive Nationwide Price Plan Nationwide Features Smartphone Data Features Messaging Features Aircard/Tablet Data Packages Contract No.: DMS-19/20-006C Attachment D, Exhibit 2 - Vendor's Device List DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 90241 20GB Public Sector Mobile Broadband Share Plan $99.99 $8.00 per GB overage charge and $.002 per kilobyte National Access Roaming. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account, beginning with the line with the lowest overage need. 86693 $.099 Per MB data rate for Machine to Machine or Customer provided equipment $0.00 **Do not offer for note books, tablets, ipads, etc. Must be CPE certified device or Jetpack/MiFi at MTM pricing in Equip Guide876401MB Machine to Machine Share ($1.00 per MB overage rate) Tier 1 $5.00 If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan)87641 5MB Machine to Machine Share ($1.00 per MB overage rate) Tier 1 $7.00 If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan)87642 25MB Machine to Machine Share ($1.00 per MB overage rate) Tier 1 $10.00 If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan)87643 50MB Machine to Machine Share ($1.00 per MB overage rate) Tier 1 $15.00 If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan) 87644 150MB Machine to Machine Share ($1.00 per MB overage rate) Tier 1 $18.00 If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan) 87645 250MB Machine to Machine Share ($.015 per MB overage rate) Tier 2 $20.00 If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan) 87646 1GB Machine to Machine Share ($.015 per MB overage rate) Tier 2 $25.00 If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan) 87647 5GB Machine to Machine Share ($.015 per MB overage rate) Tier 2 38.50 (25%) If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan) 87648 10GB Machine to Machine Share ($.015 per MB overage rate) Tier 2 61.60 (25%) If using a tablet for this plan, finance approval must be obtained and special price plan codes must be conditioned for profile (non standard device has to have non standard plan) 90231 5GB Public Sector M2M Share Plans $34.99 $8.00 per GB overage charge and $.002 per kilobyte National Access Roaming. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account, beginning with the line with the lowest overage need. 90234 10GB Public Sector M2M Share Plans $59.99 $8.00 per GB overage charge and $.002 per kilobyte National Access Roaming. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account, beginning with the line with the lowest overage need.90235 20GB Public Sector M2M Share Plans $99.99 $8.00 per GB overage charge and $.002 per kilobyte National Access Roaming. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account, beginning with the line with the lowest overage need.86847 (3G)25MB Machine to Machine 3G Backup Router Plan 25MB $10/GB $10 $10.00 Overage rate is $10 per GB86848 (4G)25MB Machine to Machine 4G Backup Router Plan 25MB $10/GB $10 $10.00 Overage rate is $10 per GB Disclaimer: Information contained in this document is provided for review purposes only and shall not be duplicated, used, or disclosed in whole or in part for any purpose other than to evaluate this document. In the event of any ambiguities or inconsistencies between the information in this spreadsheet and the pricing contained in the Verizon Price Sheet for State of Florida DMS-10/11-008C, the latter shall prevail. Machine to Machine ***If you are on the $35.99 (93445) plan or (86769) $51.00 plan with unl Text, Pix, Flix, you can block text with code 73572. If you remove block later, add code 73502 to re-add unlimited Contract No.: DMS-19/20-006C Attachment D, Exhibit 2 - Vendor's Device List DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Model A42 5G A51 XCover Pro A71 5G UW S10e Note20 5G Note20 Ultra 5G Samsung Galaxy S20 FE 5G UW Samsung Galaxy Z Fold2 5G UW Galaxy S21 5G Galaxy S21+ 5G Galaxy S21 Ultra 5G SKU (128GB) SMA426UZKV SMA515UZKVZ / 5G UW (SMA516VZBVZ)SMG715UZKVZ SMA716VTKVZ 128GB (SMG970UZKAM)SMN981UZAV 128GB (SMN986UZKV) / 512GB (SMN986UZKFV)SMG781VZBV SMF916UZKV 128GB (SMG991UZAV) / 256GB (SMG991UZAEV) 128GB (SMG996UZKV) / 256GB (SMG996UZKEV) 128GB (SMG998UZKV) / 256GB (SMG998UZKEV) / 512GB (SMG998UZKFV) Retail Price $399.99 $399.99 / $549.99 $499.99 $649.99 $529.99 $999.99 $1,299.99 / $1,449.99 $699.99 $1,999.99 $799.99 / $849.99 $999.99 / $1,049.99 $1199.99 / $1,249.99 / $1,379.99 Contract Price $159.99 $149.99 / $249.99 $199.99 $299.99 $69.99 $499.99 $799.99 / $949.99 $329.99 $1,499.99 $319.99 / $369.99 $499.99 / $549.99 $699.99 / $749.99 / $879.99 Operating System Android 11 Android 10 Android 10 Android 10 Android 9.0 Pie Android 10 Android 10 Android 10 Android 10 Android 11 Android 11 Android 11 Camera 48MP/13MP Front 48MP/32MP front 25MP/13MP font 64MP/ No Front 12 MP/10 MP Frong 64MP/10MP front f2.2 108MP/10MP front f2.2 12MP / 32MP front 12MP / 10MP front 64MP / 10MP front 64MP / 10MP front 64MP / 10MP front Removable Memory 1TB capable 512GB capable 512GB capable 512 GB capable N/A 1 TB capable 1TB capable None-Int Only None-Int Only None-Int Only None-Int Only Hearing Aid Compatible M3/T3 M4/T4 M3/T3 M4/T3 M4/T3 M3/T3 M3/T3 M4/T3 M4/T3 M3/T3 M3/T3 M3/T3 Mode All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global All Digital (Quad Band) Global 5G All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global 5G All Digital (Quad Band) Global 5G All Digital (Quad Band) Global 5G ULTRAWIDE BANDField Force Manager N/A N/A N/A N/A N/A N/A N N/A N/A N/A N/A N/A Other Features Processor: Octa-Core (Dual Quad Core Processors)2.2 GHz x 4 / 1.8 GHz x 4 Octa core, Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory4 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)2.3 GHz x 4 / 1.7 GHz x 4 Octa core, Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory4 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)2.3 GHz x 4 / 1.7 GHz x 4 Octa core, Onboard Memory (Actual available/formatted amount may be less)64 GigabyteOnboard RAM Memory4 Gigabyte RAM Processor Quad CoreQuad Core 2.4GHz / 2.2GHz / 1.8GHzProcessor: Octa-Core (Dual Quad Core Processors)2.4 GHz x 1 / 2.2 GHz x 1 /1.8 Ghz x 6 Octa Core / Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory8 Gigabyte RAM 5.8 inch screen FIPS 140-2 compliant government grade encryption for Email, Calendar, and Contacts. All three models have dual rear cameras Processor: Octa-Core (Dual Quad Core Processors)•Octo Core 3.1GHz / 2.4GHz / 1.8GHz//Onboard Memory (Actual available/formatted amount may be less)•128 Gigabyte Onboard RAM Memory•8 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)Octo Core 3.1GHz / 2.4GHz / 1.8GHz // Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory12 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)Octo Core 2.8GHz / 2.4GHz / 1.8GHz // Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory6 Gigabyte Processor: Octa-Core (Dual Quad Core Processors)Octo core 3.09GHz / 2.4GHz / 1.8GHz // Onboard Memory (Actual available/formatted amount may be less)256 GigabyteOnboard RAM Memory12 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)Octo Core 2.8GHz / 2.4GHz / 1.8GHz // Onboard Memory (Actual available/formatted amount may be less)128 / 256 GigabyteOnboard RAM Memory8 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)Octo Core 2.8GHz / 2.4GHz / 1.8GHz // Onboard Memory (Actual available/formatted amount may be less)128 / 256 GigabyteOnboard RAM Memory8 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)Octo Core 2.8GHz / 2.4GHz / 1.8GHz // Onboard Memory (Actual available/formatted amount may be less)128 / 256 GigabyteOnboard RAM Memory8 Gigabyte RAM Model iPhone SE (2020)iPhone XR (2020) iPhone 11 (2020) iPhone 11 PRO iPhone 11 PRO MAX iPhone 12 Mini 5G iPhone 12 5G iPhone 12 Pro 5G iPhone 12 Pro Max 5G Blackberry KEY2 LE Google Pixel 4a 5G UW Google Pixel 4a Google Pixel 4 Google Pixel 5 5G UW Sonim XP8 64GB SKU 64GB (MHG43LL/A) / 128GB (MHG73LL/A) / 256GB (MHGA3LL/A) 64GB (MH563LL/A) / 128GB (MH683LL/A) / 256GB (MT3D2LL/A) 64GB (MHC43LL/A) / 128GB (MHCA3LL/A) / 256GB (MHCH3LL/A) 64GB (MWAM2LL/A) / 256GB (MWAT2LL/A) / 512 GB (MWAX2LL/A) 64GB (MWGF2LL/A) / 256GB (MWGK2LL/A) / 512GB (MWGP2LL/A) 64GB (MG6G3LL/A) / 128GB (MG6M3LL/A) / 256GB (MG6U3LL/A) 64GB (MGF43LL/A) / 128GB (MGF93LL/A) / 256GB (MGFF3LL/A) 128GB (MGK43LL/A) / 256GB (MGK93LL/A) / 512GB (MGKF3LL/A) 128GB (MG9A3LL/A) / 256GB (MG9F3LL/A) / 512GB (MG9K3LL/A)BBKEY2LE-VZW GA01945-US GA01738-US 64GB (GA01242-US) / 128GB (GA00678-US)GA01955-US 999000343 Retail Price $399.99 / $449.99 / $549.99 $499.99 / $549.99 / $749.99 $599.99 / $649.99 / $749.99 $999.99 / $1149.99 / $1,349.99 $1,099.00 / $1249.99 / $1,449.99 $699.99 / $749.99 / $1,449.99 $799.99 / $849.99 / $949.99 $999.99 / $1,099.99 / $1,299.99 $1,099.99 / $1,199.99 / $1,399.99 $449.99 $599.99 $379.99 $799.99 - $899.99 $699.99 $648.00 Contract Price $0.99 / $49.99 / $99.99 $49.99 / $99.99 / $299.99 $149.99 / $199.99 / $299.99 $549.99 / $699.99 / $899.99 $649.99 / $799.99 / $999.99 $249.99 / $299.99 / $399.99 $349.99 / $399.99 / $499.99 $549.99 / $649.99 / $849.99 $649.99 / $749.99 / $949.99 $99.99 $279.99 $79.99 $349.99 / $449.99 $349.99 $249.99 Operating System iOS 13 iOS 13 iOS 12 iOS 12 iOS 12 iOS 14 iOS 14 iOS 14 iOS 14 Android 8.1 Oreo Android 11 Android 10 Android 10 Android 10 Android 8.1 Oreo Camera 12MP / 7MP front 12MP/ 12MP front 12MP / 7MP front 12MP / 7MP front 12MP / 7MP front 12MP / 12MP front 12MP / 12MP front 12MP / 12MP front 12MP / 12MP front 13 MP / 8.0 front 12.2MP / 8MP front 12.2MP / 8MP front 16 MP/ 8MP front 12.2MP/ 8MP front 12 MP/ 8 MP Front Removable Memory None-Int Only None-Int Only None-Int Only None-Int Only None-Int Only None-Int Only None-Int Only None-Int Only None-Int Only 256GB capable Ineternal only Ineternal only Ineternal only Ineternal only 64GB Hearing Aid Compatible M4/T3 M4/T3 M3/T4 M3/T4 M3/T4 M3/T4 M3/T4 M3/T4 M3/T4 M4/T3 M4/T4 M4/T4 M4/T4 M4/T3 M4/T3 Mode All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global Field Force Manager N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Other Features Processor Dual Core Apple A13 Bionic 64 bit / M11 Motion Core Processor 4.7” Liquid Retina HD Display. Offering Haptic Touch, Display Zoom, and True Tone displayWireless Charging / No charging block or earbuds Apple A13 Bionic 64 bit Quad Core. The dual camera system captures highest quality video in a smartphone. No charging block or earbuds Apple A13 Bionic 64 bit Quad Core. A transformative triple camera system that adds tons of capability without complexity. All-new Liquid Retina display - the most advanced LCD in the industry. 6.1 inch screen size. All-new Liquid Retina display - the most advanced LCD in the industry. 6.1 inch screen size. Onboard Memory (Actual available/formatted amount may be less)64 GigabyteOnboard RAM Memory4 Gigabyte RAM Processor Hexa-CoreA14 Bionic chip with 64bit architecture Neural Engine // Onboard RAM Memory4 Gigabyte RAM Processor Hexa-CoreA14 Bionic chip with 64bit architecture Neural Engine // Onboard RAM Memory4 Gigabyte RAM Processor Hexa-CoreA14 Bionic chip with 64bit architecture Neural Engine // Onboard RAM Memory4 Gigabyte RAM Octa-Core (Dual Quad Core Processors) 1.8GHz (KyroGold) + 1.6GHz (KyroSilver) Type C charging port Gorilla Glass 3 Processor: Octa-Core (Dual Quad Core Processors)2.2 GHz x4 / 1.8 Ghz x4 Octa core /Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory6 Gigabyte Processor: Octa-Core (Dual Quad Core Processors)2.2 GHz x4 / 1.8 Ghz x4 Octa core /Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory6 Gigabyte Processr Octa-Core 2.84 Ghz x 1 / 2.42 Ghz x 3 / 1.8 Ghz x 4 // Onboard Memory (Actual available/formatted amount may be less)64 GigabyteOnboard RAM Memory6 Gigabyte Processor: Octa-Core (Dual Quad Core Processors)2.4 GHz x 1 / 2.2 GHz x 1 /1.8 Ghz x 6 Octa Core // Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory8 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors),2.2 GHz Octa core, Push-to-Talk Plus (PTT+) Model LG K51 LG V60 ThinQ 5G LG Wing (5G)moto g power moto g stylus Motorola one 5G UW Motorola edge+ 5G Motorola razr DuraForce Ultra 5G DuraForce Pro 2 SKU LM-K500UMT LM-V600VML LM-F100VMY MOTXT20417 MOTXT20435 MOTXT20751 MOTXT20611 MOTXT20001 KYOE7110 KYOE6910 Retail Price $168.00 $949.99 $999.99 $249.99 $299.99 $549.99 $999.99 $999.99 $899.99 $444.00 SOFL Contract Price $59.99 $449.99 $549.99 $59.99 $79.99 $229.99 $499.99 $549.99 $399.99 $179.99 Operating System Android 10 Android 10 Android 10 Android 10 Android 10 Android 10 Android 10 9.0 - Android Pie& Android 10 Android 10 Android 10 Camera 13 MP front only 64MP /10MP front 64MP /32MP front 13 MP/ 5.0 front 48 MP/ 16 front 48 MP / 16 front 108 MP / 25 front 16MP / 5MP front 24 MP / 8M front 13 MP / 5M front Removable Memory 2TB capable 2TB capable 2TB capable 512GB capbable 512GB capbable 1TB capable Internal only N/A 1TB capable 512 capable Hearing Aid Compatible M3/T3 M4/T3 M4/T3 M3/T3 M3/T3 M3/T3 M3/T3 N/A M3/T4 M3/T4 Mode All Digital (Quad Band) Global All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global 5G ULTRAWIDE BAND All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band) Global & 5G All Digital (Quad Band) Global & 5G All Digital (Quad Band) Global & 5G All Digital (Quad Band) Global All Digital (Quad Band) Global Field Force Manager x N/A N/A N/A N/A N/A N/A N/A X X Other Features Processor: Octa-Core (Dual Quad Core Processors)Quad 2.0 GHz / Quad 1.5 GHz / Onboard Memory (Actual available/formatted amount may be less)32 GigabyteUSB Mass StorageOnboard RAM Memory3 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)Octo core 1.8 Ghz (3 x 2.4 GHz / 1 x 2.8 GHz / 4 x 1.8 GHz) // Onboard Memory (Actual available/formatted amount may be less)128 GigabyteUSB Mass StorageOnboard RAM Memory8 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)2.4 GHz x 1 / 2.2 GHz x 1 /1.8 Ghz x 6 Octa Core // Onboard Memory (Actual available/formatted amount may be less)256 GigabyteOnboard RAM Memory8 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)1.8 GHz Octa core, Onboard Memory (Actual available/formatted amount may be less)64 GigabyteOnboard RAM Memory Processor: Octa-Core (Dual Quad Core Processors)2.0 GHz Octa core, Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory4 Gigabyte RAM Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory4 Gigabyte RAM // Onboard Memory (Actual available/formatted amount may be less)256 GigabyteOnboard RAM Memory12 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)2.2 GHz Octa core// Onboard Memory (Actual available/formatted amount may be less)128 GigabyteOnboard RAM Memory6 Gigabyte Processor: Octa-Core (Dual Quad Core Processors)2.4 GHz x 1 / 2.2 GHz x 1 /1.8 Ghz x 6 Octa Core MIL-Standard 810H Processor: Octa-Core (Dual Quad Core Processors)2.2 GHz x4 / 1.8 Ghz x4 Octa core MIL-Standard 810H Shock/Dust/Water Resistant LG, Motorola & Kyocera Apple, Blackberry, Google & Sonim Samsung GalaxySOFL Equipment Matrix-Smartphones Contract No.: DMS-19/20-006C Attachment D, Exhibit 2 - Vendor's Device List DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Make & Model Samsung Galaxy Tab A 8.4 32GB Samsung Galaxy Tab S5e 64GB Samsung Galaxy Tab S7 5G UW Samsung Galaxy Tab S7+ 5G UW Apple iPad Mini 7.9 Apple iPad 10.2 (8th Gen)iPad Air 10.9 (4th Gen) iPad Pro 11 Inch (2nd Gen) Apple iPad Pro 12.9 (4th Gen)iPad Pro 11 Inch (3rd Gen 2021) 5G iPad Pro 12.9 Inch(5th Gen 2021) 5G SKU SMT307UZNA SMT727VZSA SMT878UZKA SMT978UZKA 64GB: MUY12LL/A / 256GB: MUY82LL/A 32GB: MYMP2LL/A / 128 GB: MYMT2LL/A 64GB: MYH82LL/A / 256GB: MV1T2LL/A 128GB: MY2X2LL/A 256GB: MXED2LL/A512GB: MXEF2LL/A 1TB: MXEH2LL/A 128GB: MY3F2LL/A256GB: MXFF2LL/A 512GB: MXFH2LL/A 1TB: MXFK2LL/A 128GB: MHMT3LL/A 256GB: MHMV3LL/A 512GB: MHMX3LL/A 1TB: MHN03LL/A 2TB: MHN23LL/A 128GB: MHNR3LL/A256GB: MHNW3LL/A 512GB: MHNY3LL/A 1TB: MHP13LL/A 2TB: MHP43LL/A Retail Price $279.99 $479.99 $849.99 $1,049.99 $529.99 / $679.99 $459.99 / $559.99 $729.99 / $879.99 $949.99 / $1,049.99 / $1,249.99 / $1,449.99 $1,149.99 / $1,249.99 / $1,449.99 / $1,699.99 $999.99/ $1,099.99/ $1,299.99/ $1,699.99/ $2,099.99 $1299.99/ $1,399.99/ $1,599.99/ $1,999.99/ $2,399.99 Contract Price (2yr)$279.99 $479.99 $849.99 $1,049.99 $529.99 / $679.99 $459.99 / $559.99 $729.99 / $879.99 $949.99 / $1,049.99 / $1,249.99 / $1,449.99 $1,149.99 / $1,249.99 / $1,449.99 / $1,699.99 $899.99/ $999.99/ $1,199.99/ $1,599.99/ $1,999.99 $1199.99/ $1,299.99/ $1,499.99/ $1,899.99/ $2,299.99 Operating System Android 9.0 Pie Android 8.1 Oreo Android 10 Android 10 iPadOS 13 / 14 iPadOS 14 iPadOS 14 iOS 13 iOS 13 iPadOS 14 iPadOS 14 Camera Rear (13 MP) and front facing (8.0MP)Rear (13 MP) and front facing (8.0MP)Rear (13 MP) and front facing (8.0MP)Rear (13 MP) and front facing (8.0MP)Rear (8 MP) and front facing (7.0MP)Rear (8.0MP) and front facing (1.2MP)Rear (12 MP) and front facing (7.0MP)Rear (12 MP) and front facing (7.0MP)Rear (12 MP) and front facing (7.0MP) Rear (12 MP) and front facing (12MP Ultra Wide) Rear (12 MP) and front facing (12MP Ultra Wide) Removable Memory Up to 400 GB Up to 400 GB Up to 512GB Up to 512GB Internal only Internal only Internal only Internal only Internal only Internal only Internal only Other Features Processor: Octa-Core (Dual Quad Core Processors)1.8 GHz x 2 / 1.6 GHz x 6 Octa core // Onboard Memory (Actual available/formatted amount may be less)32 GigabyteOnboard RAM Memory3 Gigabyte RAM Processor Hexa-Core2.0 Ghz x 2 / 1.7 Ghz x 6 Hexa-Core CPU // Onboard Memory (Actual available/formatted amount may be less)64 GigabyteUSB Mass StorageOnboard RAM Memory4 Gigabyte RAM Processor: Octa-Core (Dual Quad Core Processors)Octo Core 3.09Ghz x1 / 2.4Ghz x3 / 1.8Ghz x4 // Onboard Memory (Actual available/formatted amount may be less)128 GigabyteUSB Mass StorageOnboard RAM Memory6 Gigabyte Processor: Octa-Core (Dual Quad Core Processors)Octo Core 3.09Ghz x1 / 2.4Ghz x3 / 1.8Ghz x4 // Onboard Memory (Actual available/formatted amount may be less)128 GigabyteUSB Mass StorageOnboard RAM Memory6 Gigabyte Processor Dual CoreApple A12 Bionic 64 bit neural engine with Embedded M12 coprocessor Processor Dual CoreApple A12 Bionic 64 bit neural engine with Embedded M12 coprocessor Onboard Memory (Actual available/formatted amount may be less)64 Gigabyte Processor: Octa-Core (Dual Quad Core Processors)Apple A12Z Bionic chip with 64-bit architecture Embedded M12 coprocessor Dual core processor: Apple A12X Bionic 64 bit neural engine with Embedded M12 coprocessor Processor: Octa-Core (Dual Quad Core Processors)Apple M1 8 Core CPU 4 performance cores/ 4 efficincy cores Processor: Octa-Core (Dual Quad Core Processors)Apple M1 8 Core CPU 4 performance cores/ 4 efficincy cores Make & Model 5G MiFi M1000 MiFi 8800L Ellipsis Jetpack 900LS USB730L Orbic Speed Inseego MIFI M2100 5G UW Skyus 160 SKU INSGM1000 MIFI8800L MHS900LS USB730L ORB400LBVZRT INSGM2100 SK160-VZ Retail Price $649.99 $199.99 $79.99 $249.99 $99.99 $399.99 $249.99 Contract Price $499.99 $99.99 $29.99 $79.99 $99.99 $249.99 $99.99 4G LTE 5G X X X X 5G X Rev A No X No No No No No Form Factor Hotspot Hotspot Hotspot Aircard Hotspot Hotspot Router Mac Compatible X X X X X X External Antenna No No No No No N/A Vista Compatible No No X No No No N/A Mode All Digital (Ultra Wide Band XLTE Band 13) All Digital (Quad Band) Global 4G LTE All Digital (Quad Band) Global 4G LTE / XLTE Band 13 / 4 (700/1700 MHz)All Digital (Ultra Wide Band XLTE Band 13)4G LTE Other Features 5G Mobile Hotspot up to 15 devices VPN Client Capable USB 3.0 Support •Ultra Wide Band (UWB): n261 (27.5-28.35 GHz); n260 (37-40 GHz) 4G Mobile Hotspot up to 15 devices VPN Client Capable Battery life up to 24 hours 4G Mobile Hotspot up to 8 devices VPN Capable 1.4 GHz Dual Core Processor Battery life up to 24 hours One Step Access Easy to adjust Type A USB Port compatibility Processor Quad Core1.3 GHz Quad-Core Processor // Onboard Memory (Actual available/formatted amount may be less)512 MegabyteOnboard RAM Memory256 Megabyte RAM 5G Mobile Hotspot up to 15 devices VPN Client Capable USB 3.0 Support •Ultra Wide Band (UWB): n261 (27.5-28.35 GHz); n260 (37-40 GHz) Processor: Qualcomm MDM9230 // Onboard Memory (Actual available/formatted amount may be less)8 GigabyteOnboard RAM Memory1 Gigabyte RAM *Click Verizon logo from any page to return to table of contentsSOFL Equipment Matrix- Tablets & Internet Devices Tablets & Books Internet Devices Contract No.: DMS-19/20-006C Attachment D, Exhibit 2 - Vendor's Device List DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Yealink Deskphone T41S IP T41SW IP T42S IP T46S IP T46SW IP T49G IP VZP59 IP W60 DECT CP920 IP Conference Phone CP960 IP Conference Phone SKU T41S T41SW T42S T46S T46SW T49G VZP59 W60 CP920 CP960 Retail Price $85.00 $115.00 $115.00 $145.00 $170.00 $349.00 $399.00 $169.00 $395.00 $499.00 Number of contacts 1000 1000 1000 1000 Memory Dependent 1000 1000 1000 1000 1000 Accessibility PoE support6 Way conferencing support PoE support6 Way conferencing support PoE support6 Way conferencing support Multi-Language6 Way conferencing support Multi-Language6 Way conferencing support 6 Way conferencing support 6 Way conferencing support Indoor Range 150 Feet / Outdoor range 900 FeetTactile-discernible number, feature, and navigation keys Multi-LanguageSupports conection to a mobile phone or PC for conference calls6 Way conferencing support Multi-LanguageSupports conection to a mobile phone or PC for conference calls6 Way conferencing support Form Factor Integrated stand with 2 adjustable anglesWall MountableMessage Waiting Indicator (MWI)2 x RJ45 10/100M Ethernet Ports1xRJ9 (4P4C) handset port1xRJ9 (4P4C) headset portPower over Ethernet (IEEE 802.3af), Class 21XRJ12 (6P6C) EHS port1 x USB 2.0 portDesk Phone Integrated stand with 2 adjustable anglesWall MountableMessage Waiting Indicator (MWI)2 x RJ45 10/100M Ethernet Ports1xRJ9 (4P4C) handset port1xRJ9 (4P4C) headset portPower over Ethernet (IEEE 802.3af), Class 21XRJ12 (6P6C) EHS portDesk Phone Integrated stand with 2 adjustable anglesWall MountableMessage Waiting Indicator (MWI)2 x RJ45 10/100M Ethernet Ports1xRJ9 (4P4C) handset port1xRJ9 (4P4C) headset portPower over Ethernet (IEEE 802.3af), Class 21XRJ12 (6P6C) EHS portDesk Phone Integrated stand with 2 adjustable anglesWall MountableMessage Waiting Indicator (MWI)1xRJ9 (4P4C) handset port1xRJ9 (4P4C) headset portPower over Ethernet (IEEE 802.3af ), class 01 x USB 2.0 portDesk Phone Integrated stand with 2 adjustable anglesWall MountableMessage Waiting Indicator (MWI)1xRJ9 (4P4C) handset port1xRJ9 (4P4C) headset portPower over Ethernet (IEEE 802.3af ), class 01 x USB 2.0 portDesk Phone10 line keys can be programmed up to27 paperless DSS keys (3-page view) HDMI PortIntegrated stand with 2 adjustable anglesHDMI output for connection to Monitor/Storage ApplicationsMessage Waiting Indicator (MWI)1xRJ9 (4P4C) handset port1xRJ9 (4P4C) headset port1 x USB 2.0 portDesk Phone HDMI PortIntegrated stand with 2 adjustable anglesHDMI output for connection to Monitor/Storage ApplicationsMessage Waiting Indicator (MWI)1xRJ9 (4P4C) handset port1xRJ9 (4P4C) headset port1 x USB 2.0 portDesk Phone Headphone Port3.5mmWall MountableMessage Waiting Indicator (MWI)Power over Ethernet (IEEE 802.3af), Class 2Desk Phone 1 x RJ45 10/100M Ethernet portPower over Ethernet (IEEE 802.3af ), class 01 x USB 2.0 port1x Mobile phone/PC port: 3.5mmDesk Phone20 feet and 360 degree voice pickup Headphone Port3.5mm1 x RJ45 10/100M Ethernet portPower over Ethernet (IEEE 802.3af ), class 01x Mobile phone/PC port: 3.5mmDesk Phone20 feet and 360 degree voice pickupBuilt-in three-microphone arrayAvailable expansion microphones (wired or wireless sold seperatly) Technology Yealink Optima HD voiceSIP v1 (RFC2543), v2 (RFC3261)Transport Layer Security (TLS)IPv6IP assignment: static/DHCPUSB 2.0 Supported Wi-Fi802.11 n - 2.4 and 5GHz only802.11 a/b/g/n/acYealink Optima HD voiceSIP v1 (RFC2543), v2 (RFC3261)Transport Layer Security (TLS)IPv6IP assignment: static/DHCPUSB 2.0 Supported Wi-Fi802.11 n - 2.4 and 5GHz only802.11 a/b/g/n/acYealink Optima HD voiceSIP v1 (RFC2543), v2 (RFC3261)Transport Layer Security (TLS)IPv6IP assignment: static/DHCPUSB 2.0 Supported Yealink Optima HD voiceDual Port Gigabit EthernetPoE(802.3af) class supportSupports Bridging that allows T41P, T46G, T46GW and T49G to monitor incoming callsIPv6OpenVPN, IEEE802.1XIP assignment: Static / DHCP / PPPoE Wi-Fi802.11 b/g/n802.11 n - 2.4 and 5GHz only802.11 a/b/g/n/acYealink Optima HD voiceDual Port Gigabit EthernetPoE(802.3af) class supportSupports Bridging that allows T41P, T46G, T46GW and T49G to monitor incoming callsSIP v1 (RFC2543), v2 (RFC3261)IPv6OpenVPN, IEEE802.1XIP assignment: Static / DHCP / PPPoEUSB 2.0 Supported Wi-Fi802.11 a/b/g/n802.11 n - 2.4 and 5GHz onlyYealink Optima HD voiceUp to 16 SIP accountsDual Port Gigabit EthernetSupports Bridging that allows T41P, T46G, T46GW and T49G to monitor incoming callsSIP v1 (RFC2543), v2 (RFC3261)Transport Layer Security (TLS)IPv6IPv4OpenVPN, IEEE802.1XIP assignment: Static / DHCP / PPPoEUSB 3.0 Supported Wi-Fi802.11 n - 2.4 and 5GHz only802.11 a/b/g/n/acYealink Optima HD voiceUp to 16 SIP accountsDual Port Gigabit EthernetSupports Bridging that allows T41P, T46G, T46GW and T49G to monitor incoming callsSIP v1 (RFC2543), v2 (RFC3261)Transport Layer Security (TLS)IPv6IPv4OpenVPN, IEEE802.1XIP assignment: Static / DHCP / PPPoEUSB 3.0 SupportedUSB 2.0 SupportedNoise Proof Technology Auto Answer FunctionYealink Optima HD voiceSIP v1 (RFC2543), v2 (RFC3261)Transport Layer Security (TLS)IPv6SRTP security encryptionNoise Reduction SystemSIPSIP v1 (RFC2543)SIP v2 (RFC3261)UDP/TCP/TLSOut-of-band DTMF(RFC 2833)In-band DTMFSIP INFO DTMFRport (RFC3581)Digest/basic authenticationPeer-to-peer SIP link modeLoose routing and strict routing supportPRACK (RFC3262)Error-information supportReliability of provisional responses (RFC3262)Offer/answer (RFC3264)Message Waiting Indication (RFC3842)Subscription for MWI events (RFC3265)Dialog-state monitoring(RFC 4235)Event list subscription support (RFC4662)REFER (RFC3515) SIP v1 (RFC2543), v2 (RFC3261)Transport Layer Security (TLS)IPv6IPv4IP assignment: static/DHCPOpenVPN, IEEE802.1XBackground Noise SuppressionCall Recording via local USB Wi-Fi802.11 n - 2.4 and 5GHz only802.11 b/g/n/acSIP v1 (RFC2543), v2 (RFC3261)Transport Layer Security (TLS)IPv6IPv4IP assignment: static/DHCPOpenVPN, IEEE802.1XBackground Noise SuppressionCall Recording via local USBUSB 2.0 SupportedNoise Proof TechnologyFive-way conference call capability Make & Model Alcatel Go Flip V Orbic Journey V Kazuna eTalk Sonim XP5s Sonim XP3 DuraXV Extreme SKU ALCATEL-4051S ORB2200LBVZ KAZF119VWQ 999000144 999000389 KYOE4810 Retail Price $99.99 $99.99 $79.99 $288 - $648 $199.99 $240.00 Contract Price $49.99 $49.99 $29.99 $149.99 $0.99 $99.99 Camera 2.0 MP 2.0 MP 2.0 MP 5.0 MP 5.0 MP 5.0 MP Bluetooth X X X X X X Removable Memory Up to 32GB 2.0 MP Up to 32GB Up to 64GB Up to 128GB Up to 512GB Hearing Aid Compatible X (M3/T3)X (M3/T3)X (M4/T4)X (M3/T4)X (M3/T4)X (M3/T4) Mode All Digital (Quad Band) Global All Digital (Quad Band) Global All Digital (Quad Band)All Digital (Quad Band) Field Force Manager X X X X X X Other Features 1.1 Ghz Quad Core Processor HD Voice capable 2.8 InchesLCD display and large keys Not CDMA compatible Processor Quad Core1.1 Ghz Quad CoreScreen Resolution TFT QVGA 320 x 240 / 142.8 PPIScreen Size 2.8 Inches 1.1 Ghz Quad Core Processor HD Voice capable 2.8 Inchesdisplay and large keys Not CDMA compatible 3-year warranty Gorilla Glass 3 by Corning 1.2 Ghz Quad Core Processor PTT compatible Meets Mil-Standard 810G standards for Dust, Shock, Water Resistance. Processor Quad Core1.1 Ghz Quad Core, HD Voice capable Push-to-Talk Plus (PTT+) Screen Resolution: QVGA TFT (240 x 320 pixels) / Screen Size: 2.6 Inches/ 1. G102 Ghz Quad Core / Push-to-Talk Plus (PTT+) *Click Verizon logo from any page to return to table of contentsSOFL Equipment Matrix - Basic & One Talk Phones One Talk Desk phones Standard Voice & PTT devices For specific product functionality and features, device and calling plan/feature compatibility, and for the latest equipment pricing, see your Verizon Government Account Manager. The above Equipment prices are effective as of 04-01-19 and are subject to change. Customer may purchase at the then current State of Florida Government Equipment Matrix pricing or Government promotional pricing, whichever is less at the time of purchase. Verizon may make certain equipment available at no charge; however, Verizon does not guarantee that we will always be able to offer equipment at no charge through the term of the resulting agreement. Government Subscriber Equipment Pricing listed in this matrix is not available for activations or upgrades on Verizon Telemetry plans. Camera phone use or possession may be prohibited in some locations based on privacy, security, or other restrictions. Verizon's Government Equipment matrix is updated at a minimum quarterly, based upon equipment availability, changes in technology and market conditions. Equipment is promotional and subject to availability, Verizon reserves the right to add or discontinue models. Pricing above is at the 2 yr price point. Existing customers can upgrade at this price 20 months into their current contract. Contract No.: DMS-19/20-006C Attachment D, Exhibit 2 - Vendor's Device List DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 1 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES ITN NO: DMS-19/20-006 MOBILE COMMUNICATION SERVICES (MCS-2) REQUEST FOR BEST AND FINAL OFFER DUE: May 14, 2021 BY 11:59 PM ET _____________________________________________________________________________________ INTRODUCTION Pursuant to the Mobile Communication Services ITN Sections 4.4.3., Revised Replies and Best and Final Offers, and 4.4.4, Other Department Rights During Negotiations, the Department requests a Best and Final Offer. Please submit the Best and Final Offer by 11:59 PM ET on May 14, 2021, to the Procurement Officer, Caitlen Boles, at Caitlen.Boles@dms.fl.gov Respondents must email the Best and Final Offer with files attached as a .pdf or in their native format (.docx or .xlsx where applicable) to the Procurement Officer. If the Best and Final Offer exceeds the file limit to submit via email, the Respondent must submit its Best and Final Offer on a thumb drive to the Procurement Officer by the above-stated deadline. Best and Final Offers are expressly understood to be for the provision of services and features with no minimum guaranteed purchase of services or features. All revisions made by the Department to the attachments provided with this Request for Best and Final Offer are reflected in track changes; track changes reflect changes made to the original documents posted with the ITN, and as modified by Addendum No. 2. Any Respondent-proposed edits not reflected in the attachments were deemed not acceptable to the Department. Do not make any changes, revisions, exceptions, or deviations to the Department’s language in the provided documents. BEST AND FINAL OFFER SUBMISSION The Best and Final Offer must include the following requested documents: A. ATTACHMENT A – FINAL STATEMENT OF WORK Please submit a response to each subsection in Attachment A – Final Statement of Work where a response is requested, including Section 4 Public Safety if the Respondent is proposing public safety services. Identify all modifications and/or revisions, if any, to the responses provided in the Statement of Work from Respondent’s initial ITN Reply via track changes. B. ATTACHMENT B – FINAL CONTRACT By submitting a Best and Final Offer, the Respondent confirms acceptance of Attachment B – Final Contract, as is; do not make any changes, revisions, exceptions, or deviations. C. ATTACHMENT C – FINAL SERVICE LEVEL AGREEMENTS By submitting a Best and Final Offer, the Respondent confirms acceptance of Attachment C – Final Service Level Agreements, as is; do not make any changes, revisions, exceptions, or deviations. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 2 D. FINAL VENDOR’S DEVICE LIST AND VENDOR’S SERVICES AND DISCOUNTS PRICING (EUPL) Please submit Vendor’s Device List and Vendor’s Services and Discounts Pricing. If the Respondent is proposing public safety plans and devices, these shall be included within these documents. The Respondent is required to submit a Vendor’s Device List and Vendor’s Services and Discounts Pricing that includes the Respondent’s best pricing for the Department’s consideration based on the revisions contained in the Request for Best and Final Offer and attachments. Given these revisions made by the Department, the Department is anticipating reductions in the Respondent’s pricing. The Vendor’s Device List and Vendor’s Services and Discounts Pricing must comply with ITN Section 3.10, Respondent’s Pricing. Pricing in either document shall not include State of Florida and Federal Taxes. Taxes are defined here to include payments that the Contractor is required to collect by law and pay to public entities. E. WIRELESS SERVICE GUIDES Please submit the plans and features government terms of service with the terms agreed upon in negotiations. If awarded a contract, the intent is for these terms to be incorporated into the EUPL. SUPPLEMENTAL INFORMATION The Best and Final Offer shall constitute the Respondent’s final Reply to this ITN and should be reflective of all terms and conditions applicable to the Respondent’s proposed services. Should the Respondent’s BAFO response contain website references, that are external to the documents, the information referenced on the website should be provided in the BAFO response. However, if the information has been previously supplied to the negotiation team in the information request in January and no changes have been made, it is not necessary to resubmit. The Respondent is under no obligation to submit a Best and Final Offer; however, the Respondent will no longer be considered for an award if the Department does not receive a Best and Final Offer. By the submission of its Best and Final Offer, the Respondent certifies that, if awarded a Contract, it will comply with all terms and conditions found in the aforementioned documents included with this Request for Best and Final Offer. REDACTED COPY If the Respondent considers any portion of the documents, data, or records submitted to the Department to be trade secret or otherwise exempt from public inspection or disclosure pursuant to Florida’s Public Records Law, the Respondent must provide the Department with a separate, electronic redacted copy of the Best and Final Offer in accordance with Section 3.8 of the ITN. STATE OF FLORIDA EMPLOYEE DISCOUNTS If the Respondent intends to offer any discounted pricing to State of Florida employees (including state agencies, OEUs, or their retirees), please provide the discount percentage in the Best and Final Offer. Please note that the decision to offer discounted rates is wholly within the Respondent’s discretion and will NOT be considered as part of the State’s best value determination (see ITN Section 4.5, Final Selection and Notice of Intent to Award Contract). DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––– ITN No.: DMS-19/20-006 Page 1 of 32 Mobile Communication Services 4050 Esplanade Way Tallahassee, FL 32399-0950 850-488-2786 Ron DeSantis, Governor Jonathan R. Satter, Secretary INVITATION TO NEGOTIATE FOR MOBILE COMMUNICATION SERVICES ITN NO: DMS-19/20-006 THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES Procurement Officer: Caitlen Boles Departmental Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 335.3Y Tallahassee, FL 32399-0950 Phone: (850) 410-1423 Email: DMS.Purchasing@dms.myflorida.com Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Any protest concerning this agency decision or intended decision must be timely filed with the Agency Clerk. Protests may be filed by courier, hand delivery, or regular mail at: Department of Management Services, Office of the General Counsel, Attention: Agency Clerk, 4050 Esplanade Way, Suite 160, Tallahassee, Florida 32399-0950. Protests may also be filed by fax at 850-9226312, or by email at agencyclerk@dms.myflorida.com. It is the filing party's responsibility to meet all filing deadlines. NOTICE PURSUANT TO SECTION 287.057(23), FLORIDA STATUTES Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Contract No. DMS-19/20-006C Attachment F - ITN DMS-19/20-006 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 2 of 32 Mobile Communication Services TABLE OF CONTENTS SECTION 1. INTRODUCTION ................................................................................................... 4 1.1 Solicitation Objective ......................................................................................................... 4 1.2 Background ........................................................................................................................ 4 1.3 Term ................................................................................................................................... 4 1.4 Questions Being Explored ................................................................................................. 4 1.5 Goals of the ITN................................................................................................................. 4 1.6 Special Accommodations .................................................................................................. 5 1.7 Procurement Officer........................................................................................................... 5 1.8 Timeline of Events ............................................................................................................. 5 SECTION 2. SOLICITATION PROCESS................................................................................... 7 2.1 General Overview .............................................................................................................. 7 2.2 Questions and Answers..................................................................................................... 8 2.3 Addenda to the Solicitation................................................................................................ 8 2.4 Receipt of Replies.............................................................................................................. 8 2.5 Respondent Firm Offer ...................................................................................................... 9 SECTION 3. GENERAL INSTRUCTIONS ................................................................................. 9 3.1 General Instructions to Respondents (PUR 1001 Form) .................................................. 9 3.2 MFMP Registration .......................................................................................................... 10 3.3 Florida Substitute Form W-9 Process ............................................................................. 11 3.4 Website References ........................................................................................................ 11 3.5 How to Submit a Reply .................................................................................................... 11 3.6 Mandatory Responsiveness Requirements .................................................................... 12 3.7 Contents of Reply ............................................................................................................ 12 3.8 Public Records, Respondent’s Confidential Information, and Redacted Replies .......... 14 3.9 Additional Information ...................................................................................................... 16 3.10 Respondent’s Pricing....................................................................................................... 16 SECTION 4. SELECTION METHODOLOGY .......................................................................... 19 4.1 Responsiveness and Responsibility................................................................................ 19 4.2 Evaluation Process – General Overview......................................................................... 20 4.3 Evaluation of the Reply.................................................................................................... 20 4.4 Negotiations ..................................................................................................................... 21 4.5 Final Selection and Notice of Intent to Award Contract .................................................. 24 SECTION 5. AWARD ............................................................................................................... 24 5.1 Rights for Award .............................................................................................................. 24 5.2 Agency Decision .............................................................................................................. 25 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 3 of 32 Mobile Communication Services 5.3 Other Reserved Rights .................................................................................................... 25 5.4 No Contract until Execution ............................................................................................. 25 Attachments: Attachment A – Statement of Work Attachment B – Draft Contract Attachment C – Service Level Agreements Attachment D – Business Case Attachment E – Definitions and Acronyms Forms: FORM 1 – CONTACT INFORMATION FORM 2 – NOTICE OF CONFLICT OF INTEREST FORM 3 – NON-COLLUSION STATEMENT FORM 4 – STATEMENT OF NO PRIOR DISQUALIFYING INVOLVEMENT FORM 5 – MANDATORY RESPONSIVENESS REQUIREMENTS FORM 6 – BUSINESS EXPERIENCE DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 4 of 32 Mobile Communication Services SECTION 1. INTRODUCTION 1.1 Solicitation Objective The State of Florida (State), Department of Management Services (Department or DMS) is seeking to establish, through this Invitation to Negotiate (ITN), a contract or contracts (Contract) for cellular voice and data services, secure access to MyFloridaNet (through cellular data-only devices), and other related telecommunication services, cellular phones, associated devices, accessories and features, collectively referred to herein as Mobile Communication Services (MCS). MCS is part of the DMS SUNCOM group of contracts providing voice and data services to SUNCOM Customers. The Department intends to award multiple Contracts but reserves the right to award to one Respondent or to make no award. The resulting Contract(s), if any, will be used by State agencies and other authorized entities, collectively referred to as “Customers,” in accordance with Chapter 282, Florida Statutes. If more than one (1) Contract is awarded, then the use of the terms “Contract,” “Contractor,” “Reply,” and “Respondent” include the plural when applicable. 1.2 Background Prior to issuance of this solicitation, the Department contracted with a private vendor to assist in the development of a business case for MCS, in accordance with section 287.0571, Florida Statutes. The business case examined options for the future path of MCS and recommended that the Department issue an ITN for the services. That Mobile Communication Services Business Case is attached to this procurement as Attachment D – Business Case for background informational purposes only and does not contain specifications for this solicitation. The Department has estimated that the annual total enterprise expenditures on the Contract resulting from this solicitation will be approximately $85 million. This estimate is for informational purposes only. Under no circumstances should this estimate be construed as representing actual, guaranteed, or minimum spend under any new Contract. 1.3 Term The term of the Contract will be five (5) years. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part for up to five (5) additional years. Renewals are contingent upon satisfactory performance evaluations by the Department and are subject to the availability of funds (see section 287.057(13), Florida Statutes). 1.4 Questions Being Explored a) What is the best model for delivery of cost-efficient and high-quality MCS, including nationwide coverage? b) What service options meet a variety of Customer needs? c) How we the Department maintain competitive pricing throughout the initial and renewal year of the Contract? d) What is the best model for the Department to achieve the objectives state in Attachment A – Statement of Work (SOW), Subsection 1.3? 1.5 Goals of the ITN The goals of this ITN are to establish: a) The delivery of cost-efficient and high-quality MCS, including nationwide coverage; b) Service options to meet a variety of Customers’ needs; DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 5 of 32 Mobile Communication Services c) Competitive pricing throughout the initial and any renewal years of the Contract; and d) The objectives stated in Attachment A - Statement of Work (SOW), Subsection 1.3. 1.6 Special Accommodations Any person requiring a special accommodation due to a disability should contact the Department’s Americans with Disabilities Act (ADA) Coordinator at (850) 922-7535 or ADA.Coordinator@dms.fl.gov. Requests for accommodation for meetings must be made at least five (5) Business Days prior to the meeting. A person who is hearing or speech impaired can contact the ADA Coordinator by using the Florida Relay Service at (800) 955-8771 (TDD). 1.7 Procurement Officer The Procurement Officer is the sole point of contact for this procurement. Direct all contact with the Department to the Procurement Officer in writing by email. Caitlen Boles Departmental Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 335.3Y Tallahassee, FL 32399-0950 Phone: (850) 410-1423 Email: dms.purchasing@dms.myflorida.com ***PLACE THE SOLICITATION NUMBER IN THE SUBJECT LINE OF ALL EMAILS TO THE PROCUREMENT OFFICER*** If a Respondent is claiming that any portion of an email is trade secret under section 812.081, Florida Statutes, or otherwise confidential under Florida or Federal Law, the Respondent is to place the word “Confidential” in the subject line. (See Subsection 3.8.4, How to Claim Trade Secret or Other Exemptions, of this ITN for more information on confidential information.) Any contact with the Department by an affiliate, a person with a relevant business relationship with a Respondent, or an existing or prospective subcontractor to a Respondent is assumed to be on behalf of a Respondent unless shown otherwise. 1.8 Timeline of Events The table below contains the anticipated Timeline of Events for this solicitation. The dates and times within the Timeline of Events are subject to change. It is the Respondent’s responsibility to check the VBS for any changes. The Respondent is responsible for ensuring the Department receives all required documentation by the dates and times (Eastern Time) specified below (or as revised by addenda). TIMELINE OF EVENTS Events Event Time (ET) Event Date ITN posted on the VBS. October 7, 2020 Deadline to submit questions to the Procurement Officer. 3:00 PM October 28, 2020 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 6 of 32 Mobile Communication Services TIMELINE OF EVENTS Events Event Time (ET) Event Date Department’s anticipated posting of answers to Respondent’s questions on the VBS. November 9, 2020 Deadline to submit Reply and all required documents to the Procurement Officer. 2:00 PM November 23, 2020 Public Opening. Conference Room 101 4050 Esplanade Way Tallahassee, Florida 32399-0950 Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/198062149 You can also dial in using your phone. United States (Toll Free): 1 877 309 2073 United States: +1 (646) 749-3129 Access Code: 198-062-149 Join from a video-conferencing room or system. Dial in or type: 67.217.95.2 or inroomlink.goto.com Meeting ID: 198 062 149 Or dial directly: 198062149@67.217.95.2 or 67.217.95.2##198062149 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/198062149 3:00 PM November 23, 2020 Anticipated Evaluations Phase. December 1, 2020 to December 30, 2020 Anticipated Negotiations Phase. January 4, 2021 to April 12, 2021 Negotiation Team Public Meeting Conference Room 101 4050 Esplanade Way Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/432429477 10:00 AM April 19, 2021 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 7 of 32 Mobile Communication Services TIMELINE OF EVENTS Events Event Time (ET) Event Date You can also dial in using your phone. United States (Toll Free): 1 877 309 2073 United States: +1 (646) 749-3129 Access Code: 432-429-477 Join from a video-conferencing room or system. Dial in or type: 67.217.95.2 or inroomlink.goto.com Meeting ID: 432 429 477 Or dial directly: 432429477@67.217.95.2 or 67.217.95.2##432429477 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/432429477 Anticipated date to post Notice of Intent to Award on the VBS. April 26, 2021 Anticipated Contract Execution. May 2021 SECTION 2. SOLICITATION PROCESS 2.1 General Overview The ITN is a method of competitively soliciting contractual services under section 287.057(1)(c), Florida Statutes. This solicitation will be administered through the Vendor Bid System (VBS). Vendors interested in submitting a Reply are to comply with all terms and conditions described in this solicitation. The Department will hold a public opening of the Replies at the date, time, and location provided in the Timeline of Events. The ITN process is divided into two (2) phases: the evaluation phase and the negotiation phase. The evaluation phase involves the Department’s evaluation of Replies in accordance with this ITN. During this phase, the Department evaluates all Responsive Replies using the assessment scale against all evaluation criteria to establish a competitive range of Replies reasonably susceptible of award. The Department then selects one (1) or more Respondents within the competitive range with which to commence negotiations. The negotiation phase involves negotiations between the Department and one or more Respondents whose evaluated Replies were determined to be within the competitive range, in accordance with this ITN. During this phase, the Department may request revised Replies and best and final offers (BAFOs) based on the negotiations. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 8 of 32 Mobile Communication Services Once negotiations have concluded and BAFO(s) have been received and reviewed, the Department will hold a negotiation team public meeting to recommend Contract award(s). The Department intends to post a notice of Intent to Award Contract(s), identifying the responsive and responsible vendor(s) that provide the best value to the State based on the selection criteria set forth in Subsection 4.5, Final Selection and Notice of Intent to Award Contract, of the ITN. Any reservation or listing of reservations of the Department’s rights provided in this ITN is not intended to be exhaustive and shall not be construed to limit the rights of the Department in conducting this procurement. 2.2 Questions and Answers Respondents will submit all questions during the Question and Answer period in writing to the Procurement Officer via email. The deadline for submission of questions is reflected in Subsection 1.8, Timeline of Events. The Department requests that all questions have the solicitation number in the subject line of the email and be submitted in the following format: Question # Respondent Name Section Page # Question Questions will not constitute a formal protest of the specifications of the solicitation. Department answers to written questions will be issued by addendum via the VBS. 2.3 Addenda to the Solicitation The Department reserves the right to modify this solicitation by issuing addenda posted on the VBS. It is the responsibility of the Respondent to check the VBS for information and updates. 2.4 Receipt of Replies 2.4.1 Reply Deadline The Respondent is responsible for ensuring the Department receives the Reply no later than the date and time provided in Subsection 1.8, Timeline of Events, of this ITN (or as revised by addenda). Address the Reply to the Procurement Officer at: Caitlen Boles Departmental Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 335.1X Tallahassee, FL 32399-0950 Phone: (850) 410-1423 Email: DMS.Purchasing@dms.myflorida.com All methods of delivery or transmittal to the Procurement Officer are exclusively the responsibility of Respondents, and the risk of non-receipt or delayed receipt shall be borne exclusively by the Respondents. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 9 of 32 Mobile Communication Services 2.4.2 Clarifications to Replies No changes, modifications, or additions to the Replies will be allowed after the Replies have been opened, except as negotiated during the negotiation phase. However, the Department reserves the right to seek clarifications from any Respondent at any time. 2.5 Respondent Firm Offer The Department may enter into a Contract within three hundred and sixty-five (365) calendar days after the date the Notice of Intent to Award is posted, during which period Replies shall remain firm and shall not be withdrawn. If a Contract is not executed within three hundred and sixty-five (365) days, the Replies shall remain firm until either the Contract is executed or the Department receives from a Respondent written notice that the Reply is withdrawn. SECTION 3. GENERAL INSTRUCTIONS 3.1 General Instructions to Respondents (PUR 1001 Form) The PUR 1001 Form, General Instructions to Respondents, is incorporated by reference into this solicitation but is superseded to the extent set forth herein. The form can be accessed at: http://www.dms.myflorida.com/business_operations/state_purchasing/documents_forms_references_resources/purchasing_forms. Sections 3, 5, 9, and 14 of the PUR 1001 Form are inapplicable and are replaced as follows: Section 3. Electronic Submission of Offers Replies shall be submitted in accordance with Subsection 3.5, How to Submit a Reply. Section 5. Questions Submit questions in accordance with Subsection 2.2, Questions and Answers. Section 9. Respondent’s Representation and Authorization. In submitting a Reply, the Respondent understands, represents, and acknowledges the following: • The Respondent is not currently under suspension or debarment by the State or any other governmental authority. • The Respondent, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction involving conspiracy or collusion with respect to bidding on any public contract. • The Respondent currently has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract. • The submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive Reply. • The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other Respondent or potential Respondent; neither the prices nor amounts, actual or approximate, have been disclosed to any Respondent or potential Respondent, and they will not be disclosed before the solicitation opening. • The Respondent has fully informed the Department in writing of all convictions of the firm, its affiliates (as defined in section 287.133(1)(a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 10 of 32 Mobile Communication Services collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company. • Neither the Respondent nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or a position involving the administration of funds: Has within the preceding three (3) years been convicted of or had a civil judgment rendered against them or is presently indicted for or otherwise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or Has within a three-year period preceding this certification had one (1) or more federal, state, or local government contracts terminated for cause or reason of default that would impair the Respondent’s ability to deliver the commodities or contractual services of the resultant contract. • The commodities or contractual services offered by the Respondent will conform to the specifications without exception. • The Respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions. • If an award is made to the Respondent, the Respondent agrees that it intends to be legally bound to the Contract that is formed with the State. • The Respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the Reply, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the Reply. • The Respondent shall indemnify, defend, and hold harmless the Department and Customers, and their employees, against any cost, damage, or expense which may be incurred or be caused by any error in the Respondent’s Reply. • All information provided by, and representations made by, the Respondent are material and important and will be relied upon by the Department in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Department of the true facts relating to submission of the Reply. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817, Florida Statutes. • If at any point during the course of the procurement, circumstances change so that any of the above acknowledgements are no longer true, the Respondent will notify the Procurement Officer as soon as practicable. Section 14 – Firm Response The offer will be held firm in accordance with Subsection 2.5, Respondent Firm Offer. 3.2 MFMP Registration The awarded Respondent(s), if any, must have completed this process prior to Contract execution. For additional information, please visit: https://Respondent.myfloridamarketplace.com/. The awarded Respondent(s) will be required to pay the required MFMP transaction fee(s) as specified in Subsection 3.7, MyFloridaMarketPlace Transaction Fee, of Attachment B - Draft DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 11 of 32 Mobile Communication Services Contract, unless an exemption has been requested and approved pursuant to Rule 60A-1.031, Florida Administrative Code. 3.3 Florida Substitute Form W-9 Process A State of Florida contractor must have registered and completed an electronic Florida Substitute Form W-9. The Internal Revenue Service (IRS) receives and validates the information Respondents provide on the Form W-9. For instructions on how to complete the Florida Substitute Form W-9, please visit: http://www.myfloridacfo.com/Division/AA/StateAgencies/W-9Instructions022212.pdf The awarded Respondent(s), if any, must have completed this process prior to Contract execution. 3.4 Website References Respondents should not incorporate or reference dynamic links that are external to the Reply documents. Provide screen shots in lieu of references to websites. References to dynamic links (Universal Resource Locators) will not be considered as part of the Respondent’s Reply. 3.5 How to Submit a Reply Respondents are responsible for submitting their Replies by the date and time specified in the Timeline of Events of this solicitation. Respondents are to submit the Reply in a sealed package containing the following: 3.5.1 One (1) hard copy of a cover letter as specified in Section 3.7, Contents of Reply. 3.5.2 One (1) electronic Reply in Adobe (.pdf) on a USB flash drive (CD/DVD format is also acceptable). Files are to be organized in accordance with Section 3.7, Contents of Reply. The Vendor’s Device List; Vendor’s Services and Discounts Pricing; and Vendor’s Services and Discounts Pricing, Public Safety (if submitting), should be submitted in either Adobe (.pdf) or Microsoft Excel. 3.5.3 If applicable, one (1) electronic redacted copy of the entire Reply on a USB flash drive (CD/DVD format is also acceptable), as described in Subsection 3.8, Public Records, Respondent’s Confidential Information, and Redacted Replies, of this ITN. Large files should be scanned as separate files. All electronic documents are to be searchable to the fullest extent practicable. Clearly mark on the outside of the sealed package the solicitation number, company name, and Procurement Officer name. Submit Replies to the Procurement Officer at the address listed in Subsection 1.7, Procurement Officer. Prepare Replies simply and economically, providing a straightforward, concise delineation of the Respondent’s capabilities to satisfy the requirements of this solicitation. The emphasis of each Reply should be on completeness and clarity of content. Replies that are not timely submitted with all required information may be deemed nonresponsive. The risk of submitting a blank or unreadable USB flash drive or CD/DVD rests with the Respondent. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 12 of 32 Mobile Communication Services 3.6 Mandatory Responsiveness Requirements The Department will not evaluate Replies that do not meet the minimum mandatory requirements listed below. Responses to the SOW will be scored at the evaluation phase. Responses to the SOW and evaluator scores will not be used to determine the responsiveness of the Replies. The Department reserves the right to waive any minor irregularity, technicality, or omission if the Department determines that doing so will serve the best interest of the State. 3.6.1 The Respondent must be, at the time of Reply submittal, a facilities-based mobile wireless service provider with a network that covers at least 90% of the nation’s non-rural population. A Respondent which has been determined by the Federal Communications Commission (FCC) to be a “nationwide service provider” in the Consolidated Communications Marketplace Report – 2018, paragraph 6, page 4, and paragraph 44, page 37, is presumed to meet this coverage requirement. A Respondent not listed in the above-mentioned FCC report as a nationwide service provider must submit documentation showing that it has been independently verified by a government entity as meeting these coverage requirements. The report is located here: https://docs.fcc.gov/public/attachvments/FCC-18-181A1.pdf The certifications required in Subsections 3.6.2 through 3.6.4 must be accomplished through the execution of Form 5, Mandatory Responsiveness Requirements, below. A Reply will be deemed nonresponsive if it fails to contain a signed Form 5. 3.6.2 The Respondent must certify that it is in compliance with Subsection 3.1, General Instructions to Respondents (PUR 1001 Form), of this ITN. 3.6.3 The Respondent must certify that neither it, nor its affiliates, is a convicted vendor or a discriminatory vendor as described in sections 287.133 and 287.134, Florida Statutes, respectively. 3.6.4 The Respondent must certify that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, and is not participating in a boycott of Israel. 3.6.5 The Respondent must certify that it is currently authorized to do business with the State, or will obtain authorization through the Department of State, Division of Corporations, should the Respondent be awarded the Contract, prior to Contract execution. Website: www.sunbiz.org 3.7 Contents of Reply All Replies are to be organized in sections as directed below. Submit the sections of the Reply in one (1) sealed package to the Procurement Officer, organized as follows: 1. A cover letter on the Respondent’s letterhead with the following information: a. Company name and physical address; b. Primary location from where the work will be performed; DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 13 of 32 Mobile Communication Services c. Contact information for primary point of contact, including phone number and email address; and d. Federal Employer Identification (FEID) Number. 2. Completed forms: FORM 1 – CONTACT INFORMATION FORM 2 – NOTICE OF CONFLICT OF INTEREST FORM 3 – NON-COLLUSION STATEMENT FORM 4 – STATEMENT OF NO PRIOR DISQUALIFYING INVOLVEMENT FORM 6 – BUSINESS EXPERIENCE 3. Mandatory Responsiveness Requirements: A signed FORM 5 – MANDATORY RESPONSIVENESS REQUIREMENTS. 4. Respondent’s Reply to the Statement of Work (Technical Reply) Respondent will provide a response to each subsection in the SOW, where it is requested, by either inserting a narrative in the response blocks below the text of the numbered subsection (preferred method) or by attaching a narrative with a reference to the corresponding SOW subsection. Note: It is the Respondent’s responsibility to ensure responses are properly aligned with the corresponding SOW sections. The Department will not be responsible for evaluating portions of responses that are improperly aligned with the SOW subsections. See also Subsection 1.1, Instructions for Response Blocks, of the SOW regarding SOW Reply instructions. Provide responses to the SOW in a font color for narrative that is different than the SOW font color. 5. Respondent’s Experience Reply Respondent will provide an Experience Reply that provides all the information required by this section. The Respondent will supply a brief narrative of Respondent’s prior relevant experience and ability to provide the proposed Wireless Voice Services (WVS) and Wireless Data Services (WDS) described in Attachment A – Statement of Work, including, at a minimum, a description of: a. Respondent’s market penetration for WVS and WDS services. b. Respondent’s experience providing services of similar scope to other public sector clients comparable to the State of Florida. c. Respondent’s experience supporting devices and software systems of different manufacturers. List similar or like systems the Respondent has supported in the last three (3) years. d. Respondent’s experience providing Highly-available, Highly-reliable telecommunications infrastructures and services. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 14 of 32 Mobile Communication Services e. Respondent’s experience providing sufficient staffing levels, local staffing, and a quality staff driven to proactively address issues. f. Proposed Key Staff – given the requirements in Sections 2.2 through 2.7 of Attachment A, Statement of Work: i. Describe in detail the proposed offering for key staff positions, addressing the minimum requirements listed in the Statement of Work. ii. Provide resumes for all persons being proposed for the key staff positions. iii. Provide a proposed Staffing Organizational Chart, including all staff (both key staff and non-key staff) that are anticipated to be assigned to the Contract, including names and titles (full-time and part-time). iv. Describe the proposed Customer Support Team model, including staffing levels, minimum qualifications, and average years of experience of the proposed team. 6. Letter of Bondability A letter signed on or after October 1, 2020, from a surety company or bonding agent authorized to do business in the State and written on company letterhead indicating the Respondent’s ability to obtain a performance bond in the amount of at least five hundred thousand dollars ($500,000). For additional information see Section 16, Performance Bond, of Attachment B – Draft Contract. 7. Pricing and Devices Submit the following items in one (1) separate electronic file folder: o Vendor’s Services and Discounts Pricing o Vendor’s Services and Discounts Pricing, Public Safety, if the Respondent is proposing to provide services in accordance with SOW Section 4, Public Safety Service Plans and Devices o Vendor’s Device List Note: The items submitted in this Pricing and Devices portion will not be evaluated or scored by the Department during the evaluation phase of the ITN, nor will these items be used to determine vendor responsiveness. The Department intends for these items to be utilized by the negotiation team to establish a baseline for service and pricing discussions with Respondents during the negotiation phase of the ITN. 3.8 Public Records, Respondent’s Confidential Information, and Redacted Replies The following subsections supplement Section 19, Public Records, of the PUR 1001 Form, General Instructions to Respondents. By submitting a Reply, the Respondent agrees to protect, defend, and indemnify the Department for any and all claims arising from or relating to the Respondent’s determination that the redacted portions of its Reply are confidential, proprietary, trade secret, or otherwise not subject to disclosure. If the Respondent fails to mark material exempt, or fails to submit a redacted copy of information it claims is confidential, the Department is authorized to produce, in their entirety, all documents, data, or records submitted to the Department in answer to a public records request for these records. However, no portion of a Reply will be produced in response to a public records request until such time as the Department provides notice of an intended decision with regard to this ITN or until thirty (30) days after opening the final Replies, whichever is earlier (see Section 3.8.3, Public Inspection, below, for additional information). DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 15 of 32 Mobile Communication Services 3.8.1 Electronic and Written Communications Unless exempted by law, all electronic and written communications pertaining to this ITN, whether sent from or received by the Department, are subject to Florida’s broad Public Records Law, found in Chapter 119, Florida Statutes. 3.8.2 Replies Unless exempted by law, all materials submitted as part of a Reply to this ITN will become a public record subject to the provisions of Chapter 119, Florida Statutes. Selection or rejection of a Reply does not affect the public record status of the materials. 3.8.3 Public Inspection Unless exempted by law, all public records are subject to public inspection and copying under Chapter 119, Florida Statutes. As noted above, a time-limited exemption from public inspection is provided for the contents of Replies pursuant to section 119.071(1)(b), Florida Statutes. Once that exemption expires, all contents of Replies become subject to public inspection, unless another exemption applies. Any claim of trade secret exemption for any information contained in Respondent’s Reply will be waived upon submission of the Reply to the Department, unless the claimed trade secret information is submitted in accordance with Subsection 3.8.4, How to Claim Trade Secret or Other Exemptions, below. This waiver includes any information included in the Respondent’s Reply outside of the separately bound document described below. 3.8.4 How to Claim Trade Secret or Other Exemptions If a Respondent considers any portion of materials made or submitted in the course of replying to this ITN to be trade secret under section 812.081, Florida Statutes, or other applicable law, or otherwise confidential under Florida or federal law, in order to preserve the confidentiality of the material, the Respondent must clearly designate, in writing, that portion of the materials as “confidential” when submitted to the Department. The Respondent must submit all such information as a separately bound, unredacted document clearly labeled “Confidential, Unredacted Reply” together with a brief written description of the grounds for claiming exemption from the Public Records Law, including the specific statutory citation for such exemption. The Respondent is to also simultaneously provide the Department with a separate, electronic redacted copy of its Reply. The file name of the electronic redacted copy is to contain the name of the Respondent, the ITN number, and redacted copy (e.g., Respondent Name DMS ITN _redacted copy.pdf). Prominently display the phrase “Redacted Copy” on the first page of the electronic redacted copy and each page on which information is redacted. The redacted copy is to be submitted no later than the Reply submittal deadline. Where such information is part of material already required to be submitted as a separately bound or enclosed portion of the Reply, further segregate it and separately bind or enclose and clearly label it as set forth above in addition to any other labeling required for the material. Negotiation Meetings. If the Respondent is invited to negotiations, it will be incumbent upon the Respondent to identify, in real-time, portions of the Respondent’s negotiation sessions that include references to materials and/or information the Respondent claims are confidential, proprietary, trade secret, or otherwise not subject to disclosure. If the Respondent fails to inform the Department that any portion of the negotiation meetings should be considered confidential, proprietary, trade secret or otherwise not subject to DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 16 of 32 Mobile Communication Services disclosure, the Department is authorized to produce the audio recording in answer to a public records request for these records. The Respondent is responsible for defending its determination that the portions of the negotiation sessions are exempt and not subject to disclosure. 3.8.5 Public Records Request If a Respondent fails to mark any materials submitted to the Department as confidential, or fails to submit a redacted copy as provided in this section, or fails to claim, in real-time, portions of the negotiations sessions as exempt, the Respondent waives the exemption, and the Department may produce all of the Respondent’s documents, data, or records or the Department’s recordings of negotiation sessions to any person requesting a copy under Chapter 119, Florida Statutes. The Respondent exclusively bears the burden of complying with Subsection 3.8, Public Records, Respondent’s Confidential Information, and Redacted Replies, to ensure its exempt information is appropriately marked and protected. If a requestor asserts a right to the confidential information, the Department will notify the Respondent that such an assertion has been made. It is the Respondent ’s responsibility to assert that the information in question is exempt from disclosure under Chapter 119, Florida Statutes, or other applicable law. If the Department becomes subject to a demand for discovery or disclosure of the confidential information of the Respondent in a legal proceeding, the Department will give the Respondent prompt notice of the demand prior to releasing the information (unless otherwise prohibited by applicable law). The Respondent is responsible for defending its determination that the redacted portions of its Reply are confidential, proprietary, trade secret or otherwise not subject to disclosure. 3.8.6 Department Not Obligated to Defend Respondent’s Claims The Department is not obligated to agree with a Respondent’s claim of exemption and, by submitting a Reply, the Respondent agrees to defend its claim that each and every portion of the redacted material is exempt from inspection and copying under the Public Records Law. Further, by submitting a Reply, the Respondent agrees to protect, defend, indemnify and hold harmless the Department for any and all claims and litigation (including litigation initiated by the Department), including attorney’s fees and costs, arising from or in any way relating to Respondent’s assertion that the redacted portions of its Reply or portions of the negotiation sessions are trade secrets or otherwise exempt from public disclosure under Chapter 119, Florida Statutes. The Department may use counsel of its choosing to defend any such claims, and the Respondent shall promptly pay the Department’s invoices for legal services on a monthly basis for all costs and expenses, including legal fees, incurred in defending such claims. 3.9 Additional Information By submitting a Reply, the Respondent certifies that it agrees to all criteria specified in this solicitation. The Department may request, and the Respondent shall provide, clarifying information or documentation. Failure to supply the information or documentation as requested may result in the Reply being deemed non-responsive. 3.10 Respondent’s Pricing Respondents are to submit pricing at the time of their Reply. Pricing should be submitted as if the terms and conditions of Attachment B – Draft Contract are final. There is no guaranteed minimum spend from the Department or the Customers. Respondents are instructed to only submit pricing for services that are within the contemplated scope of this procurement, including additional options or features proposed by the Respondent that are in accordance with the SOW. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 17 of 32 Mobile Communication Services If the proposed pricing includes services outside of the scope of the Contract, those services will not become part of the Contract and will neither be included in CSAB nor be offered to Customers. Pricing must be uniform with no variation for geographic location of service delivery. Respondents are encouraged to provide the best possible pricing at all times. Pricing submitted will be considered pricing for the initial and any renewal periods. Respondents’ proposed pricing is inclusive of all government sanctioned surcharges and fees (as provided in the SOW, Subsection 5.6, Taxes and Government Sanctioned Fees) necessary to deliver the proposed services, unless otherwise separately identified in the Reply. The only additional costs permitted will be reasonable costs for expedited orders. 3.10.1 Vendor’s Device List The Respondent should submit a Vendor’s Device List of the Respondent’s proposed devices and pricing, which will become part of the final Contract, as modified during negotiations. The Vendor’s Device List should include all proposed devices, including, at a minimum, cellular phones, smartphones, tablets, broadband access devices (data-only), cellular mobile broadband devices (support for internet access), devices supporting secure access to MFN, and accessories. Devices may be shown with a variety of packages, with detailed pricing, and descriptions of associated services, devices and/or features. Any services, devices and/or features provided at no cost should be identified as $0.00. If the Respondent is proposing Public Safety services and devices, the Vendor’s Device List may also include Public Safety wearables and other Public Safety wireless enabled devices. For all items listed below, the Vendor’s Device List should include: manufacturer and model, vendor’s identification number (SKU), vendor’s commercially advertised retail price as of the date the Reply is submitted to the Department, State purchase price, and any promotional pricing, as well as the following device-specific information: 1) Smartphones a. Operating system, camera, removable memory, hearing aid compatibility, mode, and other features. b. At least one unlocked iPhone and one unlocked Android smartphone. 2) Air Cards and hotspots a. Mode, compatibility with 4G LTE, compatibility with 5G, compatibility with Apple Operating Systems (iOS, Mac OS), compatibility with Microsoft Operating systems (Windows), external antenna, and other features. 3) Tablets a. Operating system, camera, removable memory, and other features. 4) Basic Phones a. At least one basic phone that is available to Customers at no charge, other than the cost of the purchased service plan. 5) Accessories a. May include phone cases, tablet cases, headphones and ear buds, chargers, screen protectors, foldable keyboards, belt clips, and hands-free kits. 6) Public Safety Wearables DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 18 of 32 Mobile Communication Services 3.10.2 Vendor’s Services and Discount Pricing The Respondent should submit services and discount pricing, which will become part of the final Contract, as modified during negotiations. If bidding on the public safety portion of this procurement, the Respondent should also submit public safety-specific pricing. Respondents may mirror the formats of existing End User Price Lists (EUPLs), also referred to as User Rates, or create their own. The current EUPLs can be found on this DMS website: https://www.dms.myflorida.com/business_operations/telecommunications/suncom2/voice_services/mobile_communication_services. Respondent’s should state prices as monthly recurring charges (MRC) or non-recurring charges (NRC). The Services and Discounts Pricing should include the following, at a minimum: 1) Non-pooled Plans a. Pricing and details of all non-pooled plans, which may include: i. Voice per minute rate plans: usage based, limited ii. Unlimited plans: voice; voice and text; voice, text, and data; voice, data, messaging, and hotspot iii. Messaging plans: limited and unlimited iv. Data only device plans: per megabyte data plan, data plan with tethering, data plan without tethering, and unlimited data b. Relevant unit pricing, including price per minute, variation of price per minute for nights and weekends, monthly rollover of minutes or data. c. Description of services included in the monthly recurring costs, including the number of messages (SMS/MMS), minutes (anytime, nights, or weekends), data limits, and included features, such as call waiting. i. Detail how airtime and other measured usage are billed; for example, in full-minute increments, rounded up to the next full increment at the end of each call for billing purposes, unanswered outgoing calls incurring airtime. ii. Description of billing for calls directly dialing or receiving from the same carrier. iii. If the pricing changes for nights and weekends, describe the times the carrier deems are nights and weekends and any changes to charges during this time. iv. Detail any prohibited activities, such as those prohibited for compliance with the law or to prevent interference with the network. 2) Pooled Plans a. Pricing and details of all pooled plans, which may include: i. Description of tiers, including the number of minutes included in the plans. b. Relevant unit pricing, including price per minute, variation of price per minute for nights and weekends, monthly rollover of minutes or data. c. Describe: i. how the minutes are aggregated and credits are applied; ii. how a Customer can have more than one pool; iii. rollover minutes; iv. pool limitations, e.g., limits to the number of users; and v. included features, such as call waiting. 3) Push-to-Talk a. Pricing and details of all push-to-talk plans, which may include: i. Standalone push-to-talk and add-on push-to-talk plans. ii. Relevant unit pricing including price per minute, variation of price per minute for nights and weekends, monthly rollover of minutes or data. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 19 of 32 Mobile Communication Services iii. Description of services included in the monthly recurring costs and included features 1. Detail how measured usage is billed, for example, in full-minute increments, rounded up to the next full increment at the end of each call for billing purposes, or unanswered outgoing calls incurring airtime. 2. If the pricing changes for nights and weekends, describe the times the carrier deems are nights and weekends and any changes to charges during this time. 3. Detail any prohibited activities, such as those prohibited for compliance with the law or to prevent interference with the network. 4) Machine-to-Machine a. Pricing and details of all machine-to-machine and internet of things service plans which may include: i. Description of tiers, including the usage caps of each tier. One (1) MB to twenty (20) GB requested, at minimum. b. Relevant unit pricing, including price per minute, variation of price per MB for nights and weekends, and monthly rollover of minutes or data. c. Description of services included in the monthly recurring costs and included features. i. Detail how measured usage is billed. ii. Detail any prohibited activities, such as those prohibited for compliance with the law or to prevent interference with the network. 5) Discounts a. All proposed discounts off accessories and devices. b. State what published price the discount percentage applies to (MSRP, vendor published catalog, etc.). i. Describe any additional proposed discounts, such as 100% discount off activation fees. ii. Specific pricing for devices should be listed in the Vendor's Device List. 6) Additional Features, Fees, and Other Items a. Respondents may describe and detail any additional offerings that are contemplated within the SOW. i. These shall include surcharges and fees (see SOW Section 5.6, Taxes and Government Sanctioned Fees). ii. These may include chargeable features, such as robo-call blocking, mobile device management, etc. iii. Respondents may also suggest tiered pricing. iv. Where applicable, Respondents should detail the plan name and type, monthly recurring cost, etc. b. There will be no activation fees for services and devices purchased off the Contract. Current MCS contracts do not allow activation fees for services and devices. SECTION 4. SELECTION METHODOLOGY 4.1 Responsiveness and Responsibility The Department will determine which Respondents are responsive and responsible, and which have submitted a Responsive Reply that meets the requirements of this solicitation (see section DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 20 of 32 Mobile Communication Services 287.012, Florida Statutes). The Department will perform the initial responsiveness check. Replies found to be nonresponsive will not be evaluated. The Department reserves the right to act upon information discovered after the initial responsiveness check impacting the responsibility or responsiveness of the Respondent. 4.2 Evaluation Process – General Overview The Department will appoint an evaluation team for the evaluation and scoring of the Responsive Replies for the evaluation phase. Each evaluator will be provided a copy of each Respondent’s Reply that is deemed Responsive. The evaluators will score Replies against the evaluation criteria set forth in subsection 4.3, Evaluation of the Reply, in order to establish a competitive range of Replies reasonably susceptible of award. The Evaluation Summary Score Sheet Table, to be used by the Department to calculate evaluation scores, provides for the SOW sections that will be scored and the relative weights given to the scored sections. See subsection 4.4, Negotiations, for information on the negotiation phase of the ITN. All Replies that meet the Mandatory Responsiveness Requirements will be evaluated as described in section 4, Selection Methodology. 4.3 Evaluation of the Reply The evaluators will independently review and evaluate the Responsive Replies. Using the assessment scale below, the evaluators will assign scores zero (0) to four (4) based on the quality of each section of the Reply to the SOW. In determining the quality of a Reply, the evaluators will use the following guiding questions: • How well does the Reply demonstrate an understanding of the services requested? • How well does the Reply demonstrate the Respondent’s ability to provide the services requested? • How well does the Reply address the requested services? Assessment Evaluator Score Unacceptable 0 Poor 1 Adequate 2 Good 3 Exceptional 4 4.3.1 Scoring Scoring, for purposes of determining the competitive range, will be a total of the evaluator’s weighted scores for each Respondent for all scored sections of the SOW. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 21 of 32 Mobile Communication Services The table below demonstrates the calculations the Department will use to determine the Respondent’s Final Weighted Score, based on the raw scores given by the Evaluation Team members while evaluating the Respondent’s Reply. The Raw Points scored for each section, by each evaluator, will be averaged together and then multiplied by the Weight Factor in the table below for each section. This calculation will render the Respondent’s Weighted Scores for each section. The Respondent’s Weighted Scores for each section will be added together to determine the Respondent’s Final Weighted Score. EVALUATION SUMMARY SCORE SHEET Section Maximum Possible Raw Score Weight Factor Maximum Possible Weighted Score 1.6 Evolving Technology 4 X 50 = 200 2.1 Staffing Responsibilities 4 X 100 = 400 3.6 Wireless Data Services 4 X 75 = 300 3.10 State of Florida Coverage 4 X 50 = 200 3.12 Security 4 X 50 = 200 3.16 Highly Available and Highly Reliable Design Characteristics 4 X 25 = 100 3.17 Reports, Updates, and Notification Requirements 4 X 50 = 200 3.19 Customer Support 4 X 50 = 200 3.20 Contractor’s MCS Portal 4 X 25 = 100 3.21 Devices 4 X 50 = 200 3.22 Cooperation with Other Contractors 4 X 25 = 100 3.23 Customer Migration 4 X 75 = 300 3.26 Project Management 4 X 25 = 100 Respondent’s Experience Reply 4 X 300 = 1,200 Maximum Possible Final Weighted Score: 3,800 For additional instructions for replying to the SOW, see SOW subsection 1.1. For selection methodology, scoring, and weighting, see this ITN section 4, Selection Methodology. 4.3.2 Other Department Rights for Evaluation The Department reserves the right at any time during the Evaluation Process to: 1. Conceal pricing information from evaluators or provide an instruction to evaluators to disregard pricing information in their evaluation of a Responsive Reply. 2. Redact, omit, or provide instruction to evaluators to disregard any portions of a proposed offering which the Department determines are outside of the scope of this procurement. 4.4 Negotiations 4.4.1 Negotiations Process – General Overview After the evaluation of Replies based on the criteria identified above, the Department will establish a competitive range of Replies reasonably susceptible of award and will select one (1) or more Respondents within the competitive range to commence negotiations. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 22 of 32 Mobile Communication Services The Department will establish a negotiation team to conduct the negotiations. The negotiation team will make a recommendation of (an) award(s) to the Respondent(s) that will provide best value based on the selection criteria in the ITN. The negotiation team will not be bound by evaluator scoring but may use the evaluator scoring as a reference tool during the negotiation process. The Department will require the Respondent(s) to provide the Vendor’s Services and Discounts Pricing; Vendor’s Services and Discounts Pricing, Public Safety (if proposing public safety services); and Vendors Device List if they were not originally included in the Respondent’s Reply. All pricing submitted may be reduced during negotiations but cannot be raised unless the increase is reflected in the BAFO and is directly related to changes in offered services in the BAFO and as negotiated in accordance with this ITN. During the negotiation process, the Department also reserves the right to negotiate a la carte services, categories, and components of services. The format and content of any pricing submissions, including but not limited to BAFOs, may be amended during negotiations at the discretion of the negotiation team. The Department reserves the right to negotiate different terms, additional terms, and related price adjustments if the Department determines that such changes would provide the best value to the State. Additional operational requirements may be defined and clarifications required. The Department may require additional technical detail, diagrams, demonstrations, and documentation. The negotiation team may request proposed alternative terms or deliverables during negotiations, but it is under no obligation to accept proposed alternative terms or deliverables. The Department reserves the right to negotiate concurrently or sequentially with competing Respondent(s). Negotiations will not be open to the public but will be recorded. Recordings of negotiations and negotiation team strategy meetings will be subject to the provisions of section 286.0113, Florida Statutes. Negotiation meetings will be conducted in Tallahassee, Florida, if conducted in-person, or using technology-based solutions, if conducted remotely. The Department reserves the right to schedule in-person negotiations at a different location in the State. The Department may distribute an agenda in advance of any negotiation session. Representatives for each Respondent should plan to be available, at least by telephone, without interruptions, for the entirety of the Respondent’s scheduled negotiation meeting(s). Negotiations will continue as determined by the negotiation team, until acceptable terms and conditions are agreed upon through a BAFO, if applicable, or it is determined that an acceptable agreement cannot be reached. The Department reserves the right to conclude negotiations at any time and proceed to Contract award. 4.4.2 Respondent Attendance at Negotiations The Department reserves the right to limit the number of representatives permitted to attend the negotiation sessions. 4.4.3 Revised Replies and Best and Final Offers During the negotiation phase, the Department may request clarification and revisions to Replies (including BAFOs) and identify information to be submitted to the Department until it is satisfied DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 23 of 32 Mobile Communication Services that it has achieved the best value for the State. Failure to provide information requested by the Department during the negotiation phase may result in termination of negotiations with the Respondent. It is anticipated that the Department will use language in the Request for BAFO expressing contractual requirements within the procurement documents where the language was previously permissive. For example, the word ‘should’ may be replaced by the word ‘must’ in the final SOW attached to the Request for BAFO. 4.4.4 Other Department Rights During Negotiations The Department has sole discretion in deciding whether and when to take any of the following actions and to decide the scope and manner of such actions. The Department reserves the right at any time during the negotiation process to: a) Schedule additional negotiation sessions with any or all Respondents. b) Require any or all Respondents to provide additional, revised, or final written Replies addressing specific topics, including, but not limited to, modifications to the solicitation specifications, terms and conditions, or business references. c) Require any or all Respondents to provide revised Replies and written BAFO(s). d) Require any or all Respondents to address services, prices, or conditions offered by any other Respondent. e) Pursue a Contract with one (1) or more Respondents for the services encompassed by this solicitation, including any addendums thereto and any request for additional, revised, or final written Replies or request for BAFOs. f) Pursue the division of Contracts between Respondents by type of service or geographic area, or both. g) Finalize Contract terms and conditions with any Respondent at any time. h) End negotiations with any or all Respondents at any time, regardless of the status of or schedule of negotiations, and to continue with other Respondents, or not continue with any Respondents. i) Conclude negotiations at any time and proceed to Contract award. j) Re-open negotiations with any responsive Respondent. k) Take any additional, administrative steps deemed necessary in determining the final award, including conducting demonstrations, additional fact-finding, evaluation, or negotiation where necessary and consistent with the terms of this solicitation. l) Request the assistance of and use subject matter experts for any portion of the procurement or throughout the procurement. m) Review and rely on relevant information contained in the Replies. n) Request pricing options different from the initial pricing provided by the Respondent. This information may be used in negotiations. o) Request business references and materials related to a reference check. p) Contact Respondent’s Customers, if any, or other entities with information relevant to the Respondent’s responsibility, experience, and/or ability. 4.4.5 Negotiation Meetings Not Open to Public In accordance with section 286.0113, Florida Statutes, negotiations between the Department and Respondents are exempt from Chapter 286, Florida Statutes, and s. 24(b), Art. I of the State DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 24 of 32 Mobile Communication Services Constitution. Also, any portion of a team meeting at which negotiation strategies are discussed are exempt from section 286.011, Florida Statutes. The Department will record all meetings of the negotiation team and all negotiation meetings between the Department and Respondents, as required by law, and such recordings will eventually become public record pursuant to Chapter 286, Florida Statutes. During negotiations, Respondents must inform the Department if any portion of the meetings should be considered confidential, proprietary, trade secret, or otherwise not subject to disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution, or other authority, so that the Department can make appropriate arrangements for the segregation of the recording. 4.5 Final Selection and Notice of Intent to Award Contract 4.5.1 Award Selection Contract(s) will be awarded, if any award is made, to the responsive and responsible vendor(s) whose BAFO is assessed as providing the best value to the State in accordance with the selection criteria of this ITN. 4.5.2 Selection Criteria The following award selection criteria will apply for this ITN: a) The Respondent’s demonstration of its prior relevant experience, including track record, and the overall professional experience of the Respondent at providing the proposed services; b) The Respondent’s ability and approach to meeting the goals of the ITN, as stated in subsection 1.5, Goals of the ITN, and SOW subsection 1.3, MCS Objectives; c) The Respondent’s ability and approach to providing the services and associated devices sought in the SOW; d) The Respondent’s pricing. 4.5.3 Department’s Negotiation Team Recommendation The Department’s negotiation team will make a recommendation as to the Contract award(s) that will provide the best value to the State based on the selection criteria. SECTION 5. AWARD 5.1 Rights for Award The Department reserves the right to: • Award a contract to one (1) or more Respondents for the services encompassed by this solicitation. • Award a contract to one (1) or more Respondents, or no Respondents at all, for all or part of the work contemplated by this solicitation. • Select one (1) or more Respondents by type of service, geographic area, and/or both. • Award contracts for less than the entire geographic area. • Award and contract with other Responsive Respondents in the event that the Department is unable to contract with the initially awarded Respondent(s). • Reject all Replies and determine whether to reissue a competitive solicitation. • Withdraw or cancel the solicitation and make no award. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 25 of 32 Mobile Communication Services 5.2 Agency Decision The Department will post a Notice of Intent to Award to enter into one (1) or more contracts with the Respondent(s) identified therein, on the VBS website: http://vbs.dms.state.fl.us/vbs/main_menu. If the Department decides to reject all Replies, it will post its notice on the VBS website: http://vbs.dms.state.fl.us/vbs/main_menu. 5.3 Other Reserved Rights • The Department has the right to use any or all ideas or adaptations of the ideas presented in any Reply. Selection or rejection of a Reply will not affect this right. • The Department reserves the right, after posting a Notice of Intent to Award, to withdraw or cancel the procurement, or amend its Notice of Intent to Award and re-open negotiations with any Respondent at any time prior to execution of a Contract. 5.4 No Contract until Execution A Notice of Intent to Award under this ITN shall not constitute or form any contract between the Department and a Respondent. No contract shall be formed until such time as a Respondent and the Department formally execute a contract with requisite written signatures. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 26 of 32 Mobile Communication Services FORM 1 – CONTACT INFORMATION For solicitation purposes, the Respondent’s contact person will be: Should the Respondent be awarded the Contract, the Account Manager’s contact information will be: Name Title Company Name Address Telephone Fax E-mail FEID # Name of Respondent’s Organization Signature of Authorized Representative and Date Print Name DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 27 of 32 Mobile Communication Services FORM 2 - NOTICE OF CONFLICT OF INTEREST Company Name For the purpose of participating in the solicitation process and complying with the provisions of Chapter 112, Florida Statutes, the company states the following conflict(s) of interest exists as noted below (if none, write N/A in the applicable section(s) below): The persons listed below are corporate officers, directors, or agents and are currently employees of the State of Florida or one of its agencies: The persons listed below are current State of Florida employees who own an interest of five percent (5%) or more in the company named above: Name of Respondent’s Organization Signature of Authorized Representative and Date Print Name DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 28 of 32 Mobile Communication Services FORM 3 - NON-COLLUSION STATEMENT I state that I of , (Name and Title) (Name of Respondent) am authorized to make this statement on behalf of my firm and its owner, directors, and officers. I am the person responsible in my firm for the price(s) and amount(s) submitted in response to this ITN and the preparation of the Reply. I state that: 1. The price(s) and amount(s) submitted in response to this ITN, either in the initial Reply or during negotiations, will be arrived at independently and without consultation, communication, or agreement with any other Respondent or potential Respondent. 2. Neither the price(s) nor the amount(s) submitted in response to this ITN, and neither the approximate price(s) nor approximate amount(s) submitted in response to this ITN, either in the initial Reply or during negotiations, have been or will be disclosed to any other firm, vendor, Respondent, or potential Respondent, and they will not be disclosed before Reply opening. 3. No attempt has been made or will be made to induce any firm or persons to refrain from submitting a Reply to this ITN, or to submit prices higher than the prices submitted in this Reply, or to submit any intentionally high or noncompetitive price(s) or other form of complementary Reply. 4. The Reply of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive Reply. 5. , its affiliates, subsidiaries, officers, director, and employees (Name of Respondent) are not currently under investigation by any governmental agency and have not in the last ten (10) years been convicted or found liable for any act prohibited by state or federal law in any jurisdiction involving conspiracy or collusion with respect to a bid on any public contract, except as follows: I state that I and the named firm understand and acknowledge that the above representations are material and important and will be relied on by the State of Florida for which this Reply is submitted. I understand, and my firm understands, that any misstatement in this statement is, and will be treated as, fraudulent concealment from the State of Florida of the true facts relating to the submission of Replies for this contract. Dated this day of Name of Respondent: Signed by: Print Name DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 29 of 32 Mobile Communication Services FORM 4 - STATEMENT OF NO PRIOR DISQUALIFYING INVOLVEMENT I, as an authorized representative of the Respondent, certify that nothing in section 287.057(17)(c), Florida Statutes (see below), prohibits the Respondent’s entry into any Contract resulting from this solicitation. Section 287.057(17)(c), Florida Statutes: A person who receives a contract that has not been procured pursuant to subsections (1)-(3) [of s. 287.057, F.S.] to perform a feasibility study of the potential implementation of a subsequent contract, who participates in the drafting of a solicitation or who develops a program for future implementation, is not eligible to contract with the agency for any other contracts dealing with that specific subject matter, and any firm in which such person has any interest is not eligible to receive such contract. However, this prohibition does not prevent a Respondent who responds to a request for information from being eligible to contract with an agency. Name of Respondent’s Organization Signature of Authorized Representative and Date Print Name DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 30 of 32 Mobile Communication Services FORM 5 – MANDATORY RESPONSIVENESS REQUIREMENTS The Respondent certifies that it is in compliance with Subsection 3.1, General Instructions to Vendors (PUR 1001 Form). The Respondent certifies that neither it, nor its affiliates, is a convicted vendor or a discriminatory vendor as described in sections 287.133 and 287.134, Florida Statutes, respectively. The Respondent certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, and is not participating in a boycott of Israel. The Respondent certifies that it is currently authorized to do business with the State, or will obtain authorization through the Department of State, Division of Corporations, should the Respondent be awarded the Contract, prior to Contract execution. Website: www.sunbiz.org The Respondent must be, at the time of Reply submittal, a facilities-based mobile wireless service provider with a network that covers at least 90% of the nation’s non-rural population. A Respondent which has been determined by the Federal Communications Commission (FCC) to be a “nationwide service provider” in the Consolidated Communications Marketplace Report – 2018, paragraph 6, page 4, and paragraph 44, page 37, is presumed to meet this coverage requirement. A Respondent not listed in the above-mentioned FCC report as a nationwide service provider must submit documentation showing that it has been independently verified by a government entity as meeting these coverage requirements. The report is located here: https://docs.fcc.gov/public/attachvments/FCC-18-181A1.pdf Signature below certifies that the signatory has the authority to respond to this solicitation on the Respondent’s behalf and certifies conformance with all Mandatory Responsiveness Requirements listed above. _______________________________________________ Name of Respondent’s Organization _______________________________________________ Printed Name of Organization’s Authorized Representative _______________________________________________ ____________________ Signature of Organization’s Authorized Representative Date DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 31 of 32 Mobile Communication Services FORM 6 - BUSINESS EXPERIENCE Provide the information requested below. Print and complete this form as many times as needed to demonstrate experience in providing the same or similar services sought in this procurement. The experience cannot be from: a. Current employees of DMS. b. Former employees of DMS within the past three (3) years. c. Persons currently or formerly employed by the Respondent’s organization. d. Board members of the Respondent’s organization. e. Relatives. f. Corporations based solely in a foreign country. g. Any person involved in the drafting of this ITN or the procurement process. The same entity may not be listed more than once. In the event the Respondent has had a name change since the time work was performed for a listed reference, the name under which the Respondent operated at that time should be provided in the space provided for “Brief Summary of Services.” The Department reserves the right to contact entities stated below, and also other than those identified by the Respondent, to obtain additional information regarding past performance. The Department may also solely rely on the information stated below without contacting the entities state below. Information Experience #1 Company Name Company Person Title Address City State Telephone Number Email Address Contract Period (contract start date to contract end date) Brief summary of services Information Experience #2 Company Name Company Person Title Address City State Telephone Number Email Address DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 32 of 32 Mobile Communication Services Contract Period (contract start date to contract end date) Brief summary of services Information Experience #3 Company Name Company Person Title Address City State Telephone Number Email Address Contract Period (contract start date to contract end date) Brief summary of services DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––– ITN No.: DMS-19/20-006 Page 1 of 66 Attachment A: Statement of Work Mobile Communication Services 4050 Esplanade Way Tallahassee, FL 32399-0950 850-488-2786 Ron DeSantis, Governor Jonathan R. Satter, Secretary ATTACHMENT A – STATEMENT OF WORK FOR MOBILE COMMUNICATION SERVICES ITN NO: DMS-19/20-006 INVITATION TO NEGOTIATE THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 2 of 66 Attachment A: Statement of Work Mobile Communication Services Table of Contents 1. Statement of Work Introduction ....................................................................................... 6 1.1 Instructions for Response Blocks .................................................................................... 7 1.2 Mobile Communication Services Portfolio ....................................................................... 7 1.3 MCS Objectives................................................................................................................ 8 1.4 MyFloridaNet .................................................................................................................... 9 1.5 End User Price Lists and Vendor’s Device List ............................................................... 9 1.6 Evolving Technology ...................................................................................................... 10 2. Contractor Staffing ......................................................................................................... 11 2.1 Staffing Responsibilities ................................................................................................. 11 2.2 Key Staff Position - Account Manager ........................................................................... 13 2.3 Key Staff Position - Project Manager............................................................................. 14 2.4 Key Staff Position - Business Operations Manager ...................................................... 14 2.5 Key Staff Position - Engineering and Design Manager ................................................. 15 2.6 Key Staff Position - Operations and Security Manager ................................................. 15 2.7 Customer Support Team................................................................................................ 16 3. Services and Devices for Mobile Communication Services.......................................... 17 3.1 Wireless Voice Services................................................................................................. 17 3.2 Wireless Data Service .................................................................................................... 17 3.3 Wireless Data Service - IP Addresses........................................................................... 18 3.4 Wireless Data Service – Access Circuit ........................................................................ 18 3.5 Wireless Data Service - Closed User Groups ............................................................... 20 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 3 of 66 Attachment A: Statement of Work Mobile Communication Services 3.6 Wireless Data Service – Network-to-Network Interface Design.................................... 21 3.7 Wireless Data Service –Traffic Mapping into MyFloridaNet.......................................... 25 3.8 Wireless Data Service – Traffic Directly to the Internet................................................. 26 3.9 Wireless Data Service - Test Plan ................................................................................. 28 3.10 State of Florida Coverage .............................................................................................. 28 3.11 Roaming ......................................................................................................................... 29 3.12 Security........................................................................................................................... 29 3.13 Reviews of the Contractor’s Service .............................................................................. 31 3.14 Emergency Services ...................................................................................................... 32 3.15 Contractor’s Service Delivery Costs .............................................................................. 33 3.16 Highly Available and Highly Reliable Design Characteristics ....................................... 33 3.17 Reports, Updates, and Notifications Requirements ...................................................... 34 3.18 Service Level Agreement Operational Process............................................................. 35 3.19 Customer Support .......................................................................................................... 37 3.20 Contractor’s MCS Portal ................................................................................................ 38 3.21 Devices ........................................................................................................................... 39 3.22 Cooperation with Other Contractors .............................................................................. 40 3.23 Customer Migration ........................................................................................................ 41 3.24 Transition for Future Iterations of this Service............................................................... 41 3.25 Contractor Meetings with DMS ...................................................................................... 43 3.26 Project Management ...................................................................................................... 45 3.27 Project Management - Services Infrastructure Checklist .............................................. 50 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 4 of 66 Attachment A: Statement of Work Mobile Communication Services 4. Public Safety Service Plans and Devices...................................................................... 53 4.1 Deployable Technologies............................................................................................... 53 4.2 Local Control .................................................................................................................. 54 4.3 Local control portal ......................................................................................................... 54 4.4 Public Safety Standards................................................................................................. 54 4.5 Demonstration Devices .................................................................................................. 54 4.6 Public Safety Customer Support.................................................................................... 55 4.7 Public Safety Reporting.................................................................................................. 55 4.8 Public Safety Marketing ................................................................................................. 55 5. Business Operations ...................................................................................................... 56 5.1 General Description of the SUNCOM Business Model ................................................. 56 5.2 Communications Service Authorization and Billing Transaction Flowchart .................. 56 5.3 Communications Service Authorization and Billing – Official Record ........................... 58 5.4 Communications Service Authorization and Billing - Interface with Contractor............ 58 5.5 Communications Service Authorization and Billing Service Catalog ............................ 59 5.6 Taxes and Government Sanctioned Fees ..................................................................... 59 5.7 User Access Privileges for the Contractor ..................................................................... 60 5.8 Work Orders ................................................................................................................... 60 5.9 Inventory ......................................................................................................................... 61 5.10 Invoicing Requirements.................................................................................................. 61 5.11 Electronic Substantiating Detail File .............................................................................. 61 5.12 Audit of Contractor Invoices ........................................................................................... 62 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 5 of 66 Attachment A: Statement of Work Mobile Communication Services 5.13 Mandatory Interface with the Contractor ....................................................................... 62 5.14 Properly Authorized Work Orders .................................................................................. 62 5.15 General Billing Requirements ........................................................................................ 62 5.16 Billing Start ..................................................................................................................... 62 6. Direct Ordering and Billing ............................................................................................. 63 6.1 Services and Devices Sold to Direct-Billed Customers................................................. 63 6.2 Cost Recovery Rate ....................................................................................................... 63 6.3 Contract Association on Direct-Billed Accounts ............................................................ 64 6.4 Monthly Reporting of Direct-Billed Accounts ................................................................. 64 6.5 Quarterly Reporting of Direct-Billed Accounts ............................................................... 65 6.6 Customers Liability ......................................................................................................... 65 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 6 of 66 Attachment A: Statement of Work Mobile Communication Services 1. Statement of Work Introduction This Attachment A – Statement of Work (SOW) describes cellular voice and data services, secure access to MyFloridaNet (cellular data-only devices), and other related telecommunication services, cellular phones, associated devices, accessories, and features, collectively referred to herein as Mobile Communication Services (MCS). All requirements contained in this SOW are Contract requirements. Deliverables and associated financial consequences (hereinafter referred to as “Service Level Agreements” or “SLAs”) are specified on Attachment C – Service Level Agreements. The intent of this procurement is to establish one (1) or more multi-year Contract(s) that meet the goals of the ITN, as stated in Section 1.5, Goals of the ITN, of that document. Any contracted services will be available for use by State agencies and political subdivisions of the State, municipalities, and nonprofit corporations in accordance with Chapter 282, Florida Statutes (F.S.). This SOW contains operational and administrative objectives for MCS that will form the requirements for implementation and on-going support under any Contract resulting from this ITN. This SOW is intended to reflect the requested service components DMS is seeking the Respondent to offer for MCS. This SOW includes references to service components that “must,” “shall,” or “will” be delivered; however, these SOW references to “must,” “shall,” “will,” and “minimum requirements” will not affect DMS’s determination of a Respondent’s responsiveness. DMS intends for these SOW references to become mandatory at the time of Contract execution (as reflected in DMS’s Request for Best and Final Offer (BAFO)). However, these SOW references may be subject to negotiation during the procurement and will be resolved through the terms of DMS’s Request for BAFO. The terms “will” and “shall” are used interchangeably. The Request for BAFO may also provide for requirements in place of what may previously have been requests. For example, the word ‘should’ in this SOW may be replaced by the word ‘must’ in the final SOW attached to the Request for BAFO. While the Department reserves the right to negotiate any term or condition during the negotiation process, the Contractor agrees that its Reply is based on the assumption that the terms and conditions of this SOW, as well as the Draft Contract (Attachment B to the ITN), apply as currently written. If more than one (1) Contract is awarded, then the use of the terms “Contract,” “Contractor,” “Reply,” and “Respondent,” include the plural when applicable. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 7 of 66 Attachment A: Statement of Work Mobile Communication Services 1.1 Instructions for Response Blocks The SOW contains response blocks where Respondents are to provide information. Respondents may attach additional narrative with a reference to the corresponding SOW response block subsection. Respondents should base responses on the information provided in the applicable subsections and response blocks regarding operational and administrative processes and other aspects of the proposed services. Responses to the SOW will be scored and will not be used to determine responsiveness. Respondents should provide responses to all response blocks seeking a response in the SOW. If the Respondent inserts “N/A” or leaves a response block blank, they will receive zero points for that subsection. Replies are to be submitted in accordance with the ITN. See Subsections 3.7, 4, of the ITN for additional instructions on submitting a Reply. The response blocks may contain approximate word counts in brackets, e.g., [Enter the response here – XXX words]. The word counts are provided as guidance to the length of the expected response; the word counts are neither minimum nor maximum limits. By submitting a Reply to this ITN, the Respondent affirms that it has read, understood, and will comply with all of the statements, terms, and conditions contained in this SOW. Do not provide pricing information in any SOW response block. Respondent is to submit pricing information separate from the response to this SOW, in accordance with instructions in the ITN. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 1.2 Mobile Communication Services Portfolio Mobile Communication Services are described below as well as in the public safety services in Section 4. 1.1.1 Wireless Voice Services (WVS), includes plans and cellular phones, smart phones, tablets, and other similar devices capable of making voice calls to cellular devices (cellular voice) and to traditional phones on the Public Switched Telephone Network (PSTN). This set of services also provides broadband access for email, internet browsing, texting, and numerous applications. 1.1.2. Wireless Data Services (WDS), includes a similar set of broadband services and devices as WVS but does not provide cellular voice and does not include PSTN voice connectivity. This set of services can provide secure data access into MyFloridaNet (for additional information, see Section 1.4, MyFloridaNet, below). DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 8 of 66 Attachment A: Statement of Work Mobile Communication Services Both sets of services include broadband data service plans governing the Customer’s monthly allotment for broadband access. 1.1.3 Web portals for both WVS and WDS. Customers utilize the DMS Communications Service and Billing system (CSAB) to review all MCS offerings, which are found on the End User Price List (EUPL). Orders are either placed directly via MyFloridaMarketPlace (MFMP), CSAB, or direct with the Contractor. For additional information regarding the EUPL, see Section 5, Business Operations. 1.1.4. Accessories include, but are not limited to, antennas, phone cases, tablet cases, headphones and ear buds, chargers, screen protectors, foldable keyboards, belt clips, and hands-free kits. 1.1.5. Equipment includes, but is not limited to, smartphones, basic phones, air cards, hot spots, tablets, and public safety wearables (within the optional subsection on Public Safety Service Plans and Devices). No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 1.3 MCS Objectives In accordance with the Department’s objectives for MCS, the Contractor shall provide: 1. Services and devices that keep pace with rapidly evolving technologies and related service plans. 2. A range of rate plans with a wide variety of up-to-date features. 3. Customer support services, including the Contractor’s MCS portal and superior staffing, with the best possible customer service. 4. Clearly articulated adoption of standards and designs in this SOW. 5. Complete and timely reporting on services to the Department and Customers. 6. Service strength with as much 4G/4G LTE or better service coverage as possible. 7. Highly-Available, Highly-Reliable (HA/HR) infrastructures. 8. Support for devices and software systems from different manufacturers. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 9 of 66 Attachment A: Statement of Work Mobile Communication Services 1.4 MyFloridaNet MyFloridaNet (MFN) is the State’s Multiprotocol Label Switching data network. MFN allows State agencies and other authorized users to communicate with each other. Information about MFN is available at: https://www.dms.myflorida.com/business_operations/telecommunications/suncom2/data_services/myfloridanet_2 No response required. By submitting a Reply, Respondent has read and understands the statements contained in this subsection. 1.5 End User Price Lists and Vendor’s Device List This subsection applies to both WVS and WDS. 1.5.1 Creation of Initial EUPL and Vendor’s Device List Pricing information in the Contractor’s BAFO will be used by the Contractor to create the EUPL and Vendor’s Device List after Contract execution. The format of the EUPL and Vendor’s Device List must be approved by the Department. The Contractor must have one (1) EUPL and one (1) Vendor’s Device List that incorporate all offerings. The Department’s current MCS EUPLs are available on the DMS website here: https://www.dms.myflorida.com/business_operations/telecommunications/suncom2/voice_servic es/mobile_communication_services 1.5.2 Update Process to EUPL Given the fast pace of technological progress, DMS anticipates that plans and devices will improve and undergo alterations, within the scope of the Contract, over the term of the Contract. Changes in service plans, features, devices, or technology offered by the Contractor in the same, alternative, or equivalent form and within the scope of the Contract are permissible updates. Updates may be prompted by the Contractor, DMS, or Customers. Some updates may be accomplished via the change request process described in Section 5.2, Change Request, of the Contract; however, at DMS’s sole discretion, updates may require a Contract amendment. Contractor-Requested Updates. The Contractor may request updates to its EUPL and Vendor’s Device List throughout the Contract term. Such requests must be emailed to the DMS Contract Manager for review and approval. DMS has absolute discretion to approve or deny Contractor- requested updates. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 10 of 66 Attachment A: Statement of Work Mobile Communication Services The Contractor shall not offer Customers changes in plans, features, devices, or technology prior to obtaining DMS’s written approval. The Contractor shall not offer any updated prices or rate structures until changes have been approved by DMS and DMS has published an updated EUPL. When requested by DMS, the Contractor shall provide documentation on the requested update, including, but not limited to, market research and service and device specifications. DMS may review the information from the Contractor and any other source. DMS will not approve an update request until and unless the criteria below is met to its satisfaction. However, DMS reserves the right to deny an update request even if all of the criteria are met. The Contractor shall: 1. Substantially demonstrate the pricing is competitive to market rates, specifically that it is equal to or less than rates for similar offerings in the State of Texas, State of California, and State of New York; 2. Fully demonstrate the pricing is related to and is in line with currently offered pricing for similar services and equipment within the EUPL and/or the Vendor’s Device List; and 3. Fully demonstrate the proposed pricing is in accordance with Contract Section 3.2.2, Preferred Pricing. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 1.6 Evolving Technology This section is applicable to all services and equipment, including devices. The Contractor shall ensure delivery of services and devices that keep pace with rapidly evolving technologies and related service plans. The Vendor’s Device List and EUPL must be kept up-to- date, in accordance with the process detailed within SOW Subsection 1.5, End User Price Lists and Vendor’s Device List, offering the latest generation of devices and related service plans. The Contractor’s IP infrastructure must provide evolving technologies and offer Customers the latest generation of telecommunications infrastructure and devices. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Provide a detailed description of the following: a. How Respondent will ensure delivery of services and devices that keep pace with rapidly evolving technology and related service plans. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 11 of 66 Attachment A: Statement of Work Mobile Communication Services b. Describe the Respondent's commitment and plan to offer the latest generation of installed infrastructure supporting MCS (the Respondent's IP infrastructure). [Enter response here – 1,500 words] 2. Contractor Staffing This section is applicable to all services. The terms “Contractor staff” and “staff” include all staff employed by the Contractor providing services under the Contract and by its subcontractors providing services under the Contract. The Contractor shall provide sufficient, qualified staff to oversee and carry out the services of this Contract. The Contractor shall designate individuals in its organization to be contacts for DMS and its Customers in accordance with the following subsections. 2.1 Staffing Responsibilities 1. The Contractor staffing responsibilities include conducting all components of the Contract in a timely, efficient, productive, consistent, courteous, and professional manner. 2. The Contractor shall provide a sufficient number of Contractor staff to handle the workload projected for the start of the Contract and shall be scalable and flexible so staffing can be adapted as needed. 3. The Contractor shall devote the staffing time and resources necessary to successfully manage the Contract and provide the ongoing services, including having sufficient staff available for telephonic, email, and on-site consultations. 4. The Contractor shall provide each of its staff members orientation and training on all components of the Contract prior to allowing the staff member to work on any component of the Contract. The Contractor shall provide the DMS Contract Manager with documentation of this training upon request. 5. Key Staff. a. The Contractor shall initially fill all key staff positions and keep the key staff positions filled throughout the term of the Contract. Key staff positions will be filled within thirty (30) days from Contract execution. Attachment C, SLA-A1(a). b. The Contractor will only fill key staff positions with persons that fulfill the minimum job qualifications in accordance with this Section 2, Contractor Staffing. c. DMS reserves the right to review and approve candidates being considered by the Contractor for a key staff position described in this Contract. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 12 of 66 Attachment A: Statement of Work Mobile Communication Services d. DMS reserves the right to require the replacement of any staff who serve in a key staff position or as part of the Customer Support Team, and the Contractor shall remove such staff no later than ninety (90) calendar days’ from the date of DMS’s notice to the Contractor. e. Waiver. The Contractor may request a waiver of SLA-A1(b) from the DMS Contract Manager if it believes it has good cause to not fill a key staff position within the required timeframe. DMS will review any such requests on a case-by-case basis and respond within a reasonable timeframe. Determination of all waiver requests are at the sole discretion of DMS. SLA-A1(b) will be on hold while the Department is reviewing a request for waiver. f. Vacancy. i. It is understood and agreed that from time to time a vacancy may occur in key staff positions. For purposes of this Contract, a vacancy occurs when: the position is not initially filled; the position is not filled due to a resignation, retirement, termination, or reassignment; or the position is filled with a person who does not possess the minimum qualifications required to perform the job duties. A vacancy does not occur when: an employee is temporarily absent due to vacation, sick leave, or other temporary leave condition, such as training. In the case of a vacancy, the Contractor may arrange for the job duties to be provided by another employee who meets the minimum job qualifications until this position is filled. However, a temporary assignment will not suspend any Contractor Staffing SLAs. Key staff positions will be filled within ninety (90) days of vacancy or within the timeframe established by the Department after a waiver of the ninety (90) day requirement. Attachment C, SLA-A1(b). ii. The Contractor shall notify DMS of all vacancies of key staff positions within fourteen (14) days of the vacancy. Attachment C, SLA-A1(c). 6. Staffing Organization Chart. The Contractor shall develop a Staffing Organizational Chart to be implemented throughout the Contract term. Attachment C, SLA-A2. The chart will include all staff resources assigned to all components of the Contract to be approved by DMS. The final Staffing Organizational Chart must contain names, titles, and number of staff (full-time and part-time) proposed to support the Contract. The Contractor’s final Staffing Organizational Chart shall include a justification for the number of staff and the percentage of time each staff person will devote to the Contract. 7. Staffing Deficiencies. The Contractor is required to provide sufficient, competent, and capable staff to provide complete and timely services as required by the Contract. In the event DMS determines the Contractor has a staff deficiency, it will notify the Contractor in writing. A staff deficiency will include, at the Department’s discretion, insufficient number of staff, or insufficient level of competency in staff, to provide complete and timely services under this Contract. A staffing deficiency will also include the retention of staff thirty (30) days past a Department Contract Manager’s requirement to remove that staff member. The Contractor must remedy the identified staffing deficiencies by adding or replacing staff as required by the Department. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 13 of 66 Attachment A: Statement of Work Mobile Communication Services Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Provide a detailed description of the following: a. How Respondent will ensure the dedication of its proposed key staff positions, including the proposed percent of time dedicated to DMS; b. How Respondent will be prepared at all times to recruit credentialed, appropriately licensed, and highly qualified staff and the recruitment process for staff that will be assigned to the Contract; c. Respondent’s orientation and training for Respondent’s staff assigned to the Contract; d. How Respondent will ensure it employs all required positions and that there are sufficient staff to complete all requirements initially and throughout the duration of the Contract. [Enter response here – 1,500 words] 2.2 Key Staff Position - Account Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Account Manager as the primary contact for DMS, unless DMS determines an exclusive Account Manager is in DMS’s best interest at any point during the Contract term, including renewals. This is a required key staff position. The Contractor is required to provide a full-time Account Manager for all services under the Contract. The Account Manager will be the senior manager and primary contact with responsibility for all day-to-day MCS issues, including, but not limited to, coordination and resolution of all MCS activities. The Account Manager will be a senior staff member able to carry DMS concerns to the Contractor’s management personnel. The Account Manager or designated backup(s) must be available twenty-four (24) hours a day, 365 days of the year. The Account Manager is required to participate in the various workgroups to accomplish services available under MCS. The Account Manager shall possess the following minimum qualifications: 1. A minimum three (3) years’ experience working with government clients in a government account management or sales role. 2. A knowledge of government business practices, including State practices and practices of Customers. 3. At least three (3) years’ work experience in the telecommunications industry. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 14 of 66 Attachment A: Statement of Work Mobile Communication Services 4. Strong verbal and written communication skills, including the ability to communicate effectively at all levels of an organization. If the Contractor is providing Public Safety Services, the Account Manager must have experience in the Public Safety proposed services. 2.3 Key Staff Position - Project Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Project Manager, unless DMS determines an exclusive Project Manager is in DMS’s best interest. This is a required key staff position. The Project Manager shall oversee and take on the responsibility for the success of all projects. This individual will be the point of contact to coordinate all implementation and migration with DMS. This individual will manage and direct the planning of the Contractor’s staff and resources. The Project Manager is required to participate in the various workgroups to accomplish services available under MCS. The Project Manager shall possess the following minimum qualifications: 1. The ability to be responsible for every aspect of all projects related to this Contract. 2. The ability to lead and direct teams to deliver projects within the constraints of schedule, budget, and resources. 3. Demonstrated knowledge and experience to appropriately apply a project management methodology to projects. 4. Experience using Microsoft Project and the ability to keep all projects updated frequently and accurately. 5. A current Project Management Professional certification from the Project Management Institute, Scrum Master Certification from Scrum Alliance, CompTIA Project+ certification from CompTIA, a Lean Six Sigma certification, or other equivalent project management certification approved in writing by DMS. 2.4 Key Staff Position - Business Operations Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Business Operations Manager, unless DMS determines an exclusive Business Operations Manager is in DMS’s best interest. This is a required key staff position. The Business Operations Manager shall oversee business operations, including billing, ordering, and related business operational procedures. The Business Operations Manager, acting as the DMS advocate, will be a Contractor senior staff member able to carry DMS concerns to the Contractor’s management personnel. As the advocate, the individual must have the authority to direct the Contractor’s staff to effect business operational procedures and related outcomes. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 15 of 66 Attachment A: Statement of Work Mobile Communication Services The Business Operations Manager is required to participate in the various workgroups to accomplish services available under MCS. The Business Operations Manager shall possess the following minimum qualifications: 1. A minimum of three (3) years’ experience working with government clients. 2. Knowledge of government business practices, including State practices and practices of Customers. 3. Strong verbal and written communication skills, including the ability to communicate effectively at all levels of an organization. 2.5 Key Staff Position - Engineering and Design Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Engineering and Design Manager, unless DMS determines an exclusive Engineering and Design Manager is in DMS’s best interest. This is a required key staff position. The Engineering and Design Manager shall function as the point of contact for all engineering and design issues. The individual will be responsible for directing all aspects of engineering and design concerns for the services. The individual must have the authority to direct the Contractor’s staff. The individual or designated backup(s) must be available twenty-four (24) hours a day, 365 days of the year to manage and oversee restoration of services and to respond to State requests. The Engineering and Design Manager is required to participate in the various workgroups to accomplish services available under MCS. The Engineering and Design Manager shall possess the following minimum qualifications: 1. A minimum of three (3) years’ experience leading an engineering team responsible for services similar in size and scope to services available under MCS. 2. A Bachelor of Science degree or higher in an engineering discipline. Equivalent foreign degrees are also acceptable. 3. Five (5) years or more of engineering work experience. 2.6 Key Staff Position - Operations and Security Manager The Contractor shall assign a dedicated, but not necessarily exclusive, Operations and Security Manager, unless the Department determines an exclusive Operations and Security Manager is in DMS’s best interest. This is a required key staff position. The Operations and Security Manager shall serve as the engineer capable of communicating with other engineers as needed to resolve day-to-day issues. The individual will communicate with DMS and engineers from other Contractors providing telecommunications to the State and, if applicable, subcontractors. The individual will function as the point of contact for the day-to-day networking, service, and security issues, typically those involving real-time concerns. The DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 16 of 66 Attachment A: Statement of Work Mobile Communication Services individual must have the authority to direct the Contractor’s staff. The Operations and Security Manager, or a designated backup(s), must be available twenty-four (24) hours a day, 365 days of the year as required to manage operational and security concerns and respond to State requests. The Operations and Security Manager is required to participate in the various workgroups to accomplish services available under MCS. The Operations and Security Manager shall possess the following minimum qualifications: 1. A Bachelor of Science degree or higher in a computer science, information technology, engineering, or similar discipline. Equivalent foreign degrees are also acceptable. Equivalent work experience of five (5) years is acceptable. 2. Experience with business continuity and disaster recovery, including experience in development of disaster recovery plans. 3. Experience with information security architecture and security tools. 4. Knowledge of telecommunications industry best practices for service performance and security and applicable laws and regulations as they relate to security. 5. Knowledge of current technologies and processes used to establish and maintain networks with respect to security of MCS. The Operations and Security Manager should possess the following minimum qualifications: 1. It is preferred, but not required, that the Operations and Security Manager be a Certified Information Security Manager, a Certified Information Systems Security Professional, or hold another current industry-recognized security certification. 2.7 Customer Support Team The Contractor shall provide a Customer Support Team for this Contract. This team is not required to be full-time staff (part-time staff is acceptable) or exclusively dedicated to this Contract. However, the appropriate amount of staff at any given time (for example evening, weekend and holiday staffing may be less than weekday business hours) from the Customer Support team must be available twenty-four (24) hours a day, 365 days of the year. The Customer Support Team shall provide: 1. Timely Customer training in reaction to changes in services and features offered. 2. Timely resolution of service requests. 3. Full staffing for projects to implement new technologies, related services, and equipment features that are supported by the industry. 4. Timely closure for operational changes. 5. All applicable deliverables by the due dates as provided in the SLAs. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 17 of 66 Attachment A: Statement of Work Mobile Communication Services The Customer Support Team shall include at least one (1) named individual to act as the CSAB Administrator, with responsibilities described in Subsection 5.7, User Access Privileges for the Contractor. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3. Services and Devices for Mobile Communication Services 3.1 Wireless Voice Services This subsection is applicable only to WVS. The Contractor must provide WVS using digital technology as the primary communication mode. WVS will include cellular phones, smart phones, tablets, and other similar devices capable of making voice calls to cellular devices and to traditional phones on the PSTN. WVS will also include broadband access for email, internet browsing, texting, and numerous applications, such as those providing real-time traffic information. International calling must be disabled by default, but Customers will be permitted to place an order to enable international calling. The Contractor shall provide Customers with the option of having texting disabled. The Contractor will coordinate directly with the Customer regarding texting capabilities. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.2 Wireless Data Service This subsection is applicable to only Wireless Data Service. The Contractor must provide WDS. The Contractor will provide non-proprietary wireless broadband data communications. For State agencies, security policy requires the Contractor’s broadband data access to terminate on MFN by default. There may be instances where the Department’s policy will permit broadband data access to terminate directly on the internet. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 18 of 66 Attachment A: Statement of Work Mobile Communication Services 3.3 Wireless Data Service - IP Addresses This subsection is applicable to only Wireless Data Services. The following are minimum requirements: 1. DMS will provide the Contractor work orders containing IP addresses to be associated with wireless devices. The Contractor must configure MCS devices with IP address as part of the activation and setup for the device. The Contractor must configure both 1) public IP addresses owned by the State and Other Eligible Users and 2) private IP addresses furnished by DMS and Other Eligible Users. Since not all private IP address space is available for use on MFN, a mutually agreed upon private IP address allocation block assignment (or other agreed upon method) will be finalized within the negotiation process. 2. The Contractor is required to provide publicly routable IP addresses as needed to support all Customers. 3. The Contractor will associate a particular wireless device with its closed user group (if any). The Contractor will assign an IP address to each wireless device and update the work order in CSAB with the specific IP address assigned before the Contractor closes the work order. A record of each closed user group and the associated wireless devices (including the electronic identifier and IP addresses) is maintained in CSAB. 4. The IP address assigned to a particular wireless device must be permanently assigned unless and until a work order provides that the Contractor change the address. Static IP addressing is acceptable as long as the address is coded (hard or electronically) within the device permanently. A unique IP address dynamically assigned to the device is acceptable as long as the address remains permanently assigned to that particular device. The dynamic IP address assignment mechanism must permanently assign the same address to the same device from an IP address pool assigned to a particular closed user group. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.4 Wireless Data Service – Access Circuit This subsection is applicable only to Wireless Data Services. Where Customers have non-MFN networks (for example, non-State Agency Other Eligible Users), Contractors may utilize the Contract to provide their End-users with wireless connectivity into that Customer’s network. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 19 of 66 Attachment A: Statement of Work Mobile Communication Services This design requires an access circuit between the Contractor’s IP networks and an Other Eligible User’s (OEU’s) network. These access circuits are not offered by DMS as a SUNCOM service. DMS is not involved in ordering, billing, provisioning, payment, network support, or other aspects of these circuits. OEUs utilize their organization’s procurement procedures to purchase their access circuit. All aspects of this wireless connectivity access are the responsibility of the OEU’s organization and the Contractor, not DMS. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 20 of 66 Attachment A: Statement of Work Mobile Communication Services 3.5 Wireless Data Service - Closed User Groups This subsection is applicable to only Wireless Data Services. The Contractor must develop, implement, and maintain a closed user group isolation method for WDS. The design must result in the segregation of all IP traffic into individual closed user groups. DMS may consider a virtual circuit, Virtual Local Area Network, or Virtual Routing and Forwarding (VRF) to be an acceptable closed user group design configuration method. Other Contractor- provided isolation methods are acceptable as long as the isolation method provides equivalent isolation design outcomes, as determined by DMS. The Contractor-created and maintained isolation method is required to be in continuous operation providing separation of wireless data traffic into distinct closed user groups. At all points between the wireless data device and MFN, Customer traffic must be isolated from all other traffic within the Contractor’s IP networks. There must be no alternate paths into or out of the isolated environment and no means for other entities or devices to access the isolated environment. The Contractor will place each device in the closed user group as defined by the CSAB work order. Customers will have the ability to have multiple closed user groups configured within the Contractor’s IP networks. No IP communications will be permitted between closed user groups within the Contractor’s IP networks. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 21 of 66 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.6 Wireless Data Service – Network-to-Network Interface Design This subsection is applicable only to Wireless Data Services. The Contractor must work with DMS and the MFN contractor to establish a network-to-network interface as shown in Figure 4 to route wireless data traffic across the internet to MFN. For redundancy, the interface design must use IPsec tunnels which connect to two (2) geographically separate gateways approved by DMS. In each network-to-network interface location the Contractor must provide equipment and a corresponding design that will function as an IPsec Virtual Private Network (VPN) concentrator. Each interface will be configured with internet connectivity for the concentrators. The interface DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 22 of 66 Attachment A: Statement of Work Mobile Communication Services design must utilize a primary and secondary interconnection scheme preventing any downtime or performance impact to the connectivity with MFN or downtime for the service. Each interface will function equivalently, including the available internet bandwidth capacity, operational software images, and overall configuration. The interface locations must always automatically failover. The interface design must support VPN connectivity through the use of IPsec tunnels between the Contractor’s IP networks and MFN. The Contractor configures IPsec tunnels to create closed user groups for traffic between the Contractor’s IP networks and MFN. The Contractor routes closed user group traffic originating in the Contractor’s IP networks to MFN via the internet, in coordination with DMS and the MFN contractor. Using a design selected by the Contractor and approved by DMS, wireless data devices must be provisioned to continuously operate within closed user groups. The interconnectivity design, agreed on by the Contractor and DMS, must provide redundancy with automatic failover between MFN’s two (2) VPN interconnection locations. The Contractor’s interconnectivity design must be configured for the Contractor to monitor network connectivity between the Contractor’s IP networks and MFN. In the event of a connectivity issue between the Contractor’s network and MFN, the interconnection design must automatically failover and start DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 23 of 66 Attachment A: Statement of Work Mobile Communication Services routing traffic within the failover metric. Attachment C, SLA-B1. Successful failover means the interconnection with MFN operates without any loss of performance compared to the interconnection performance prior to failover. Performance is measured by the Contractor’s suite of Simple Network Management Protocol (SNMP) tools. After the failure has cleared the Contractor’s interconnectivity design will, over time, automatically reestablish the tunnels to the MFN primary concentrator. The Contractor is not responsible for connectivity loss if the MFN VPN concentrators fail simultaneously. DMS will provide the Contractor with the configuration parameters for each closed user group’s IPsec tunnel. The Contractor must adhere to the configuration parameters while provisioning the concentrators. The Contractor must configure a unique IPsec tunnel for each closed user group’s IP traffic as specified by DMS. The closed user group naming convention (or network identifier) will be mutually agreed upon by DMS and the Contractor. Each closed user group’s network identifier must correlate to a unique IPsec tunnel. DMS will provide the Contractor with the MFN tunnel termination IP addresses, IPsec pre-shared authentication keys, and tunnel configuration parameters for each tunnel. All information regarding IP addresses, IPsec authentication keys, and tunnel configuration parameters must be treated as secure State data. At no time will the Contractor transmit this information in clear text. The Contractor must configure each unique IPsec tunnel to terminate on the primary MFN IPsec concentrator and also configure the tunnel to failover to the MFN secondary IPsec concentrator. DMS will provide the Contractor with two (2) unique publicly routable IP addresses for each closed user group’s IPsec tunnel (primary and secondary). The Contractor will use one (1) of the two (2) addresses to terminate the tunnel at the MFN primary concentrator location, and the other address will be used to terminate the failover tunnel at the MFN secondary concentrator location. The Contractor must provide and use at least two (2) publicly routable IP addresses for its IPsec interconnection design; one (1) IP address for the primary tunnel termination and one (1) to terminate the secondary tunnel. The Contractor will ensure that each wireless data device that traverses the IPsec interconnection will have a unique IP address permanently configured within the wireless modem or device (smartphone, handheld computer, laptop, etc.). Using the IP address provided by the Contractor, the Contractor must statically or dynamically assign each device within a unique closed user group a permanent IP address. The Contractor must configure each unique closed user group within its IP networks using the applicable IP addresses. At the MFN ingress point, each closed user group must be logically mapped into the appropriate MFN VRF. Adds, moves, or changes within a closed user group’s configuration require a work order. The Contractor must upgrade the network-to-network interface when the encrypted throughput, processor utilization, or port speed reach seventy-five percent (75%) of capacity. Internet bandwidth must be upgraded by the Contractor if bandwidth utilization reaches seventy-five percent (75%) of capacity. All network-to-network interface upgrades must improve capacity by DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 24 of 66 Attachment A: Statement of Work Mobile Communication Services at least twenty percent (20%). Attachment C, SLA-B2. All upgrades are at no cost to the Department or Customers. The Contractor will give DMS, and the MFN network monitoring tools, read-only SNMP access to monitor performance of the network, including network-to-network interface components. The Contractor must establish monitoring of SNMP performance metrics, which are measured over each five-minute sample. The primary and secondary VPN concentrators must support the following IPsec parameters: IPsec Parameters IKA (SA) Main Mode Encryption Strength 3DES Authentication Pre-Shared Key Diffie-Hellmans (D-H) Groups 2 or 5 (group-5 preferred) Perfect Forward Secrecy Pfs Data Integrity Hash Algorithm SHA IPsec (SA) Quick Mode Security Association (SA) Lifetime 86,400 seconds (maximum) Authentication Type HMAC-SHA Security Association (SA) Lifetime 28,800 seconds (maximum) Simultaneous Active Tunnels 1,000 (minimum) Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Describe the Respondent’s commitment to the appropriate industry standards. 3. Describe the design. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 25 of 66 Attachment A: Statement of Work Mobile Communication Services 4. Describe the portion of the design used to trigger the automatic failover. 5. Describe the failover and failback processes. 6. Describe how you will maintain the security of your MFN interconnection. [Enter the response here as needed to provide a complete response] 3.7 Wireless Data Service –Traffic Mapping into MyFloridaNet This subsection is applicable to only Wireless Data Services. The Contractor shall coordinate and communicate with the MFN contractor and other MCS Contractors. For traffic to MFN, the Contractor must route wireless data traffic across the Contractor’s IP networks utilizing IPsec tunnels (one (1) unique IPsec tunnel per closed user group). DMS retains control related to security policies on access into MFN and its intranet as well as IPsec tunnel configuration parameters. All Customer wireless traffic must be in a closed user group within a unique IPsec tunnel in a manner such that it can be mapped into the appropriate MFN VRF by the MFN contractor. If permitted by the applicable Department security policies, once wireless data traffic is within MFN it accesses the internet via the MFN firewall. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 26 of 66 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.8 Wireless Data Service – Traffic Directly to the Internet This subsection is applicable to only Wireless Data Services. Customers can have their traffic sent directly to the internet. Routing wireless traffic direct to the internet provides simplicity for connectivity to web-servers and web-based applications. Sending traffic to the internet also permits Customers to use encrypted VPN traffic to access their IP networks via a Public VRF connection. For this connectivity, the Contractor is not responsible for the reliability of traffic within the internet. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 27 of 66 Attachment A: Statement of Work Mobile Communication Services The Contractor is not required to create closed user groups for Customers that have their traffic routed directly to the internet. Under this option, the Contractor is not required to permanently assign the same IP address to a particular wireless device. When MCS traffic is routed directly to the internet, if the MCS Customer is not an MFN Customer, they do not have to comply with DMS security policy restrictions for traffic to MFN. The Contractor must comply with DMS security policies and those policies of the OEUs. Specifics of the DMS security policy requirements will be detailed in the post-Contract engineering meetings and may vary during the life of the Contract. A synopsis of the MFN security policy. MFN Customers must access the internet via the MFN firewall and avoid using an alternate internet access that might create a backdoor into MFN. Under certain restrictions, MFN security policy permits MFN Customers to use remote-access VPN connectivity to gain access to their MFN intranet network. The Contractor is not responsible for the specifics of how Customers configure their VPN connectivity. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 28 of 66 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read and understands the statements contained in this subsection. 3.9 Wireless Data Service - Test Plan This subsection is applicable to only Wireless Data Services. The Contractor is responsible for on-going testing of the WDS’s transport system (the interconnection between MCS and MFN) to ensure proper performance. The Contractor is responsible for testing each component, including wireless modems (before and after installation, if requested by the Customer), interconnection, interconnection failover, and closed user group configurations. The Contractor must demonstrate successful interconnection failover for each tunnel between the primary and secondary VPN concentrators as part of the Services Infrastructure Checklist signoff and as required by DMS. All test plans and actual testing must be coordinated with and approved by DMS and the Customer. The test plan need only cover WDS elements. Once approved by DMS, the plan must be included in the WDS Operations Guides. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.10 State of Florida Coverage The Contractor shall: 1. Provide the same or better level of coverage as that described in the Contractor’s Reply; 2. Maintain up-to-date State coverage maps on its website, accessible to all Customers. 3. Provide service strength with as much4G/4G LTE or better (5G) service coverage as possible. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing all minimum requirements listed above. 2. Describe the Respondent’s State geographic coverage. 3. Demonstrate in detail any future plans for enhancement and expansion of the Contractor’s State coverage. 4. Provide a service area State coverage map. The map shall be geographically accurate and drawn to a scale of 1:1,000,000 (1 inch=15.78 miles) or less. The coverage map DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 29 of 66 Attachment A: Statement of Work Mobile Communication Services shall include, at a minimum, county boundaries, cities, and major highways. Note the decibel (db) level used in maps for the Respondent’s acceptable service level. [Enter the response here as needed to provide a complete response] 3.11 Roaming This subsection is applicable to both WVS and WDS. The Contractor must not charge for roaming within the Contractor’s nationwide footprint. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.12 Security This subsection is applicable to both WVS and WDS. The Contractor must ensure that all traffic is secured between the Customer’s device and the Contractor’s antenna/tower (i.e., the air link in Figure 1). Encryption across the air link is not required as long as the traffic transport method provides security equivalent to IPsec 56-bit strength. No wireless traffic transport is permitted that does not meet this minimum traffic transport security requirement. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 30 of 66 Attachment A: Statement of Work Mobile Communication Services In addition to the minimum security requirements elsewhere in this SOW, the Contractor must continually enhance its ongoing security features. The Contractor’s security features must block unauthorized access into MFN and OEU networks and thwart potential attacks. The Contractor must maintain physical, electronic, and procedural safeguards to protect the security of its internal systems as well as MFN and OEU networks. The Contractor must secure traffic by employing strong user authentication, making certain only authorized devices connect to the Contractor’s wireless network, the MFN network, and OEU networks. The authentication process must associate the End-user to a particular device. The Contractor must implement internal and external security procedures to guard its networks and applications against unauthorized access. The Contractor will provide DMS a copy of the Contractor’s associated security procedures upon request. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 31 of 66 Attachment A: Statement of Work Mobile Communication Services The Contractor must perform fraud detection, monitoring, and prevention services consistent with industry common best practices on a 24x7x365 basis to reduce Customer vulnerability to fraudulent activities. Fraudulent calls will be the sole responsibility of the Contractor. DMS and its Customers will bear no responsibility for such calls, including, but not limited to, number theft by cloning, multiple calls at the same time, international calls on an unauthorized telephone, and calls to areas of known fraud. The Contractor shall proactively monitor calling volume and patterns. The Contractor shall immediately report unusual calling volumes and patterns to the Department and Customer, such as usage or cost doubling from the previous month. If fraud is detected outside of normal business hours, the Contractor will notify the Department’s Product Manager and Customer via email. Should the Department or Customer declare such activity as fraudulent, the Contractor shall immediately deactivate the service. Given the statements in this subsection: 1. Describe in detail how the Respondent’s proposal will fulfill the minimum requirements of this subsection. 3.13 Reviews of the Contractor’s Service This subsection is applicable to both WVS and WDS. DMS Test Accounts. Upon request from DMS, the Contractor shall provide up to ten (10) WVS accounts and associated devices (with voice and broadband feature functionality) and up to ten (10) WDS accounts and associated devices to allow DMS to test the Contractor’s service. All test devices must be premium (highest functionality) devices. All test accounts and devices must be configured to operate only on the Contractor’s network throughout the continental United States. The Contractor must provide the test accounts and devices at no charge and with no limitations on DMS’s use of the accounts and devices. DMS will administer the test accounts, including activating, deactivating, and supervising. Customer Demonstration Reviews. Prior to making an initial order for service, Customers may request, and the Contractor will provide, wireless demonstration equipment (including airtime) for testing. All demo accounts and devices must be configured to operate only on the Contractor’s network throughout the continental United States. Demo devices must be provided at no charge for thirty (30) Business Days. The Contractor will post on its portal the step-by-step procedures to obtain the demo devices. The Contractor shall coordinate directly with the Customer regarding demo accounts and devices. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 32 of 66 Attachment A: Statement of Work Mobile Communication Services 3.14 Emergency Services This subsection is applicable to both WVS and WDS. The Contractor shall provide emergency services, a crucial aspect of MCS, as described in this section. 3.14.1 911/E911 The Contractor is required to fully comply with federal and State-mandated emergency service requirements, including 911 and E911 services. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.14.2 Department of Homeland Security Programs The Department of Homeland Security (DHS) Cybersecurity and Infrastructure Security Agency's (CISA) Emergency Communications Division (the Office) collaborates with the public and private sectors to ensure the national security and emergency preparedness communications community has access to priority telecommunications and restoration services to communicate under all circumstances. The Office manages the Government Emergency Telecommunications Service (GETS), Wireless Priority Services (WPS), Telecommunications Service Priority (TSP), and Next Generation Network Priority Service (NGN-PS) programs. The Contractor must participate in at a minimum TSP, GETS, WPS, and NGN-PS in support of the State’s emergency preparedness efforts. For additional information see https://www.dhs.gov/oec-communications-portfolio-management. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.14.3 Emergency Support Function 2 Background. DMS provides communications assistance during emergencies and disasters. DMS is the lead agency for communications under direction of the Florida Division of Emergency Management. Section 282.702(7), F.S., directs DMS to cooperate with any federal, state, or local emergency management agency in providing for emergency communications services. DMS is the first point of contact for telecommunications service providers for equipment and services coordination to provide communications support statewide before, during, and after emergencies or disasters. The National Response Framework is part of the United States DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 33 of 66 Attachment A: Statement of Work Mobile Communication Services National Strategy for Homeland Security, which details fifteen (15) Emergency Support Function Annexes. In Florida, the DMS Emergency Support Function 2 (ESF-2) consists of a dedicated team of telecommunications professionals with expertise in radio systems, voice/data/network communications, and project management. The Contractor is required to participate in ESF-2 activities and respond to the needs of the State. The Contractor shall deliver the specified quantity (up to 100 of each) of activated wireless (WVS and WDS) devices within twenty-four (24) hours of receiving the ESF-2 request. The devices will be delivered at Contract costs, with the only additional cost being reasonable expedited shipping. The Contractor shall use commercially reasonable efforts to deliver devices to any accessible (officially ordered safe to enter) location within the Contractor’s service area as directed by ESF- 2. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.15 Contractor’s Service Delivery Costs This subsection is applicable to both WVS and WDS. The Contractor will not charge the Department or Customers for service delivery or infrastructure costs. The Contractor can only charge for services and equipment contemplated in the EUPL, Vendor’s Device List, and the Contract. There will be no costs to activate a service or device. Customers may cancel service at any time without any costs. The Contractor is financially responsible for its connection to MFN, including, but not limited to, the network-to-network interface, VPN concentrators, circuits, infrastructure components, bandwidth upgrades, equipment, and software. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.16 Highly Available and Highly Reliable Design Characteristics MCS functionality provides support for mission-critical agency Customers. The Contractor shall provide infrastructures, hardware, software, and processes designed to be HA/HR, by, at a minimum: DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 34 of 66 Attachment A: Statement of Work Mobile Communication Services 1. Providing designs to eliminate single points of failure, including minimal convergence times. 2. Utilizing redundant (or backup systems) hardware and software providing continuous availability when a critical component fails or is removed from service for maintenance. 3. Utilizing automated interactions between systems or services to detect when a component has failed. 4. Utilizing multiple physical data paths within an infrastructure to eliminate a potential impact on performance when a path fails or is taken out of service. 5. Utilizing equipment with dual power supplies plugged into separate sources of power, which may include the use of a generator for backup power. 6. Maintaining the entire MCS infrastructure at normal operational functionality and not permitting anything to impact performance, regardless of cause. Given the statements in this subsection: 2. Describe in detail the proposed offering for this subsection, addressing the design objectives listed above. 3. Describe how the Respondent will provide validation of their HA/HR design to DMS allowing DMS to perform Contract oversight. [Enter the response here - 500 words] 3.17 Reports, Updates, and Notifications Requirements This subsection is applicable to both WVS and WDS. DMS requires the following reports and data, at a minimum, to accomplish Contract oversight: 1. The Contractor shall provide reports, updates, and notifications in accordance with the following section and subsections of this SOW: a. Monthly SLA Compliance Report, SLA-B3 (Subsection 3.18.5) b. Monthly Escalation Activity Report, SLA-B4 (Subsection 3.19.1) c. Quarterly Zero Usage Report, SLA-B5 (Subsection 3.19.2) d. Escalation Procedure and Escalation Procedure Updates, SLA-B6 (Subsection 3.19.3) e. Maintenance Notifications, SLA B7, B8, B9 (Subsection 3.19.4) f. Weekly Transition Status Reports during Transition (Subsection 3.24) g. Project Management Tracking Log, SLA-D9 (Subsection 3.26.2.2) h. Project Status Report, SLA-D10 (Subsection 3.26.2.3) i. Incumbent Contractor Weekly Migration Report, SLA-D14 (Subsection 3.26.5) j. Non-incumbent Contractor Weekly Migration Report, SLA-D15 (Subsection 3.26.5) DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 35 of 66 Attachment A: Statement of Work Mobile Communication Services k. Monthly Public Safety Service Plans and Devices Report, SLA-E1 (Section 4) l. Direct-Billed Accounts Monthly Report, SLA-G2 (Subsection 6.4) m. Direct-Billed Accounts Quarterly Report, SLA-G3 (Subsection 6.5) 2. The Contractor shall provide any of the items below upon request from the Department: a. Identification and validation of products/services and rates; b. Compilation of statistics on products/services from a high level to a detailed level; c. Inventory of devices; d. Services and devices trend information; e. Identification and validation of Contractor’s Customer billing (to include all charges, service taxes, surcharges, refunds, and adjustments); and f. Ad hoc reports, which will be at no cost and include a report delivery timeframe within two (2) Business Days of receipt of request. Given the statements in this subsection: Describe in detail the proposed offering for this subsection, addressing all minimum requirements listed above. [Enter the response here – 250 words] 3.18 Service Level Agreement Operational Process This subsection and all sub-subsections are applicable to both WVS and WDS. 3.18.1 General SLA Requirements 1. The Contractor will pay SLAs by giving the Department a credit in the amount owed. If the last billing cycle of the service, the Contractor will refund the amount due in the form of a check. 2. SLA credits restart each month based on the review process and monthly billing cycle. 3. Unless there is an explicit reference to “business days,” all SLA credits are applicable based on calendar days. A calendar day starts at 12:00 AM and ends at 11:59 PM, Eastern Time. 4. All SLA credits are payable to DMS. 5. The billing reconciliation for SLA violations takes place once final determination of SLA credits has been completed. 3.18.2 Reporting and Review 1. Each month, the Contractor, its subcontractors, and DMS participate in a review and scrubbing of all data related to SLAs. Based on this review, credits are developed. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 36 of 66 Attachment A: Statement of Work Mobile Communication Services 2. DMS is not required to explicitly request or otherwise initiate the SLA review and validation process in order to receive SLA credits. 3.18.3 SLA Holds 1. If time is a factor in the calculation of the SLA, the SLA clock may be suspended, in the Department’s discretion, if the Contractor has documented in its ticketing system at least one (1) of the reasons listed below: a. The Customer provided incorrect information in its order, including an incorrect address. b. The Customer did not attend a confirmed scheduled appointment. c. The Customer was unresponsive to calls or emails. d. A site readiness requirement was not fulfilled by the Customer. 2. The SLA clock may also be suspended as identified in Attachment C – Service Level Agreements. 3. The Contractor shall troubleshoot to the fullest extent feasible, whether or not the SLA clock is suspended. 3.18.4 Contractor SLA Accountability 1. SLAs apply regardless of whether the violation was a result of human error, poor engineering design, tardy dispatch, dispatch without required repair or diagnostic tools, exceeding the scope of an approved maintenance change request that causes performance degradation (deterioration in quality, level, or standard of performance of a system, service, feature, or functionality), or any other reason. 2. With the exception of the Contractor’s failure to provide the requisite notice (see Section 3.19.4), SLAs will not apply during scheduled upgrade or maintenance windows (including emergency scheduled maintenance). SLAs will apply for all other service element impacts during and after the scheduled maintenance window. 3. DMS will make the final determination on the Contractor’s compliance with SLAs. 3.18.5 Compliance Report 1. The Contractor shall deliver a timely and comprehensive SLA Compliance Report on a monthly basis. The Contractor shall provide backup detail (justification) to DMS upon request. Final acceptance of this report is at the sole discretion of the DMS Contract Manager. The report will be provided to the DMS Contract Manager. Attachment C, SLA- B3. The SLA Compliance Report must: i. allow DMS to assess performance against measurable service levels; ii. include all SLAs in Attachment C – Service Level Agreements; iii. state “N/A” for SLAs for which no services have been delivered during the Implementation Phase; DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 37 of 66 Attachment A: Statement of Work Mobile Communication Services iv. not be locked or password protected; v. include adequate documentation, as determined by the Department, to demonstrate the Contractor’s reported monitoring; and vi. be approved by DMS with regard to format, content, and level of detail. 2. If the SLA Compliance Report fails to accurately reflect an SLA violation, additional information may be utilized by the Department in determining SLA compliance in the Department’s sole discretion. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.19 Customer Support This subsection is applicable to both WVS and WDS. The Contractor shall provide the following to the Department’s designated recipient(s): 1. Monthly Escalation Activity Reports. This report must be provided on a monthly basis and detail the number of calls and emails related to requests for escalation assistance for technical and administrative support. The format must allow DMS to understand the relative importance of the issues within the escalation queue. Relative importance could be determined by the number of devices impacted or the length of time the Customer has been attempting to obtain a resolution to the issue. The format, content, and level of detail must be approved by DMS. The report will be provided to the DMS Project Manager. Attachment C, SLA-B4. 2. Quarterly Zero Usage Reports. This report must include a high-level summary of End- user devices that show no usage (i.e., zero minutes, zero texts, and zero data) for three (3) consecutive months. The format, content, and level of detail must be approved by DMS. The report will be provided to the DMS Project Manager. Attachment C, SLA-B5. 3. Escalation Procedure and Escalation Procedure Updates. This procedure must be developed and employed for unresolved network issues, Customer issues, or concerns that are not addressed in a timely manner. The procedure must include names, titles, phone numbers, and email addresses of contacts in the Contractor’s escalation chain. The Contractor shall notify the DMS Product Manager in writing of any unresolved issues or issues that have been outstanding for more than ten (10) business days. Escalation procedures are to be updated by the Contractor when either DMS or the Contractor identify the need for an update. Attachment C, SLA-B6. 4. Notifications. Notifications must be for provided for planned, emergency, and unplanned maintenance. The Contractor shall send an electronic notification which informs DMS of 1) a planned maintenance which may potentially cause a service outage; 2) emergency maintenance when it may cause a service outage and when there is an outage impacting a generalized area; and 3) unplanned maintenance for significant unplanned DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 38 of 66 Attachment A: Statement of Work Mobile Communication Services maintenance and when there is a significant performance impact over a generalized area. The notification must include an impact statement, date, time, and estimated duration of the maintenance. Attachment C, SLA-B7, B8, and B9. 5. Customer Support Team. The Customer Support Team shall address situations on a daily basis that have not been addressed within the customer support processes. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Describe the process which will allow DMS to support its Customers and End-users with timely notifications. 3. Describe the corporate commitment to providing DMS the information it requires for notifications on significant performance impacts to WVS and WDS. 4. Describe the corporate commitment to providing DMS the necessary Customer Support Team staffing (resources) for escalations to address situations not readily addressed within the operational processes. 5. Describe the use of an escalation procedure related to situations which have not been addressed within the normal customer support processes. [Enter the response here as needed to provide a complete response] 3.20 Contractor’s MCS Portal This subsection is applicable to both WVS and WDS. The Contractor shall provide an easy-to-use MCS portal that allows Customers to manage their End-user WVS and WDS devices, device management, and associated services. At a minimum, the portal must allow Customers’ designated administrators to view the specifics of and add, change, and cancel devices and services. As changes are made, corresponding billing changes must take place automatically. The Contractor is responsible for the general content and management of and for hosting the portal. All MCS-specific content must be approved in writing by the DMS Product Manager before publication. The Contractor’s MCS portal must include, at a minimum: 1. service definitions; 2. available features and options; 3. training materials; 4. product support information; 5. ordering procedures; DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 39 of 66 Attachment A: Statement of Work Mobile Communication Services 6. user guides; 7. whitepapers; 8. equipment definitions and specifications; 9. maintenance information; 10. product configuration options; 11. diagrams; and 12. other information approved in writing by the DMS Product Manager. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. [Enter the response here - As needed to provide a complete response] 3.21 Devices This subsection is applicable to both WVS and WDS. The Contractor must provide all applicable software and firmware for each device offered under the Contract and corresponding support. The Contractor must provide a link to the manufacturer’s website where Customers can download current software updates/releases and software version release notes. The Contractor must work with the Customer and make a device recommendation based on a case-by-case analysis of the intended use of the device. All devices offered under MCS must be certified by the Contractor to operate with the performance parameters claimed by the manufacturer. The Contractor will remove any device that does not meet the manufacturer’s and the Contractor’s performance claims from the Vendor’s Device List. 1. Excluding activations involving number portability, the Contractor shall ship in-stock devices (including replacement devices) activated, registered, and ready-for-use. 2. If the Contractor is unable to ship in-stock devices, or if a device is out-of-stock, the Contractor must notify the Customer. 3. Account changes made in the MCS portal should be automatic, and account changes made by phone or email should be within one (1) Business Day, with the exception of devices that are out of stock or otherwise unavailable, and excludes account changes involving number portability. 4. Shipping and handling fees are the responsibility of the Contractor, except for emergency and/or expedited orders. During the ordering process, Customers have the ability to approve related expedite fees prior to shipment. Responsibility and liability for loss or damage for all orders shall remain with the Contractor until final inspection and acceptance, when all responsibility shall pass to the Customer. 5. The Contractor shall provide credit and/or replacement for freight-damaged or defective items and replace the items within two (2) Business Days after notification by the DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 40 of 66 Attachment A: Statement of Work Mobile Communication Services Customer. The Contractor shall provide expedited 24-hour delivery as requested by the Customer for new, replacement, and upgrade devices. 6. The Contractor may invoice the Customer an expedite charge. 7. The Contractor will be responsible for the credit and/or replacement of any freight- damaged or defective products at time of delivery. The Contractor shall not require the Customer to deal directly with the manufacturer. Within five (5) Business Days of a Customer’s request, the Contractor shall provide the Customer with a prepaid return label or prepaid self-addressed container suitable for the item’s return. 8. The Contractor must accept returns of items shipped in error and credit the Customer for the full amount. Within five (5) Business Days of the Customer’s request, the Contractor shall provide the Customer with a prepaid return label or prepaid self-addressed container suitable for returning the item. Delivery of correct items will be at no cost to the Customer. 9. The Contractor shall not impose any restocking fee under any circumstance. 10. Device provisioning errors must be corrected by the Contractor. 11. The Contractor shall not provide salvaged, distressed, outdated, or discontinued merchandise. 12. The Contractor shall obtain and pass through to the Customer any and all warranties obtained or available from the manufacturer/licensor of the cellular product. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing all minimum requirements listed above. [Enter the response here – 250 words] 3.22 Cooperation with Other Contractors This subsection is applicable to both WVS and WDS. The Contractor must fully cooperate with DMS, Customers, and other contractors providing telecommunications services to the State. The Contractor must not commit or permit any act which will interfere with the performance of work by any other Contractor or Customers. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. 2. Describe the corporate commitment to interact and work collaboratively with other Contractors and subcontractors, creating a team of SUNCOM service providers. [Enter the response here - 100 words] DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 41 of 66 Attachment A: Statement of Work Mobile Communication Services 3.23 Customer Migration This subsection is applicable to both WVS and WDS. This subsection addresses the migration to services under this Contract. Attachment C, SLA- B10. The Contractor shall: 1. Provide all reporting activities listed in SOW subsection 3.27.5(1)(b) and SOW subsection 3.27.5(1)(c). 2. Assist as necessary to migrate existing Customers to this Contract. 3. Not charge any non-recurring charges as part of the migration. 4. Not charge for service activations and SIM cards. 5. Provide end-users with the option to maintain their existing cellular device(s) and/or phone number(s) at no charge. 6. Coordinate and communicate with DMS and Customers throughout all aspects of the migration. 7. Complete the migration in one-hundred and twenty (120) calendar days. a. For incumbent Contractors, this commences with DMS acceptance of the Services Infrastructure Checklist and ends when all Customers are identified as either migrated or no longer receiving services from the Contractor. b. For non-incumbent Contractors, this commences with DMS acceptance of the Services Infrastructure Checklist and ends when all Customers identified as purchasing services from the non-incumbent Contractor are migrated. c. Migration does not include new Customers or Customers changing their services after migration. Given the statements in this subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. [Enter the response here – 1,000 words] 3.24 Transition for Future Iterations of this Service This subsection is applicable to both WVS and WDS. This subsection defines requirements associated with the end of the Contract to transition to the replacement contract for future iterations of these services or similar services. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 42 of 66 Attachment A: Statement of Work Mobile Communication Services The Contractor shall provide transition duties until all Customer services have been transitioned, migrated, or discontinued and the Contractor has billed Customers their final invoices and resolved all disputed charges. The Contractor shall develop and implement a transition plan and perform all tasks identified in the plan in a timely manner to mitigate service disruptions (see subsection 3.23). The Contractor shall participate in meetings with the State, Customers, and other service provider(s) as reasonably required by the State in planning for the transition. There shall be no additional cost to DMS or Customers for transition activities. The Contractor shall timely and consistently coordinate and communicate with DMS and Customers, and other service providers, throughout all phases of the transition to ensure an orderly and efficient transition of services to any replacement contract. The Contractor will be required to perform end-of-service transition activities, which may take place at any time during the Contract term, and end-of-Contract transition services prior to the expiration or termination of the Contract. The full transition of existing services to replacement services and contracts is hereby explicitly made a criterion for completing the Contract Transition Plan. Upon request by DMS, the Contractor will be required to submit a transition plan for services within sixty (60) days with sufficient detail for DMS’s review and approval. DMS reserves the right to request modifications. The plan must include and describe in detail: 1. How the transition will be accomplished in the least disruptive way. 2. The Contractor’s commitment to continue to provide services and Contract resources under the existing terms and conditions of the Contract during the transition, including any restrictions and/or limitations. 3. The Customer impact and the Contractor’s commitment to minimizing any impact (e.g., business needs, complexity of service, services impacted by special programs, etc.). 4. Identification of tasks dependent upon the State’s data or resources. 5. Identification of all Customers by service type and unique product identifier. 6. Plan for transparent transition of services to support the continued billing, collection, and remittance of cost recovery rate for services. 7. Use of industry-accepted project management methodology throughout the transition process. Overlapping services may be required when transitioning from one large infrastructure to another, and transition may take multiple years to complete. DMS will not be obligated to maintain Contract services for any set number of users or locations during the transition. The Contractor is required to work with DMS, Customers, and any other DMS contractor as expeditiously as possible in order to transition. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 43 of 66 Attachment A: Statement of Work Mobile Communication Services The Contractor agrees to: 1. Cooperate with all entities to ensure an orderly and efficient transition of services. These efforts include taking all necessary steps, measures, and controls to ensure minimal disruption of services during the transition. 2. Maintain staffing levels that are sufficient to handle a smooth, complete, and expedient transition. 3. Transfer all applicable knowledge, including, but not limited to, the devices, software, and third-party Contract services. 4. Provide all data related to the delivery of services, requested by DMS, that is not a tangible or intangible licensed product that existed before Contract work began. The Contractor shall bear the burden of proving existence before Contract work began, including, but not limited to, databases and other repositories of information (for example, operational, user, and administrative information). 5. Upon request, promptly deliver to DMS, whether or not previously made available, all up-to-date guides, manuals, and training materials including operational, user, administrative, and any other guides and procedures the Contractor follows. All documentation created for the purpose of supporting, operating, maintaining, upgrading, and enhancing services, including, but not limited to, design documents and device configurations for services, shall be promptly delivered to DMS upon request, whether or not previously made available. 6. Assist DMS and any other DMS contractor with the planning and installation of any services to facilitate business continuity. 7. Respond promptly and completely to all questions related to the transition. 8. Provide all services and functions necessary for a complete, smooth, and expedient transition. 9. Assist the Department with the installation of network-to-network connections to facilitate continuity for MCS sites. Network-to-network connections will be paid for by the Department. At the time DMS initiates the transition plan, the Contractor shall provide the DMS Contract Manager a weekly Transition Status Report. The report shall include all impacted Customers. The format, content, and level of detail must be approved by DMS. After each End-user service transition is completed and the transition status and the billing account status both achieve 100% completion on the Transition Status Report for two (2) consecutive weeks, the Contractor may delete the service line item from the next weekly Transition Status Report. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.25 Contractor Meetings with DMS This subsection is applicable to both WVS and WDS. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 44 of 66 Attachment A: Statement of Work Mobile Communication Services This subsection includes requirements applicable to subsections 3.26.1 through to and including 3.26.4. The Contractor is required to attend all meetings referenced in this section plus ad hoc meetings as DMS deems necessary. Meetings will be held either at the DMS offices in Tallahassee, Florida or virtually. DMS may, at its sole discretion, require the Account Manager and other Contractor’s staff attend the meeting in person or allow remote attendance via a mutually agreed-upon conferencing service. For virtual meetings the Contractor will be responsible for providing the video conference call bridge. For all meetings referenced herein, the Contractor is responsible for the business and administrative tasks associated with the meetings, including, but not limited to, creation of a meeting agenda developed in conjunction with DMS, preparing of any materials, meeting minutes, and other meeting planning efforts. SLA violations include, but are not limited to, inadequate participation of required staff and inadequate preparation. Meeting preparation must include background materials and reports. 3.25.1 Weekly Conference Call The Contractor shall initially participate in a weekly conference call with DMS to discuss and provide status updates on all open or unresolved issues in the escalation queue. It is the responsibility of the Contractor to coordinate and initiate the call at a time acceptable to the Department’s staff. The call frequency is expected to be modified by DMS to monthly or quarterly during the initial Contract term, which is in DMS’ sole discretion and dependent on implementation and migration. 3.25.2 Monthly Operational Meetings The Contractor is required to hold monthly meetings with DMS to review and audit, at a minimum, customer support, escalations, security, and SLA reporting services. These meetings may include, but are not limited to, discussions of the network and all of its services, review of operational concerns, technical updates/changes, SLA Compliance Report, Escalation Activity Report, Direct-Billed Monthly Report, Direct-Billed Quarterly Report, security, policy, design, and administrative topics. While there will be discussions of current and future services, these meetings are not sales meetings. Agendas for these meetings will include operational and administrative items, including, but not limited to, review of operational concerns, reviewing and auditing phone tree accuracy, updates to the staff notification process, and any proposed operational changes. 3.25.3 Project Management Monthly Review Meetings The Contractor is required to hold monthly meetings with DMS for project management during the Project Implementation Phase. Attachment SLA-C1. The Project Implementation Phase DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 45 of 66 Attachment A: Statement of Work Mobile Communication Services starts with DMS acceptance of a completed Services Infrastructure Checklist. The Contractor will set the agendas for these meetings, which will include, at a minimum, details of the previous period’s achievements, the progress on upcoming and existing activities, changes, identified risks and recommendations to mitigate risk, forecasts, project progress, a list of discussion points, and action items with the associated responsible party and due date. 3.25.4 Project Implementation Phase – Project Kickoff Meeting The Project Kickoff Meeting will take place during the Project Implementation Phase within thirty (30) days of Contract execution. Attachment SLA-C2. The agenda for this meeting will include, at a minimum, introductions, review of staffing roles, and review of project scope. The Contractor’s Key Required Staff are required to attend the Project Kickoff Meeting. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 3.26 Project Management This subsection is applicable to both WVS and WDS. The Contractor must provide project management services in accordance with the DMS regulations set forth in Chapter 74-1, F.A.C., for Project Management. All Project Management documents must be submitted as either a Microsoft Word 2016 (or higher) document or Adobe pdf. The Project Management Implementation Schedule shall be submitted as a Microsoft Project document. All project management documents will be submitted to the DMS Contract Manager. The following subsections contain the minimum requirements for MCS Project Management: 3.26.1 Project Management - Project Charter and Project Management Plan 1. The Contractor shall create a Project Charter (see Attachment C, SLA-D1). The Project Charter must formally authorize the existence of a project and provide DMS and the Contractor’s Project Manager with the authority to apply organizational resources to project activities. The deliverable must meet the Project Risk and Complexity Category 4 requirements of Chapter 74-1, F.A.C. 2. The Contractor shall create a Project Management Plan (see Attachment C, SLA-D2). The Project Management Plan must describe how the project is monitored, controlled, and executed. The deliverable must meet the Project Risk and Complexity Category 4 requirements of Chapter 74-1, F.A.C. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 46 of 66 Attachment A: Statement of Work Mobile Communication Services The plans listed below are additional components of the Project Management Plan. However, the plans listed below are deliverables separate from the Project Management Plan and subject to final acceptance by DMS. 3. Readiness Plan. (See Attachment C, SLA-D3.) The Contractor must deliver a detailed organizational Readiness Plan and associated plans that outline a readiness methodology, approach, activities, dependencies, and assumptions for key stakeholders to successfully support project activities. 4. Communications Management Plan. (See Attachment C, SLA-D4.) The Contractor must develop a Communications Management Plan that defines all communication touch points between the Project and all impacted stakeholders. The deliverable must meet the Project Risk and Complexity Category 4 requirements of Chapter 74-1, F.A.C. 5. Risk Management Plan. (See Attachment C, SLA-D5.) The Contractor must submit an acceptable Risk Management Plan that defines all potential areas of Customer and Department risk and the related risk strategy. 6. Requirements Management Plan. (See Attachment C, SLA-D6.) The Contractor must submit an acceptable Requirements Management Plan. The Contractor is responsible for managing all business requirements, including confirmation, design, development, testing, and validating that they are ultimately met during implementation. The Contractor’s Project Manager will work with DMS to develop and administer a plan to effectively manage requirements throughout the Project. 7. Disaster Recovery Plan. (See Attachment C, SLA-D7.) The Contractor must deliver a detailed Disaster Recovery Plan and associated plans that outline a disaster recovery methodology, backup procedures, recovery plan, restoration plan, rebuilding process, testing of the disaster recovery plan and record of plan changes. The plan will include the following, at minimum: 1. Plan Objectives. 2. Assumptions. 3. Definition of Disaster. 4. Recovery Teams. 5. Team Responsibilities. 6. Internal and External Communications. 7. Federal, State, Local Roles and Responsibilities. 8. Services Restoration. 9. Support Timeline. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 47 of 66 Attachment A: Statement of Work Mobile Communication Services 3.26.2 Project Management - Implementation Phase The Project Implementation Phase starts after DMS acceptance of the Project Charter and ends with DMS acceptance of a completed Services Infrastructure Checklist. Each of the items described in this section is a deliverable that must be submitted to, and accepted by, the DMS Project Manager. 1. Project Management Implementation Phase Schedule. The Contractor shall create a Project Management Implementation Phase Schedule. Attachment C, SLA-D8. The document must be baselined, be resource loaded with predecessors, successors, durations, costs, and calculated earned value metrics Cost Performance Index (CPI) and Schedule Performance Index (SPI), and updated every two (2) weeks as needed until the completion of the Project Implementation Phase. This must be accompanied with a narrative which includes the current status of the project, actions that have taken place in the last two (2) weeks, any new risks and their associated risk mitigation plans, any new issues, identification of any tasks more than ten percent (10%) behind schedule, and a plan to complete the task(s). The Contractor shall create and maintain a Microsoft Project 2016 (or higher) schedule to incorporate all project activities to the agreed-upon work breakdown structure level. The schedule must include, at a minimum, task durations, start and finish dates (baseline and actual), predecessors and successors, resources, deliverables, and milestones, and must calculate CPI and SPI earned value metrics. The deliverable must meet the Project Risk and Complexity Category 4 requirements of Chapter 74-1, F.A.C. 2. Project Management Tracking Logs (Risks, Issues, Action Items, Decisions, and Operational Changes requested). The Contractor shall create Project Management Tracking Logs (tracking logs.) Attachment C, SLA-D9. These are updated as necessary, as determined by the Contractor and DMS. The Contractor must identify, assess, document, and recommend mitigation strategies by updating and submitting to DMS the tracking logs at a minimum of bi-weekly to reduce project risks and issues. The deliverable must meet the Project Risk and Complexity Category 4 requirements of Chapter 74-1, F.A.C. 3. Project Status Report. The Contractor shall create Project Status Reports. Attachment C, SLA-D10. The Contractor must provide bi-weekly Project Status Reports, which are due via email to the DMS Contract Manager each Thursday by 5:00 PM Eastern Time, and must include: a. A narrative description of significant project activities that have been conducted or are underway. b. The progress-to-date on project activities. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 48 of 66 Attachment A: Statement of Work Mobile Communication Services c. An explanation of any tasks/activities that are behind-schedule and a plan to bring them current. d. Notification of issues or risks that have been encountered and their resolution or plan for future resolution. e. Upcoming deadlines. 3.26.3 Project Management - Guides The Contractor shall create the following guides. These guides are deliverables subject to final acceptance by DMS. The Contractor shall update the guides when necessary as determined by either DMS or the Contractor. Attachment C, SLA-D11. 1. WDS and WVS Operations Guides. The Contractor shall create and maintain WDS and WVS Operations Guides describing the operational relationship between the Contractor and DMS. The guides must establish procedures to be followed by the Contractor while delivering services. This includes engineering, operational, and business processes for service delivery. At a minimum, the guides must include ordering, troubleshooting, trouble reporting, service provisioning, SLA monitoring, and invoicing processes. 2. WDS and WVS User Guides. The Contractor shall provide WDS and WVS User Guides that provide a set of instructions for the End-user. The User Guides must also contain device specifications, such as a recommendation of number of simultaneous users that each device can support. 3.26.4 Project Management - Closure The Contractor shall create project closure documentation. (See Attachment C, SLA- D12.) The project closure documentation must include a lessons learned document, final schedule, and retrospective of the project. 3.26.5 Project Management - Implementation Plan and Customer Specific Migration Plans 1. Implementation Plan. The Contractor must submit a detailed Project Implementation Plan to the Contract Manager. (See Attachment C, SLA-D13.) The Implementation Plan must address all activities in the Project Implementation Phase, which starts after the acceptance of the Project Charter and ends with DMS acceptance of a completed Services Infrastructure Checklist. a. The Implementation Plan must outline an implementation, approach, activities, dependencies, and assumptions for key stakeholders to support a successful project implementation. The Implementation Plan shall include, at a minimum: i. Schedule of activities, including all Services Infrastructure Checklist Activities. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 49 of 66 Attachment A: Statement of Work Mobile Communication Services ii. Resource allocation. iii. Implementation and migration preparation planning and impact analysis. iv. Network support. v. Operations Centers (operational and security). vi. Day-to-day operational support services. vii. Training – cross reference training section. b. The Contractor shall provide weekly reporting regarding migration. Attachment C, SLA-D14. The reporting, which shall exclude any information regarded as Customer Proprietary Network Information (CPNI), should detail the number of current End-users per agency/entity, the progress of migration, and note any End- users that have notified the Contractor they will no longer be using its service. This report shall include details on the Contractor’s communication with Customers regarding notification of this Contract and required Customer actions. This report is due to the DMS Contract Manager on a weekly basis, commencing with the completion and DMS acceptance of the Services Infrastructure Checklist and ending when all End-users are identified as either migrated or no longer receiving services from the Contractor. The format, content, and level of detail must be approved by DMS. c. Non-Incumbent Contractors shall provide weekly reporting regarding migration. Attachment C, SLA-D15. The reporting, which shall exclude any information regarded as CPNI, should detail the number of End-users identified as purchasing services from the Non-Incumbent Contractor per agency/entity, and the progress of migration. The reporting shall include details on Contractor’s communication with Customers regarding notification of this Contract. This report is due to the DMS Contract Manager on a weekly basis, commencing with the completion and DMS acceptance of the Infrastructure Checklist and ending when all End-users identified as purchasing services from the Non-Incumbent Contractor are migrated. The format, content, and level of detail must be approved by DMS. 2. Individual Customer-Specific Migration Plans. The Contractor must submit these plans in accordance with the requirements in this section to DMS and the Customer. Attachment C, SLA-D16. The Contractor will be responsible for creating Individual Customer-Specific Migration Plans as each existing and new Customer migrates to MCS, which shall exclude any information regarded as CPNI. Additionally, a migration plan may be required if a Customer undertakes a significant or complex change in how it operates under MCS. These plans will vary based on the proposed service and the complexity of the service migration, but must include, at a minimum: i. Schedule of activities, which is consistent with the Project Implementation Phase schedule. ii. Resource allocation. iii. Migration and preparation planning. 1. Impact analysis. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 50 of 66 Attachment A: Statement of Work Mobile Communication Services 2. Stakeholder communications plan. iv. Migration management. v. Training – cross reference training section. Given the statements in subsection: 1. Describe in detail the proposed offering for this subsection, addressing the minimum requirements listed above. [Enter the response here - 500 words] 3.27 Project Management - Services Infrastructure Checklist This subsection is applicable to all Contractors. The Contractor must complete the Services Infrastructure Checklist provided below in accordance with this subsection and submit the checklist to the DMS Contract Manager and DMS Product Manager. Attachment C, SLA-D17. The Contractor will be required to complete a series of readiness activities before DMS accepts services, systems, and processes as ready for production. The Project Implementation Phase will close only when all items on the Services Infrastructure Checklist are complete and accepted by DMS in writing. Upon request, the Contractor will be required to provide DMS any documentation necessary to demonstrate Contractor’s compliance with the Services Infrastructure Checklist prior to DMS written approval of the Final Services Infrastructure Checklist. The Contractor shall not deliver any services to Customers until the Project Implementation Phase is closed. The Contractor may engage with Customers for planning purposes before the close of the Project Implementation Phase. All requirements on the Services Infrastructure Checklist must be fulfilled in accordance with the Contract including, but not limited to, the SOW. Additional requirements may be added to the Services Infrastructure Checklist at the discretion of DMS. DMS must approve in writing all items listed in the Services Infrastructure Checklist before the Contractor is permitted to charge for any service or device to Customers. The timeline for the Contractor’s completion of the Services Infrastructure Checklist will be approved in writing by the DMS Project Manager during development of the project Implementation Plan. Any changes to the Services Infrastructure Checklist, including requirements and timeline, must be approved in writing by the DMS Project Manager, in DMS’ sole discretion. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 51 of 66 Attachment A: Statement of Work Mobile Communication Services Infrastructure Checklist Section Reference Requirement SOW Section 2 2.1 - 2.6 All required key staff positions have been filled with individuals who possess the required minimum qualifications, and the final Staffing Organizational Chart has been approved by DMS. 2.7 The Contractor has demonstrated that its Customer Support Team is staffed and trained. SOW Section 3 3.5 Contractor’s closed user group isolation method is developed and approved by DMS. 3.6 The Network-to-Network Interface is operational. 3.7 Closed user group traffic successfully mapped into MFN and as permitted is able to access the internet via the MFN firewall. 3.8 MCS traffic is routed directly to the internet. 3.9 A test plan has been finalized, and an interconnection failover for each IPsec tunnel between the primary and secondary VPN concentrators has been successfully tested. 3.12 Security and fraud services are ready for production. 3.13 Processes related to test and demonstration accounts for WVS and WDS are final. 3.14 Emergency services programs are ready for production. 3.16 Design characteristics have been reviewed and are ready for production. 3.17 Reports and reporting options are ready for production. 3.18 SLA processes are ready for production. 2.7 and 3.19 The Customer Support Team is staffed and trained. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 52 of 66 Attachment A: Statement of Work Mobile Communication Services 3.20 The Contractor’s portal is operational. 3.21 The Contractor has provided the link to the manufacture’s website. The Contractor has provided its EUPL and Vendor’s Device List. 3.26.1 (1) The Contractor has provided an acceptable Project Charter. 3.26.1 (2) The Contractor has provided an acceptable Project Management Plan. 3.26.1 (3) The Contractor has provided an acceptable Readiness Plan. 3.26.1 (4) The Contractor has provided an acceptable Communications Management Plan. 3.26.1 (5) The Contractor has provided an acceptable Risk Management Plan. 3.26.1 (6) The Contractor has provided an acceptable Requirements Management Plan. 3.26.1 (7) The Contractor has provided an acceptable Disaster Recovery Plan. 3.26.3 (1) The Contractor has provided the WDS and WVS Operations Guides 3.26.3(2) The Contractor has provided the WDS and WVS User Guides 3.26.5(1) The Contractor has provided the Implementation Plan. SOW Section 4 4 Public safety services are ready for production. SOW Section 5 5.4 The Contractor is ready to implement transactions utilizing the DMS approved method of implementation in CSAB. 5.7 The Contractor has demonstrated the ability to provide CSAB billing account and user management activities. 5.9 The Contractor has demonstrated the ability to maintain a corresponding inventory. 5.10 The Contractor has demonstrated the ability to invoice DMS for all fulfilled orders. 5.11 The Contractor has demonstrated the ability to provide a detailed invoice substantiation file and do so in a mutually agreed upon secured delivery method. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 53 of 66 Attachment A: Statement of Work Mobile Communication Services SOW Section 6 6 The Contractor has demonstrated the MFMP Punchout catalogs are ready, and the Contractor is ready to accept orders through MFMP. No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 4. Public Safety Service Plans and Devices The requirements of this Section 4 are only applicable if the Contractor is providing public safety services, as identified in the Contractor’s BAFO. If applicable, must adhere to all minimum requirements of this SOW, including those of this subsection. 4.1 Deployable Technologies The Contractor must have mobile communication units that are deployable technologies. Generally, the Contractor will deploy these mobile communication units during emergency situations to the affected area. The Contractor will install these units during emergencies and may use existing satellite, microwave, or radio systems for backhaul. The Contractor must have a robust regionalized deployable strategy, ensuring that deployable network equipment is available and fully operational, with the required backhaul and/or networking capabilities, throughout the State. The Contractor must coordinate and cooperate with DMS, and any federal, State, or local emergency management agency in providing for emergency communications services, including the Department of Emergency Management, and all other entities that are part of the ESF-2 function. These deployable technologies are generally characterized as the following: 1. Cell on Wheels: a cellular base station on a trailer with an expandable antenna mast and usually a microwave or satellite link back to the main controller. 2. Cell on Light Truck: A cellular base station on a light truck platform with an expandable antenna mast and usually a microwave or satellite link back to the main controller. 3. System on Wheels: a full base station and controller on a trailer/truck/big rig/etc. This is a fully self-contained cellular system that can provide an island system with no need for satellite/microwave link back; applicability of this type of deployable technology may be limited if there is no internet connectivity. 4. Unmanned Aerial Systems (UAS) and Robotics: Deployable UAS (e.g., drones) in the Class G uncontrolled airspace (400’ above ground level), fixed, multi-rotor, and tethered UAS, some of which are capable of providing hot spot and wide-area DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 54 of 66 Attachment A: Statement of Work Mobile Communication Services coverage. Similar waterborne vehicles include remotely operated vehicle and unmanned underwater vehicle. 5. Other systems: Includes, but is not limited to, vehicular network systems and man- packs. 4.2 Local Control The Contractor must provide priority and preemption to public safety entities during times of emergency. The priority and preemption will be determined and invoked by the public safety entities through a local control portal. The local control portal shall allow the Customer to enact and deactivate priority and preemption, which shall be controlled by authorized Customers. The Contractor’s public safety service plans and devices must not be throttled during an emergency. 4.3 Local control portal In addition to the requirements of subsection 3.20 Contractor’s MCS Portal, the Contractor shall provide a public safety portal (dashboard). The information held in this dashboard shall include, but is not limited to, the status of the Statewide network and alerts on outages. All features and functionality shall be available to DMS in real-time at all times. The number of DMS dashboard users shall be determined by DMS, and each user shall have a unique log-in and password. 4.4 Public Safety Standards Public safety service plans and devices shall be in compliance with 3rd Generation Partnership Project Technical Specification 33.180. The Contractor’s public safety service plans and devices must perform to the most recent version of the standards described in TL-9000 Quality Management, ISO 9001, ATIS-100009 Overview of Standards in Support of Emergency Telecommunications Service, ITU-T Y.1271 framework on network requirements and capabilities to support emergency telecommunications over evolving circuit-switched and packet-switched networks. 4.5 Demonstration Devices Upon DMS request, in addition to any other test devices required by this SOW, the Contractor shall provide wireless demonstration equipment (including airtime) for use by the Department for the purposes of testing and evaluation at no additional cost. The demonstration equipment shall be made available for a minimum period of sixty (60) Business Days. Any demonstration equipment, forms, and processes shall be provided, managed, and maintained by the Contractor. The Contractor will coordinate directly with any other State agencies regarding public safety service demonstration equipment, notifying the Department in advance of these activities. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 55 of 66 Attachment A: Statement of Work Mobile Communication Services 4.6 Public Safety Customer Support The Contractor must provide a dedicated help desk number for support of its public safety service plans and devices. The Contractor must develop and abide by an escalation procedure specific to public safety real- time network issues and public safety End-user issues. The procedure must include names, titles, phone numbers, and email addresses of contacts in the Contractor’s public safety escalation chain. The Contractor shall notify the DMS Product Manager in writing of any unresolved user issues or real-time network issues that have been outstanding for more than ten (10) Business Days. The Contractor should limit access to the public safety plans to only Customers that are Public Service Entities as recognized by the First Responder Network Authority. 4.7 Public Safety Reporting The Contractor shall timely provide a monthly Public Safety Service Plans and Devices Report to the Department’s Contract Manager. Attachment C, SLA-E1. The report shall contain public safety Customer agency, End-user usage, End-user devices, rate plans, and any other related information DMS requires. This report shall not include any information that is considered CPNI. The format, content, and level of detail must be approved by DMS. 4.8 Public Safety Marketing In addition to any other Customer webpages required by this SOW, the Contractor shall provide specific information on its MCS portal related to its public safety service plans and devices. This should include, at a minimum, information on ordering, devices, apps, service offerings, and accessories. The Contractor shall provide the Department with a copy of all materials used by Contractor, and its subcontractors, to promote or advertise public safety specific service plans and devices to Florida’s public safety user community. The Contractor will submit this information to the DMS Project Manager once per quarter, or as requested by DMS. Mission critical Push-to-Talk (PTT) devices and services shall not be advertised or marketed to State public safety entities as “mission critical,” as defined by the National Public Safety Telecommunications Council (NPSTC), until demonstrated to the Department that the Contractor’s PTT is in compliance with NPSTC’s requirements, and approved in writing by, the Department. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 56 of 66 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this subsection. 5. Business Operations All services can be direct ordered by the Customers via email, phone call, or the Contractor’s MCS portal. The Contractor shall also accept orders through CSAB and MFMP. Billing may be through CSAB or direct billed to the Customer. DMS shall make the final determination on which services are ordered and / or billed through CSAB, MFMP, direct ordered, or direct billed. This subsection is applicable to DMS-billed services, unless otherwise stated. 5.1 General Description of the SUNCOM Business Model In accordance with subsection 282.703(2), F.S., DMS has developed a system of equitable billings and charges for Customers. The CSAB system is the ordering, billing, incident management, and inventory system referred to in Chapter 60FF-2, F.A.C., that the Contractor is required to utilize. When Customers log-in to CSAB, they can perform the following functions: 1. Establish and maintain Customer accounts. 2. Manage billing accounts. 3. View a comprehensive list of available MCS offerings. 4. Place orders. 5. View their complete inventory of services and invoices with associated and detailed charges. For DMS-billed MCS accounts, the Contractor will bill DMS monthly for services rendered to all Customers and provide DMS with substantiating details in electronic files (for example, comma delimited). The Contractor will include in the substantiating detail charges with unique identifiers for each transaction (for metered services) and service account. 5.2 Communications Service Authorization and Billing Transaction Flowchart The Contractor will use seven (7) Business-to-Business (B2B) transactions between DMS and Contractor, as depicted on the next page: REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 57 of 66 Attachment A: Statement of Work Mobile Communication Services DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 58 of 66 Attachment A: Statement of Work Mobile Communication Services 5.3 Communications Service Authorization and Billing – Official Record CSAB is the authoritative source of all data. The CSAB system is the official record of the inventory and costs of SUNCOM services, including MCS. If the Contractor claims any inaccuracies in CSAB data, the data will be considered accurate unless substantially proven otherwise, at DMS’ sole determination. The Contractor shall not enable or ask DMS or Customers to input ordering and/or invoicing data into CSAB on behalf of the Contractor. 5.4 Communications Service Authorization and Billing - Interface with Contractor The Contractor shall use Application Programming Interfaces (APIs) to implement transactions between CSAB and the Contractor. DMS will test and approve the interface prior to Contractor accepting orders for services and devices. The following requirements apply with regard to the Contractor’s APIs with CSAB: 1. The Contractor’s API enables data transfer between CSAB and the Contractor’s system. 2. When data is sent from CSAB, the Contractor’s API must send back an acknowledgement to CSAB. 3. The Contractor’s API will perform functions automatically at near real-time. 4. The Contractor shall develop and maintain functional crosswalks between the Contractor’s system and CSAB, which maps the data elements in CSAB to equivalent data elements in the Contractor’s system. The Contractor will also support DMS’ efforts to create functional crosswalks. 5. It is the Contractor’s responsibility to ensure data has been received by CSAB, including resending data that has not been acknowledged by CSAB. 6. The Contractor shall provide a testing environment for quality assurance, accessible by DMS. 5.4.1 Batch Routines The second method the Contractor shall utilize to implement transactions with CSAB is through batch routines, which are periodic exchanges of data files containing a large number of records. An example of a batch routine is monthly delivery of invoicing substantiation files (B2B-6), due to the large volume of data. 5.4.2 Manual Review and Data Entry by Contractor Staff The third method the Contractor may utilize to implement transactions within CSAB is by manual review and data entry. The Contractor can use CSAB screens to view a submitted order from a Customer and mark that order as fulfilled, rather than use B2B-3 and B2B-4 transactions. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 59 of 66 Attachment A: Statement of Work Mobile Communication Services The Contractor shall only use manual review and data entry as a method of last resort and only with prior written approval by DMS Contract Manager. The Contractor shall not use manual review and data entry for invoicing substantiation (B2B-6). 5.5 Communications Service Authorization and Billing Service Catalog MCS services and devices must be approved by DMS and entered into the CSAB Service Catalog prior to making them available for use or purchase by any Customer. DMS will have sole discretion over the CSAB Service Catalog and any updates. The Contractor shall use the following three (3) types of charges for the billing of MCS services: 1. One-time charge: a single payment for a service or item (e.g., hardware installation). 2. Monthly charge: monthly fixed and recurring charge 3. Metered charge: incremental charge based strictly on usage of the service (e.g., data overage charges). The Contractor shall comply with the requirements of Chapter 60FF-2, F.A.C., in its use of CSAB. 5.6 Taxes and Government Sanctioned Fees The Department and Customers do not pay State or federal taxes. Taxes are defined here to include payments that the Contractor is required to collect by law and pay to public entities. Government-sanctioned surcharges and fees, if the Customer is not exempt, must be collected by the Contractor and may be payable by the State. Any new or modified government-sanctioned surcharge or fee must be provided to DMS for review and approval. If approved, the Contractor can then submit a request to update the CSAB Service Catalog. The standard process whereby the Contractor submits a request for inclusion of services in the CSAB Service Catalog and DMS approves them must be implemented for a new or modified surcharge or fee with the following additional requirements: 1. The catalog item must be tagged as a government-sanctioned surcharge or fee. 2. The description field provided by the Contractor must clearly identify the surcharge or fee. 3. The Contractor must provide the DMS Contract Manager with information sufficient for DMS to develop formulas that replicate the charges through calculations against invoicing substantiation data. The DMS Product Manager will approve the Contractor request if the update to the CSAB Service Catalog is in accord with the amendment. 4. The surcharge or fee must be billed at the inventory ID level and not billed as a lump sum. 5. The Contractor must give DMS advance notification of anticipated surcharge or fee changes with the DMS-approved effective date the charges will be incurred and the amount/percentage. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 60 of 66 Attachment A: Statement of Work Mobile Communication Services Non-government sanctioned surcharges and fees, such as activation fees and termination fees, are not chargeable under this Contract. 5.7 User Access Privileges for the Contractor The Contractor’s user CSAB access privileges must be approved and monitored by a Contractor- assigned CSAB Administrator. User access privileges allow the following functions: 1. Manually receive and closeout orders to the Contractor. 2. Review past orders submitted to the Contractor. 3. Review a robust set of inventory data for services provided by the Contractor. 4. Other access as allowed by DMS. DMS reserves the right to terminate CSAB user access privileges of any Contractor staff without cause or notice. 5.8 Work Orders Customer work orders are sent to the Contractor as B2B-3 transactions. The Contractor can log- in to CSAB as prompted by a CSAB email to see submitted orders. The Contractor is required to respond to the Customer with distinct B2B-4 fulfillment data for each item, or service, in a work order. Multiple item orders with only a single order number are not fulfilled until every item is delivered. Some key data elements in addition to CSAB-assigned Inventory ID are: 1. Order ID – identifies a request for one (1) or more items. This ID is associated with everything in a “shopping cart” when a Customer “checks-out.” 2. Work Order ID – is associated with each item request within an order that can be fulfilled separately from the rest of the order and requests action for one (1) Service Installation ID. 3. Installed Option ID – identifies the service, feature, or hardware from the CSAB Service Catalog that was requested in the work order. 4. Service Installation ID – identifies the service account resulting from order fulfillment. It is the unique inventory entry in CSAB and is equivalent to, but not the same as, distinct IDs used by Contractor to track status, usage and charges (e.g., circuit ID, phone number, hardware serial number, etc.). The Contractor is required to provide all of the required fulfillment data in CSAB. The Contractor shall not charge the Department for any orders from which key fields data, installation dates, or disconnect dates are missing or incorrect. The effective bill date cannot be more than forty-five (45) days from the date the order is closed. Attachment C, SLA-G1. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 61 of 66 Attachment A: Statement of Work Mobile Communication Services Some orders will include configuration data, including IP addresses, to enable establishing closed user groups on MFN. 5.9 Inventory Every order, and many other actions related to MCS services, is permanently logged into CSAB. This inventory is a basis for DMS audits of Contractor charges; i.e., if a billed service is not in the inventory or the inventory shows it was not active during the invoicing period, DMS will dispute the charge. The CSAB inventory is also a useful tool for DMS, Customers, and Contractor to see what has been ordered, its status, location, cost, any associated comments, etc. CSAB inventory is structured around key data elements. Inventory records are not valid without these key fields. CSAB by default has primacy when there are discrepancies between the inventories of the Contractor and CSAB. The Contractor is required to maintain a corresponding inventory as a basis for invoicing DMS. Periodic reconciliation may be implemented between CSAB and the Contractor’s inventory through B2B-5 transactions, at DMS’ sole discretion. This will avoid waiting until the Contractor invoices DMS to discover these inconsistencies and having to resolve them through billing disputes. DMS will provide for an exchange of inventory data throughout the month using transaction B2B-4. There is no manual substitute for this process. 5.10 Invoicing Requirements The Contractor will invoice DMS for all fulfilled orders based on a calendar month with invoices and electronic details submitted to DMS. Attachment C, SLA-F1. Invoices to DMS will consist of: 1) invoices for payment on an unchangeable format (e.g., paper) that reflect the total wholesale charges for the month (referred to herein as a, “handbill”), and 2) electronic detail files that substantiate all billable services. The total of substantiated detail charges must match the payment requests on each of the handbills. All credits due must be reflected on the invoice related to the first available billing cycle after the credit has been determined. Both the handbill and electronic files for the CSAB portion must be received no later than the 10th calendar day of each month. 5.11 Electronic Substantiating Detail File The invoice substantiation file consists of electronic detail listing all billable services and activities with all unique IDs necessary to be auditable bases for all charges. The detail file must include all charge data on one-time purchases, active service periods, and incremental activities. All charges must be attributable to distinct identifiers for the services as negotiated in the CSAB Service Catalog, and each discrete charge must be distinguished by a service identifier. Metered charges must also include date/time stamps for each billing event and the dates of the billing cycle (start DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 62 of 66 Attachment A: Statement of Work Mobile Communication Services and end). The file must be provided to DMS using a mutually agreed-upon, secured delivery method, and mutually agreed-upon format. 5.12 Audit of Contractor Invoices DMS will audit invoices to validate all charges against the current inventory of provided services and the prices associated with the CSAB Service Catalog. If the electronic substantiating detail provided by the Contractor contains some errors but: a) is complete (i.e., contains all of the required data elements); b) substantially corresponds with the CSAB inventory and CSAB Service Catalog; and c) matches the handbill, then DMS will send an audit exception report (B2B-7) to the Contractor detailing any disputed charges. At this time, this is a manual process. At any time during the Contract term, this may become an electronic process, at DMS’ sole discretion. DMS staff will request credits/debits for any audit exceptions on the current invoice and work with Contractor staff to reconcile charges and system data to resolve the exceptions within one (1) billing cycle from receipt of dispute. If Contractor has not resolved audit exceptions within one (1) billing cycle, the charges will be adjusted as determined by DMS. 5.13 Mandatory Interface with the Contractor All work orders will be submitted to the Contractor via CSAB or similar system as deployed by DMS. Direct billed Customers will interface solely with the Contractor. 5.14 Properly Authorized Work Orders No WDS will be provisioned unless the Contractor has a properly authorized work order submitted by DMS through CSAB. Direct billed Customers will interface solely with the Contractor. 5.15 General Billing Requirements The Contractor will maintain a detailed database that uniquely identifies each pricing component. The CSAB Service Catalog contains unit prices and all qualifiers that are applied to unit prices in order to create an unambiguous database of WDS billable line items. A specific billing code shall have only one (1) unit amount. 5.16 Billing Start The Contractor shall meet the following criteria to complete billing starts: 1. All bills should commence on the 1st and run through the end of the month based on the completion date. Fractional charges are based on the effective bill date. 2. The Contractor cannot retroactively bill for services received before the, the start date of a Purchase Order in MFMP, or is otherwise ordered by the Customer. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 63 of 66 Attachment A: Statement of Work Mobile Communication Services No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this section. 6. Direct Ordering and Billing This section is applicable to WVS and certain approved WDS items. The Department has no obligation to assume payable commitments on behalf of SUNCOM or SUNCOM Customers in instances where a vendor or SUNCOM Contractor submitted an invoice directly to a SUNCOM Customer. The Contractor will accept orders from Customers for all WVS devices, rate plans, and services through MFMP. All direct-billing will be done in accordance with Rule 60FF-2.007, F.A.C. The Contractor will cooperate with the Department and MFMP (and any authorized agent or successor entity to MFMP) to deliver direct-billed WVS devices, rate plans, and services. The Contractor will work in cooperation with the MFMP vendor. All items available for purchase by any Customer that are listed on the most recent DMS-approved EUPL will be exhibited on the MFMP website as a Punchout catalog for Customers. The MFMP Punchout catalog shall be updated by the Contractor within one (1) Business Day of any updated EUPLs being posted on the Department’s website. By acceptance of an MFMP purchase order, the Contractor agrees to all MFMP terms and conditions. 6.1 Services and Devices Sold to Direct-Billed Customers The Contractor will not make any service or device available to any Customer that has not been approved by DMS. If a new service or device is approved, the Department will add the service or device to the EUPL and provide a SUNCOM price for the Contractor to market to Customers. The Contractor shall not display or represent any other prices to Customers. 6.2 Cost Recovery Rate The Contractor will charge Customers the established rates, plus the SUNCOM Cost Recovery Rate (CRR). The CRR will be included on all monthly-recurring Contractor’s charges and invoices. The Department will be responsible for providing notification regarding the CRR to Customers. The Department will provide: i) notification on the MFMP website Punchout catalog, and ii) notification in a mutually agreeable format for OEUs not currently ordering through the MFMP website Punchout catalog. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 64 of 66 Attachment A: Statement of Work Mobile Communication Services The Contractor shall provide the Department with the CRR on all services sold to Customers that are direct-billed. The CRR will be assessed on the monthly recurring charges after all discounts, adjustments, and credits are taken into account. Additional charges, including but not limited to devices, taxes, surcharges, or regulatory fees, will not be included in the assessment of the CRR. The Department may modify the CRR through a written amendment to the Contract with ninety (90) days prior written notice to the Contractor. If mutually agreed upon, modifications to the CRR may take effect earlier than the ninety (90) days. The CRR will be the same for all Contractors providing MCS. In the event that the Department authorizes a Contractor to collect a lower CRR than on this Contract, the Department will incorporate the lower CRR into this Contract via amendment. The Contractor shall have sixty (60) calendar days after the amendment effective date to charge the CRR on the direct-billed invoices. The Contractor will remit all funds collected pursuant to the CRR to the Department in the form of a quarterly check. The check will be accompanied with a complete Direct-Billed Quarterly Report. The check will be sent no more than forty-five (45) days after the end of the calendar quarter to cover the cost recovery amounts collected for the previous quarter. Attachment C, SLA-G1. Fees collected for the CRR will be thirty (30) days in arrears after the billing month in which the charges are invoiced on the direct-billed invoice. The Contractor will be required to remit funds associated with this requirement only when payment has been collected from the Customers that are direct-billed under this Contract. 6.3 Contract Association on Direct-Billed Accounts All direct-billed accounts established with Customers will include a corporate identifier for this Contract assigned by the Contractor in the billing system. 6.4 Monthly Reporting of Direct-Billed Accounts The Contractor will provide reporting and auditing in accordance with Rule 60FF-2.005, F.A.C. Additionally, the Contractor will provide the Department with an accurate Direct-Billed Monthly Report in an Excel format via e-mail of all direct-billed accounts including, but not limited to: the Customer’s billing account name, Customer corporate identifier, number of active lines, total amount of charges, and billing month. Attachment C, SLA-G2. This report will substantiate quarterly payments remitted to the Department. In the event a discrepancy is cited, the Contractor will have thirty (30) days from the date of bill close to provide the Department with the data necessary to reconcile the discrepancy. In the event the Contractor cannot substantiate the cited discrepancy, the Contractor will be responsible for payment of the disputed amount within thirty (30) days. Online reporting and auditing via the Contractor’s portal may be appropriate, if it meets the requirements of this subsection and the reporting can be exported and saved by the Department. The format of the report is subject to DMS final approval. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 65 of 66 Attachment A: Statement of Work Mobile Communication Services 6.5 Quarterly Reporting of Direct-Billed Accounts On a quarterly basis, the Contractor will provide the Department a Direct-Billed Quarterly Report that aggregates utilization monthly reporting. Attachment C, SLA-G3. The report requirements are as follows: 1. The report must be in an Excel format sent via e-mail of all direct-billed accounts, which will include the Customers’ aggregate utilization (minutes, data, and text) and billed amount by device type and billing month. 2. The report must contain information sufficient for the Department to independently verify and validate by Customer the utilization and billed amount by device type and billed amount and the cost recovery due to the Department. 3. The aggregate utilization reporting will not identify CPNI, such as but not limited to account names, subscriber number, or End-user level information for direct-billed Customers. 4. Online reporting and auditing via the Contractor’s portal may be appropriate if it meets the requirements of this subsection and the reporting can be exported and saved by the Department. 5. The format of the report is subject to DMS final approval. 6.6 Customers Liability Direct-billed Customers are solely liable for any performance, duties, payments, and responsibilities generated by their use of this Contract, fiscal or otherwise. As stated in Rule 60FF- 2.007(3), F.A.C., “the Department has no obligation to assume payable commitments on behalf of SUNCOM or SUNCOM [Customers] in instances where a vendor or SUNCOM Provider submitted an invoice directly to SUNCOM [Customers].” REMAINDER OF PAGE INTENTIONALLY LEFT BLANK. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––– ITN No.: DMS-19/20-006 Page 1 of 25 Attachment B: Draft Contract Mobile Communications Services 4050 Esplanade Way Tallahassee, FL 32399-0950 850-488-2786 Ron DeSantis, Governor Jonathan R. Satter, Secretary ATTACHMENT B DRAFT CONTRACT FOR MOBILE COMMUNICATION SERVICES CONTRACT NO: DMS-19/20-006 BETWEEN THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND <<PARTY NAME>> DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 2 of 25 Attachment B: Draft Contract Mobile Communications Services DRAFT CONTRACT Table of Contents: SECTION 1. CONTRACT TERM AND TERMINATION ............................................................... 3 SECTION 2. CONTRACT DOCUMENTS AND HIERACHY ........................................................ 4 SECTION 3. PAYMENT AND FEES ............................................................................................. 4 SECTION 4. CONTRACT ADMINISTRATION ............................................................................. 6 SECTION 5. CONTRACT MANAGEMENT................................................................................... 8 SECTION 6. COMPLIANCE WITH LAWS .................................................................................... 9 SECTION 7. WORKERS’ COMPENSATION AND GENERAL LIABILITY INSURANCE, AND INDEMNIFICATION ...................................................................................................................... 11 SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY....................................................................................................... 12 SECTION 9. DATA SECURITY ................................................................................................... 14 SECTION 10. GRATUITIES AND LOBBYING............................................................................ 17 SECTION 11. CONTRACT MONITORING ................................................................................. 17 SECTION 12. CONTRACT AUDITS ........................................................................................... 19 SECTION 13. BACKGROUND SCREENING AND SECURITY................................................. 19 SECTION 14. COMMUNICATIONS AND CONFIDENTIALITY.................................................. 21 SECTION 15. LICENSING .......................................................................................................... 22 SECTION 16. PERFORMANCE BOND ...................................................................................... 23 SECTION 17. CUSTOMER OF RECORD .................................................................................. 23 SECTION 18. SPECIFIC APPROPRIATION .............................................................................. 24 SECTION 19. MISCELLANEOUS ............................................................................................... 24 Exhibits: Exhibit A – Definitions and Acronyms Exhibit B – Final Statement of Work, including: Exhibit 1 to Exhibit B – Final Service Level Agreements; Exhibit C – Contractor’s Pricing, including: Exhibit 1 to Exhibit C – Vendor’s Services and Discounts Pricing Exhibit 2 to Exhibit C – Vendor’s Device List Exhibit 3 to Exhibit C – Vendor’s Services and Discounts Pricing, Public Safety <if applicable> Exhibit D – Instructional Document for Request for Best and Final Offer to ITN DMS-19/20-006 Exhibit E – Relevant Portions of the Contractor’s Best and Final Offer to ITN DMS-19/20-006 Exhibit F – ITN DMS-19/20-006 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 3 of 25 Attachment B: Draft Contract Mobile Communications Services CONTRACT This Contract is between the STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES (Department), an agency of the State of Florida with offices at 4050 Esplanade Way, Tallahassee, Florida 32399-0950, and <INSERT VENDOR NAME> (Contractor) with offices at <insert address>, each a “Party” and collectively referred to herein as the “Parties.” The Parties enter into this Contract (Contract) in accordance with Chapters 282 and 287, Florida Statutes (F.S.), and with the negotiated terms and conditions of Invitation to Negotiate, DMS-19/20-006, Mobile Communication Services. SECTION 1. CONTRACT TERM AND TERMINATION 1.1 Initial Term The initial term of the Contract will be five (5) years and will begin on the date the Contract is signed by all Parties. 1.2 Renewal Upon written agreement, the Department and the Contractor may renew the Contract, in whole or in part, for up to five (5) renewal years in accordance with section 287.057(13), F.S., and Rule 60A-1.048, Florida Administrative Code (F.A.C.). 1.3 Suspension of Work and Termination 1.3.1 Suspension of Work The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Department may, at its sole discretion, suspend the Contract at any time, when in the best interest of the Department or Customer to do so. The Department or the Customer will provide the Contractor written notice outlining the particulars of suspension and the effective date of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the specified activities associated with the Contract. Within ninety (90) days, or any longer period agreed to by the Contractor, the Department will either (1) issue a notice authorizing resumption of work, at which time activity will resume, or (2) terminate the Contract. Suspension of work will not entitle the Contractor to any additional compensation. 1.3.2 Termination for Convenience The Contract may be terminated by the Department in whole or in part at any time, when, at the sole discretion of the Department, it is deemed to be in the best interest of the State of Florida to do so. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed, prior to the termination, for which costs can be substantiated. Such payment, however, may not exceed an amount which is the csame percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 1.3.3 Termination for Cause DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 4 of 25 Attachment B: Draft Contract Mobile Communications Services If the performance of the Contractor is not in compliance with the Contract requirements the Department may, at its sole discretion, (a) immediately terminate the Contract, (b) notify the Contractor of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Contract will terminate at the end of such time, or (c) take other action deemed appropriate by the Department. 1.3.4 Termination Assistance In case of termination, whether for cause or for convenience, the Contractor will provide prompt and thorough transition assistance and cooperation, including as specified in Subsection 3.24, Transition for Future Iterations of this Service, of the Statement of Work (SOW). SECTION 2. CONTRACT DOCUMENTS AND HIERACHY The Contract including any exhibits referred to herein, constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. The Contract consists of the documents listed below, and in the event any of these documents conflict, the conflict will be resolved in the following order of priority (highest to lowest): 1. This Final Contract document; 2. Attachment A – Definitions and Acronyms; 3. Attachment B – Final Statement of Work, including: a. Exhibit 1 – Final Service Level Agreements; 4. Attachment C – Contractor’s Pricing, including: a. Exhibit 1 – Vendor’s Services and Discounts Pricing b. Exhibit 2 – Vendor’s Device List c. Exhibit 3 – Vendor’s Services and Discounts Pricing, Public Safety <if applicable> 5. Attachment D – Instructional Document for Request for Best and Final Offer to ITN DMS-19/20-006; 6. Attachment E – Relevant Portions of the Contractor’s Best and Final Offer to ITN DMS-19/20-006; and 7. Attachment F – ITN DMS-19/20-006. In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000, is included herein by reference but is superseded in its entirety by the Contract. SECTION 3. PAYMENT AND FEES 3.1 Price Adjustments Pricing may be updated in accordance with SOW Section 1.5, Update Process to End User Price Lists and Vendor’s Equipment List. 3.2 Price Decreases During the term of the Contract (including renewal years), the Department encourages the Contractor to offer price decreases that are in line with increased efficiencies and added infrastructure enhancements. The Department reserves the right to further negotiate reduction in pricing for the renewal years. The following additional price decrease terms apply: DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 5 of 25 Attachment B: Draft Contract Mobile Communications Services 3.2.1 Volume Discounts Contractor may offer additional discounts for one-time delivery of large single orders. 3.2.2 Preferred Pricing The pricing included in the Contract is guaranteed, by the Contractor, to be a maximum price. Additionally, Contractor’s pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those that are similar in size, scope and terms. In compliance with section 216.0113, F.S., Contractor must annually submit an affidavit from the Contractor’s authorized representative attesting that the Contract complies with this clause. 3.2.3 Sales Promotions In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Contractor may conduct sales promotions involving price reductions for a specified lesser period. Contractor must submit documentation identifying the proposed (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Purchase Orders and Communication Service Authorizations A Customer may use Purchase Orders (POs) issued through MyFloridaMarketPlace (MFMP) or Purchase Orders issued through the Communications Services Authorization and Billing (CSAB) system (known as Communication Service Authorizations (CSAs) to buy commodities or services. The Department may also issue POs or CSAs on behalf of Customers. The Contractor must provide commodities or services pursuant to POs or CSAs. The PO or CSA period of performance survives the expiration of the Contract. All terms and conditions of the Contract will be incorporated into the PO or CSA and will survive the termination of the Contract. The duration of POs or CSAs must not exceed the expiration of the Contract by more than twelve (12) months, unless they have been entered into pursuant to an Extended Pricing Plan, in which case they may not exceed the expiration of the Contract by more than thirty-six (36) months. Extended Pricing Plans are discounted prices offered in exchange for a Customer’s commitment to lease commodities or purchase contractual services for an extended time. 3.4 Payment Invoicing Payment will be made in accordance with section 215.422, F.S. The Contractor will be paid upon submittal of an invoice to the Department, or Customer if direct billed, after delivery and acceptance of commodities or contractual services is confirmed and the invoice is accepted by the Customer. The Contractor shall submit invoices for fees or other compensation for services or expenses in sufficient detail for a proper pre-audit and post-audit, and invoices must include the Contract number and the Contractor’s Federal Employer Identification Number. The Department reserves the right to request additional documentation as needed, and Contractor will follow all invoice directives in the SOW and this Contract document. The Contractor shall have a “No Shut Off” policy for all State agency Customer accounts. Contractor shall identify/flag all State agency Customer accounts as “Government Accounts” for which service will not be interrupted due to an outstanding balance, disputed amount owed, or late payments due. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 6 of 25 Attachment B: Draft Contract Mobile Communications Services 3.5 Travel Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and, if authorized, may be reimbursed only in accordance with section 112.061, F.S. 3.6 Annual Appropriation Pursuant to section 287.0582, F.S., the Department’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 MyFloridaMarketPlace Transaction Fee The State of Florida, through the Department, has instituted MFMP, a statewide eProcurement system. Pursuant to section 287.057(22), F.S., all payments issued by Customers to the Contractor for purchases of commodities or contractual services will be assessed a Transaction Fee as prescribed by Rule 60A-1.031, F.A.C., or as may otherwise be established by law, which the Contractor shall pay to the State. For payments within the State of Florida accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to subsection (2) of Rule 60A-1.031, F.A.C. By submission of these reports and corresponding payments, the Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State of Florida or its designee. The Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor’s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in breach. VENDORS DELINQUENT IN PAYING TRANSACTION FEES SHALL BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE. 3.8 Taxes Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer unless authorized by Florida law. 3.9 Return of Funds Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor by the Department or Customer. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT ADMINISTRATION 4.1 Department’s Contract Administrator The Department’s Contract Administrator, whose primary responsibility will be to maintain the Contract file, is as follows: DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 7 of 25 Attachment B: Draft Contract Mobile Communications Services Jane Doe <Insert division> <Insert agency> <Insert physical address> Telephone: (XXX) XXX-XXXX Email: jane.doe@xxxxx.com In the event that the Department changes the Department’s Contract Administrator, the Department will notify the Contractor’s Contract Manager in writing via email and document such in the Contract file. Such changes do not require a formal written amendment to the Contract. 4.2 Department’s Contract Manager The Department’s Contract Manager, who is primarily responsible for enforcing the performance of the Contract terms and conditions and will serve as a liaison with the Contractor, will be as follows: Jane Doe <Insert division> <Insert agency> <Insert physical address> Telephone: (XXX) XXX-XXXX Email: jane.doe@xxxxx.com In the event that the Department changes the Department’s Contract Manager, the Department will notify the Contractor in writing via email. Such changes do not require a formal written amendment to the Contract. 4.3 Department’s Product Manager The Department’s Product Manager, who is primarily responsible for monitoring the performance of the Contract terms and conditions and will serve as a liaison with the Contractor, will be as follows: Jane Doe <Insert division> <Insert agency> <Insert physical address> Telephone: (XXX) XXX-XXXX Email: jane.doe@xxxxx.com In the event that the Department changes the Department’s Product Manager, the Department will notify the Contractor in writing via email. Such changes do not require a formal written amendment to the Contract. 4.4 Contractor’s Contract Manager The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be as follows: Jane Doe <Insert Contractor name> <Insert Contractor’s physical address> DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 8 of 25 Attachment B: Draft Contract Mobile Communications Services Telephone: (XXX) XXX-XXXX Email: jane.doe@xxxxx.com In the event that the Contractor changes its Contract Manager, the Contractor will notify the Department’s Contract Manager in writing via email. Such a change does not require a formal written amendment to the Contract. 4.5 Contractor’s Account Manager The Contractor’s Account Manager, who will serve as a liaison with the Department’s Contract Administrator, will be as follows: Jane Doe <Insert Contractor name> <Insert Contractor physical address> Telephone: (XXX) XXX-XXXX Email: jane.doe@xxxxxx.com In the event that the Contractor changes its Account Manager, the Contractor will notify the Department’s Contract Manager in writing via email. Such changes do not require a formal written amendment to the Contract. SECTION 5. CONTRACT MANAGEMENT 5.1 Notices All notices required under the Contract must be delivered to the designated Contract Manager by certified mail, return receipt requested, reputable air courier service, email, or personal delivery, or as otherwise identified herein or by the Department. 5.2 Change Request The Department’s Contract Manager may authorize operational changes to services and infrastructure that do not have a pricing impact (non-billable changes) via a change request. Such authorized operational changes do not require a Contract amendment but will be memorialized in writing and placed in the Contract Mangers’ files. The Department reserves the right to make the final determination if a change request or Contract amendment is required. Any change that would allow the Contractor to offer less of any deliverable, including commodities, services, technology, or software, requires a Contract amendment. Vendor’s Equipment List and End User Price List updates must be made in accordance with SOW Section 1.5, End User Price Lists (EUPLs) and Vendor’s Device List, and may not require an amendment or change request. 5.3 Diversity Reporting The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 9 of 25 Attachment B: Draft Contract Mobile Communications Services name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each Customer purchasing under the Contract. 5.4 Designated Centralized Nonprofit Agency Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about the designated centralized nonprofit agency and the commodities or contractual services it offers is available at https://www.dms.myflorida.com/business_operations/state_purchasing/state_contracts_and_agreements/(contractType)/4577. 5.5 PRIDE Subject to the agency determination provided for in sections 946.515 and 287.042(1), F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at http://www.pride-enterprises.org. SECTION 6. COMPLIANCE WITH LAWS 6.1 Conduct of Business The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, State, and local agencies having jurisdiction and authority. These may include, but are not limited to, Chapters 282 and 287, F.S., Subtitle 60FF, F.A.C., the Communications Assistance for Law Enforcement Act, the Payment Card Industry DSS, IRS Publication DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 10 of 25 Attachment B: Draft Contract Mobile Communications Services 1045, Section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act (HIPAA) (including executing any Business Associate Agreements as requested by Customers), and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The Contractor must comply with and must assist the Department and Customers with compliance with Subtitle 60FF, F.A.C., (and Subtitle 60GG, F.A.C., if applicable). 6.2 Dispute Resolution, Governing Law, and Venue Any dispute concerning performance of the Contract shall be decided by the Department's Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Department’s Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives any and all privileges and rights relating to venue it may have under Chapter 47, F.S., and any and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 6.3 Department of State, Registration Consistent with Chapters 605 through 623, F.S., the Contractor must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 6.4 Suspended, Convicted, and Discriminatory Vendor Lists In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List during the term of the Contract. 6.5 Scrutinized Companies—Termination by the Department The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. Notwithstanding the foregoing, the Parties are aware of the Eleventh Circuit Court’s decision in Odbrecht Constr. v. Sec’y, Fla. DOT, 715 F.3d 1268 (11th Cir. Fla. 2013), and agree that the provisions of sections 287.135(1)-(5), F.S., pertaining to a company engaged in business operations in Cuba or Syria shall not apply to this Contract unless and until the Eleventh Circuit Court’s decision in Odebrecht Constr. v. Sec’y, Fla.DOT, 715 F.3d 1268 (11th Cir. Fla. 2013) is overturned. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 11 of 25 Attachment B: Draft Contract Mobile Communications Services 6.6 Cooperation with Inspector General Pursuant to section 20.055(5), F.S., Contractor, and its subcontractors, if any, understand and will comply with their duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any type of information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs include, but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. 6.7 E-Verify The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. In order to implement this provision, the Contractor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) days of Contract execution. This section serves as notice to the Contractor regarding the requirements of section 448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a public contract for at least one (1) year after the date of such termination. The Department reserves the right to order the immediate termination of any contract between the Contractor and a subcontractor performing work on its behalf should the Department develop a good faith belief that the subcontractor has knowingly violated section 448.095(1), F.S. SECTION 7. WORKERS’ COMPENSATION AND GENERAL LIABILITY INSURANCE, AND INDEMNIFICATION 7.1 Workers’ Compensation Insurance The Contractor shall maintain Workers’ Compensation insurance as required under the Florida Workers’ Compensation Law or the workers’ compensation law of another jurisdiction, where applicable. The Contractor must require all subcontractors to similarly provide Workers’ Compensation Insurance for all of the latter’s employees. In the event work is being performed by the Contractor under the Contract and any class of employees performing the work is not protected under Worker’s Compensation statutes, the Contractor must provide, and cause each subcontractor to provide, adequate insurance, satisfactory to the Department, for the protection of employees not otherwise protected. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 12 of 25 Attachment B: Draft Contract Mobile Communications Services 7.2 General Liability Insurance The Contractor shall maintain insurance sufficient to adequately protect the Department and Customers from all claims or liability for personal injury or property damage arising out of, resulting from the performance of, or in connection with the operation of, the Contract. All insurance shall be with insurers authorized to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide the Department with Certification(s) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured within thirty (30) days after Contract execution and on the Contract anniversary date each year of the Contract. The Contractor must submit via email, to the Department’s Contract Manager, notice of any cancellation or nonrenewal at least ten (10) calendar days prior to cancellation or nonrenewal. In the event of cancellation or nonrenewal, the Contractor will be responsible for securing a replacement insurance policy in accordance with this section within thirty (30) Business Days after the final date of the cancelled or nonrenewed policy. 7.3 Indemnification The Contractor agrees to indemnify, defend, and hold the Department, Customers, and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right or out of any acts, actions, breaches, neglect or omissions of the Contractor, its employees, agents, subcontractors, assignees or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees or delegates are not independent contractors in relation to the Department. The Contract does not constitute a waiver of sovereign immunity or consent by the Department or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Department or Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY 8.1 Public Records Solely for the purpose of this section, the Department’s Contract Manager is the agency custodian of public records. If, under this Contract, the Contractor is providing services and is acting on behalf of the Department, as provided in section 119.0701, F.S., the Contractor shall: 1. Keep and maintain public records required by the Department to perform the service. 2. Upon request from the Department’s custodian of public records, provide the Department 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 in Chapter 119, F.S., or as otherwise provided by law. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 13 of 25 Attachment B: Draft Contract Mobile Communications Services 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the completion of the Contract if the Contractor does not transfer the records to the Department. 4. Upon completion of the Contract, transfer, at no cost, to the Department all public records in possession of the Contractor or keep and maintain public records required by the Department to perform the service. If the Contractor transfers all public records to the Department 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 Department, upon request from the Department’s custodian of public records, in a format that is compatible with the information technology systems of the Department. 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 AT THE TELEPHONE NUMBER, EMAIL ADDRESS AND MAILING ADDRESS PROVIDED FOR THE CONTRACT MANAGER. 8.2 Protection of Trade Secrets or Confidential Information If the Contractor considers any portion of materials made or received in the course of performing the Contract (“contract-related materials”) to be trade secret under section 688.002 or 812.081, F.S., or any other applicable law, or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be responsible for responding to and resolving all claims for access to contract-related materials it has designated trade secret or otherwise confidential. If the Department is served with a request for discovery of contract-related materials designated by the Contractor as trade secret or otherwise confidential, the Contractor will be responsible for filing the appropriate motion or objection in response to the request for discovery. The Department will provide materials designated trade secret or otherwise confidential if the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of contract-related materials as trade secret or otherwise confidential. 8.3 Document Management and Record Retention The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 14 of 25 Attachment B: Draft Contract Mobile Communications Services made in relation to the Contract, including those required by Section 6.6, Cooperation with Inspector General. Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract, or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at:http://dos.myflorida.com/library-archives/records-management/general-records- schedules/. 8.4 Intellectual Property Unless specifically addressed in the Contract, intellectual property rights to all property created or otherwise developed by the Contractor for the Department or the Customer will be owned by the State of Florida at the completion of the Contract. Any inventions or discoveries developed in the course of or as a result of services performed under the Contract which are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made in connection with the Contract and will be referred to the Florida Department of State for a determination on whether patent protection will be sought for the invention or discovery. The State of Florida will be the sole owner of any and all patents resulting from any invention or discovery made in connection with the Contract. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed in connection with the Contract are the sole property of the State of Florida. SECTION 9. DATA SECURITY REQUIREMENTS 9.1 Duty to Secure State Data The Contractor will maintain the security of State Data, including, but not limited to, keeping a secure area around any displayed or otherwise visible State Data and ensuring such data is stored and secured when not in use. The Contractor will be responsible for ensuring that all Persons it contracts with to maintain, store, or process State Data on its behalf will comply with all data security requirements of this section. The Contractor will also comply with any other State or federal rules and regulations regarding security of information. The State will remain the owner of all State Data and any other data made available by the State to the Contractor pursuant to this Contract. Unless otherwise agreed in writing, the Contractor and its subcontractors will not perform any of the services under this Contract from outside of the United States. The Contractor will not allow, through its action or inaction, any State Data to be sent by any medium, transmitted, or to be Accessed outside of the United States. The Contractor shall comply with section 501.171, F.S. Additionally, the Contractor shall reimburse the Department for any costs incurred providing the notifications required by subsections 501.171(3) and (4), F.S., if the Contractor is responsible for a breach. For purposes of this paragraph, “breach,” is as defined in section 501.171(1)(a), F.S. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 15 of 25 Attachment B: Draft Contract Mobile Communications Services 9.2 State Data Access The Contractor shall retain a list of all Persons, as defined in Attachment E – Definitions and Acronyms, with Access to State Data, including a statement confirming that each Person has passed the background screening required herein. This statement shall not include the substance of the screening results, only that the Person has passed the screening. The Contractor shall create a written policy for the protection of State Data, including a policy and procedure for Access to State Data. The Contractor shall retain the policy and information required in this subsection in accordance with Section 8.3, Document Management and Record Retention. The documents are subject to disclosure within thirty-six hours upon written or oral demand by the Department or its designated agents or auditors and are subject to audit and screening. The Contractor shall document and record, with respect to each instance of Access to State Data: 1. The identity of all individual(s) who Accessed State Data in any way, whether those individuals are authorized Persons or not; 2. The duration of the individual(s)’ Access, including the time and date at which the Access began and ended; 3. The identity, form, and extent of State Data Accessed, including, but not limited to, whether the individual Accessed partial or redacted versions of State Data, read-only versions of State Data, or editable versions of State Data; and 4. The nature of the Access, including whether the State Data was edited or shared with any other individual or entity during the duration of the Access, and, if so, the identity of the individual or entity. The damages that would result from the Contractor’s failure to compile, retain, and disclose the written policy and information required in this subsection are by their nature impossible to ascertain presently and will be difficult to ascertain in the future. The issues involved in determining such damages will be numerous, complex, and unreasonably burdensome to prove. The Contractor therefore agrees to credit the Department the sum of $10,000 for each breach of this subsection. The parties acknowledge that these credits are liquidated damages, exclusive of any other right to damages, not intended to be a penalty, and solely intended to compensate for unknown and unascertainable damages. 9.3 Violations of Data Security Requirements A “Security Breach” in this Section 9 means an unauthorized Access of State Data. Good faith Access of State Data by a Person, as defined in Attachment E – Definitions and Acronyms, does not constitute a security breach, provided that the information is not used for a purpose unrelated to the furtherance of the Contract or subject to further unauthorized Access. However, unauthorized Access includes incidents where Persons with authorized Access for certain purposes otherwise gain Access for unauthorized purposes. The Contractor agrees that a Security Breach, including any violations of Section 9.1, Duty to Secure State Data, will entitle the State to a credit commensurate with the Department and Customer’s internal staffing and administrative costs associated with managing the Security Breach or violation of Section 9.1, Duty to Secure State Data, as determined by the Department. Such credits will not preclude the State from recovering other damages DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 16 of 25 Attachment B: Draft Contract Mobile Communications Services it may suffer as a result of the Security Breach or violation of Section 9.1, Duty to Secure State Data. 9.4 Notification Requirements In the event of a Security Breach, including any violations of Section 9.1, Duty to Secure State Data, or a credible allegation or suspicion of a Security Breach or violation of Section 9.1, Duty to Secure State Data (as determined by the Contractor or the Department), the Contractor must notify the Department’s Contract Manager and the affected Customer as expeditiously as practicable, but in all instances no later than one (1) calendar day of knowledge of the Security Breach or credible allegation or suspicion of such. Notification is required regardless of the number of persons or type of State Data affected or potentially affected. The notification must be clear and conspicuous and include a description of the following: 1. The incident in general terms; 2. The type of information that was subject to the violations of Section 9.1, Duty to Secure State Data, or credible allegation or suspicion of Security Breach; 3. The type and number of entities and individuals who were, or potentially have been, affected by the incident; and 4. The actions taken by the Contractor to protect the State Data from further unauthorized Access. However, the description of those actions in the notice may be general so as not to further increase the risk or severity of the Security Breach. The Contractor must also as expeditiously as practicable, but no later than thirty-six hours from the time of discovery, set up a conference call with the Department’s Contract Manager. The conference call invitation must contain a brief description of the nature of the event. When possible, a thirty (30) minute notice will be given to allow Department personnel to be available for the call. If the designated time is not practical for the Department, an alternate time for the call will be scheduled. All available information about the Security Breach or suspected Security Breach must be shared on the call. The Contractor must answer all questions based on the information known at that time and answer additional questions as additional information becomes known. The Contractor must provide the Department with final documentation of the incident including all remedial actions of the Contractor. 9.5 Other Indemnifications and Credit Monitoring The Contractor shall be fully liable for the actions of all Persons, as defined in Attachment E – Definitions and Acronyms, and shall fully defend, indemnify, and hold harmless the Department, Customers, the State of Florida, its officers, directors and employees from any claims, suits, actions, damages, proceedings, and costs of every name and description, including attorney’s fees, to the extent arising or resulting from a violation by the Contractor or a Person, as defined in Attachment E – Definitions and Acronyms, of Section 9, Data Security, and Section 13, Background Screening and Security, resulting in the Security Breach of State Data. The Contractor shall provide credit monitoring services at its own cost for those individuals affected or potentially affected by a Security Breach of these sections by the Contractor or a Person, as defined in Attachment E – Definitions and Acronyms, for a twelve-month period of time following the Security Breach. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 17 of 25 Attachment B: Draft Contract Mobile Communications Services SECTION 10. GRATUITIES AND LOBBYING 10.1 Gratuities The Contractor will not, in connection with the Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying Funds provided under this Contract shall not be used to violate the provisions of sections 11.062 and 216.347, F.S. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after Contract execution and during the Contract’s term. SECTION 11. CONTRACT MONITORING 11.1 Performance Standards The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. Coordination must be maintained by the Contractor with representatives of the Customer, the Department, or of other agencies involved in the Contract on behalf of the Department. 11.2 Performance Deficiencies and Service Level Agreements Service Level Agreements (SLAs) dictate the levels of service delivery for individual services. The parties acknowledge that these SLAs contain financial consequences, as required by section 287.058, F.S., are exclusive of any other right to damages, and are not intended to be a penalty. The Contractor therefore agrees to credit the Department consistently with the Contract, including as set forth in Attachment C - Service Level Agreements. Financial consequences that are due to a Customer after the completion of service, or exceed any payment due to the Contractor, shall be submitted by check rather than as a credit. One, multiple, or recurring violations of a SLA may be considered a breach of the Contract and may result in a suspension or cancellation of PO(s) or CSA(s). The Department reserves the right to determine when violation(s) of SLAs constitute a breach of the Contract or will result in a suspension or cancellation of PO(s) or CSA(s). The Department’s determination of a breach of the Contract or suspension or cancellation of PO(s) or CSA(s) will depend on the number and severity of the SLA violation(s), disruption to service, Contractor’s response, and other factors. In addition to the processes set forth in the Contract (e.g., SLAs), if the Department determines that there is a performance deficiency that requires correction by the Contractor, then the Department will notify the Contractor. The correction must be made within a timeframe specified by the Department. The Contractor must provide the Department with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 18 of 25 Attachment B: Draft Contract Mobile Communications Services If the corrective action plan is unacceptable to the Department, or implementation of the plan fails to remedy the performance deficiencies, the Department will retain ten percent (10%) of the total invoice amount and may suspend or cancel PO(s) or CSA(s) or may suspend work or terminate the Contract as set forth in Section 1.3, Suspension of Work and Termination. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited in order to compensate the Department for the performance deficiencies and the Department may suspend or cancel PO(s) or CSA(s) or may terminate the Contract as set forth in Section 1.3, Suspension of Work and Termination. 11.3 Timely Performance The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or Customer of the steps the Contractor is taking or will take to do so and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department or Customer and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department or Customer’s delay. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor’s control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department or Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department or Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department or Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department or Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 19 of 25 Attachment B: Draft Contract Mobile Communications Services commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS 12.1 Performance or Compliance Audits The Department may conduct, or cause to have conducted, either or both performance and compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractor’s data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to the Contract. The State of Florida’s Chief Financial Officer and the Office of the Auditor General also have authority to perform audits and inspections. 12.2 Payment Audit Records of costs incurred under terms of the Contract will be maintained in accordance with Subsection 8.3, Document Management and Record Retention. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, State of Florida’s Chief Financial Officer, or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY All Contractor employees, subcontractors and agents performing work under the Contract must comply with all security and other requirements of the Department or the Customer. 13.1 Background Screening In addition to any background screening required by the Contractor as a condition of employment, the Contractor warrants that it will conduct a criminal background screening of, or ensure that such a screening is conducted for, each of its employees, subcontractor personnel, independent contractors, leased employees, volunteers, licensees, or other person, hereinafter referred to as “Person” or “Persons,” operating under its direction with Access to State Data or who enter either the premises or facilities where State Data is stored or accessible. Contractor is not required to conduct the aforementioned background screening of a Person if that Person does not have Access to State Data and if that Person, whenever on Customer premises or facilities, is escorted by Customer authorized personnel. The Contractor warrants that all Persons will have passed the background screening described herein before they have Access to State Data or begin performing services DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 20 of 25 Attachment B: Draft Contract Mobile Communications Services under the Contract. The look-back period for such background screenings shall be for a minimum of six (6) years where six (6) years of historical information is available. The minimum background check process will include a check of the following databases through a law enforcement agency or a Professional Background Screener accredited by the National Association of Professional Background Screeners or a comparable standard: 1. Social Security Number Trace; and 2. Criminal Records (Federal, State, and County criminal felony and misdemeanor, national criminal database for all states which make such information available). The Contractor agrees that each Person will be screened as a condition prior to performing services or having Access to State Data. The Contractor is responsible for any and all costs and expenses in obtaining and maintaining the criminal background screening information for each Person described above. The Contractor will maintain documentation of the screening in the Person’s employment file. The Contractor will abide by all applicable laws, rules, and regulations including, but not limited to, the Fair Credit Reporting Act and/ any equal opportunity laws, rules, regulations, or ordinances. 13.2 Disqualifying Offenses If at any time it is determined that a Person has a criminal misdemeanor or felony record, regardless of adjudication (e.g., adjudication withheld, a plea of guilty or nolo contendere, or a guilty verdict), within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that Person from any position with Access to State Data or directly performing services under the Contract. The disqualifying offenses are as follows: 1. Computer related crimes 2. Information technology crimes; 3. Fraudulent practices; 4. False pretenses; 5. Fraud; 6. Credit card crimes; 7. Forgery; 8. Counterfeiting; 9. Violations involving checks or drafts; 10. Misuse of medical or personnel records; and 11. Felony theft. If the Contractor finds a Disqualifying Offense for a Person within the last six (6) years from the date of the court’s disposition, it may obtain information regarding the incident and determine whether that Person should continue providing services under the Contract or have Access to State Data. The Contractor will consider the following factors only in making the determination: i) nature and gravity of the offense, ii) the amount of time that lapsed since the offense, iii) the rehabilitation efforts of the Person, and iv) relevancy of the offense to the job duties of the Person. If the Contractor determines that the Person should be allowed Access to State Data, then Contractor shall maintain all criminal background screening information and the rationale for such Access in the Person’s employment file. The Contractor will promptly notify the Department of any determinations DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 21 of 25 Attachment B: Draft Contract Mobile Communications Services made pursuant to this subsection. The Department reserves the right to require removal of any Persons from performing work on the Contract for any reason. 13.2.1 Refresh Screening The Contractor will ensure that all background screening will be refreshed every five (5) years from the time initially performed for each Person during the term of the Contract. 13.2.2 Self-Disclosure The Contractor shall ensure that all Persons have a responsibility to self-report within three (3) calendar days to the Contractor any updated court disposition regarding any disqualifying offense, regardless of adjudication (e.g., adjudication withheld, a plea of guilty or nolo contendere, or a guilty verdict). The Contractor shall immediately reassess whether to disallow that Person Access to any State of Florida premises or from directly performing services under the Contract. Additionally, the Contractor shall require that the Person complete an annual certification that they have not received any additional criminal misdemeanor or felony record regardless of adjudication (adjudication withheld, a plea of guilty or nolo contendere, or a guilty verdict) for the Disqualifying Offenses and shall maintain that certification in the employment file. In addition, the Contractor shall ensure that all Persons have a responsibility to self-report to the Contractor within three (3) calendar days, any arrest for any Disqualifying Offense. The Contractor shall notify the Department’s Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. 13.3 Department’s Ability to Audit Screening Compliance and Inspect Locations The Department reserves the right to audit the Contractor’s background screening process upon two (2) days prior written notice to the Contractor during the term of the Contract. The Department will have the right to inspect the Contractor’s working area, computer systems, and/or location upon two (2) Business Days prior written notice to the Contractor to ensure that Access to State Data is secure and in compliance with the Contract and all applicable state and federal rules and regulations. SECTION 14. COMMUNICATIONS AND CONFIDENTIALITY 14.1 Public Statements The Contractor shall not, without first notifying the Department’s Contract Manager and securing the Department’s prior written consent, make public statements or publicly disseminate any information which concern the Contract or its subject matter, including, but not limited to: 1. disclose or permit disclosure of any data or information obtained or furnished in accordance with the Contract, 2. use any statement attributable to the Department or its employees, 3. mentioning the Contract in a press release or other promotional material, or 4. otherwise linking Contractor’s name and either a description of the Contract or the name of the State, the Department or any Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 22 of 25 Attachment B: Draft Contract Mobile Communications Services Public statements include press releases, publicity releases, promotions, marketing materials, corporate communications, or other similar communications. If provided, the Department’s written consent shall not be construed to supersede or waive the Contract requirements imposed on the Contractor to maintain confidential information. The Contractor will not use the State of Florida seal, name, or logo of the Department or State of Florida, or Contractor’s relationship to the Department for any purpose without the prior written consent of the Department. The Contractor may refer to the Contract as an experience citation with other customers without prior approval. The Contractor shall have the following obligations with respect to the marketing of this Contract to any Customers: 1. To use its commercially reasonable best efforts to further the promotion, advertising, and marketing of services available under this Contract; and 2. To promote the utilization of this Contract to Other Eligible Users in favor of any other cooperative purchasing contract for similar services. 14.2 Confidential Information The Contractor must maintain confidentiality of all confidential data, files, and records related to the services and commodities provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to Chapter 119, F.S., and sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 15. LICENSING All services shall include all required licenses for Customers to utilize the services at no additional cost to the Customer. All third-party license costs for Contractor-provided hardware and software shall be the responsibility of the Contractor. The Contract will take precedence over any and all End User License Agreement conflicting terms. Any provisions in an End User License Agreement that require the Department to indemnify the Contractor are inapplicable. Additional terms affixed to products or services prior to delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, serviceagreements, end user agreements, “clickwrap” agreements, “shrink wrap”, “browserwrap”,or terms accompanying or affixed to a product or service, whether written or electronic) incorporated onto the Contractor’s or subcontractor’s order or fiscal forms or other documents forwarded by the Contractor for payment will not be binding on the Department or Customer unless negotiated and agreed to in writing as specified in this section. A Customer may agree to additional terms and conditions specific to the Customer’s order that are jointly negotiated and explicitly agreed upon by the Customer. A Customer's acceptance of a product or service or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute an acceptance of the Contractor’s or subcontractor’s proposed modification to terms and conditions or an agreement to modify or DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 23 of 25 Attachment B: Draft Contract Mobile Communications Services add additional terms to this Contract. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. SECTION 16. PERFORMANCE BOND Within thirty (30) days of Contract execution, Contractor will deliver to the Department’s Contract Manager a performance bond in the amount of $500,000 (five hundred thousand). This shall also apply to any renewal years. The bond shall name the Department as the beneficiary and will be used to guarantee satisfactory performance by the Contractor throughout the term of the Contract. 1. The performance bond shall be maintained throughout the term of the Contract. The performance bond must be issued by an acceptable surety company, as determined by the Department, and which surety must be licensed to do business in the State of Florida. The insurer or bonding company shall pay losses suffered by the State of Florida directly to the Department. 2. The Contractor and insurer or bonding company shall provide the Department prior written notice or immediate notice upon knowledge of any attempt to cancel or to make any other material change in the status, coverage, or scope of the performance bond, or of the Contractor’s failure to pay bond premiums. 3. The Department shall not be responsible for any premiums or assessments on or in relation to the performance bond. 4. The performance bond is to protect the Department and the State against any loss sustained through failure of the Contractor’s performance in accordance with the Contract. No payments shall be made to the Contractor until the performance bond is in place and approved by the Department in writing. 5. Within thirty (30) days of Contract execution, and by Contract execution anniversary each year following, the Contractor shall provide the Department with a surety bond continuation certificate or other acceptable verification that the performance bond is valid and has been renewed for an additional year. 6. The performance bond provided under this section shall be used solely to the extent necessary to satisfy the damage claims made by the State of Florida pursuant to the terms of the Contract. In no event shall the performance bond be construed as a penalty bond. 7. No sooner than two (2) years after Contract execution, if it is in the best interest of the State of Florida, as determined by the Department, the Contractor’s performance bond may be reduced for the remainder of the term. This reduction shall require an amendment to the Contract with the agreement of both parties. SECTION 17. CUSTOMER OF RECORD The Department is considered the Customer of Record for all services for the purposes of the Federal Communications Commission and Customer Proprietary Network Information. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 24 of 25 Attachment B: Draft Contract Mobile Communications Services SECTION 18. SPECIFIC APPROPRIATION The following is the specific State fund from which the State will make payment under the first year of the Contract: General Appropriations Act (Florida Law) 2909 SPECIAL CATEGORIES CENTREX AND SUNCOM PAYMENTS FROM COMMUNICATIONS WORKING CAPITAL TRUST FUND SECTION 19. MISCELLANEOUS 19.1 Warranty of Contractor’s Ability to Perform The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall notify the Department of any regulatory or legal actions filed by any federal, state, or local government entity and any other litigation that could impact the Contractor’s ability to perform under this Contract within thirty (30) days of the action being filed. The Contractor must notify the Department of any legal actions filed against it for a breach of a contract of similar size and scope to this Contract within thirty (30) days of the action being filed. Failure to notify the Department of a legal action within thirty (30) days of the action will be grounds for termination for cause of the Contract. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. 19.2 Subcontractors, Affiliates, Partners, Teammates, Third-Party Vendors The Contractor is fully responsible for satisfactory completion of all subcontracted work, including work by affiliates, partners, teammates, and all other third-party vendors, in accordance with the terms and conditions of the Contract. 19.3 Assignment The Contractor will not sell, assign, or transfer any of its rights, duties or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign the same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 19.4 Independent Contractor The Contractor is an independent contractor. The Contractor and its employees, agents, representatives, and subcontractors, affiliates, partners, teammates, and all other third-party vendors are not employees or agents of the Department and are not entitled to the benefits of State of Florida employees. The Department will not be bound by any acts or DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 25 of 25 Attachment B: Draft Contract Mobile Communications Services conduct of the Contractor or its employees, agents, representatives, or subcontractors, affiliates, partners, teammates, and all other third-party vendors. 19.5 Risk of Loss Matters of inspection and approval are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer or the Department rejects a commodity, Contractor will remove the commodity from the premises within ten (10) days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) days will be deemed abandoned by the Contractor and the Customer or the Department will have the right to dispose of it as its own property. Contractor will reimburse the Customer or the Department for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 19.6 Safety Standards Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 19.7 Ombudsman A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. 19.8 Time is of the Essence Time is of the essence regarding each and every obligation of the Contractor. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 19.9 Waiver The delay or failure by the Department or Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 19.10 Modification and Severability With the exception of the process described in Section 5.2, Change Requests, this Contract may only be modified by a written agreement signed by the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Attachment C Service Level Agreements (SLAs) ITN No.: DMS-19/20-006 Page 1 of 9 Attachment C: Service Level Agreements Service Category SLA Number Deliverable Title Performance Metric Financial Consequence All calendar days, unless otherwise stated Additional SLA Clock Information Contractor Staffing SLA-A1 Staffing Positions a) Key staff positions will be filled within thirty (30) days from Contract execution, in accordance with SOW subsection 2.1 b) Key staff positions will be filled within ninety (90) days of vacancy or within the timeframe established by the Department after a waiver of the ninety (90) day requirement, in accordance with SOW subsection 2.1 c) DMS must receive a notification of a vacancy of a key staff position within fourteen (14) days of the vacancy, in accordance with SOW subsection 2.1 a) $250 per day, per vacancy b) $250 per day, per vacancy c) $250 per day, per incident a) Should DMS invoke the right to review and approve candidates for key staff positions, the SLA clock will be suspended during the DMS review. b) Should DMS invoke the right to review and approve candidates for key staff positions, the SLA clock will be suspended during the DMS review. c) N/A SLA-A2 Final Staffing Organizational Chart The final Staffing Organizational Chart shall be submitted to the Department no later than thirty (30) days from Contract execution, in accordance with SOW subsection 2.1 $1,000 per day DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 2 of 9 Attachment C: Service Level Agreements Services and Devices for Mobile Communication Services SLA-B1 Network-to-Network Interconnection Failover Failover successfully accomplished within 500 seconds, in accordance with SOW subsection 3.6 $5,000 per connectivity issue incidence $5,000 per quarter hour if the failover is not successful and results in downtime of longer than 500 seconds The SLA is measured by the Contractor’s equipment or system logs. The SLA clock starts when the logs indicate the loss of interconnectivity. The SLA clock stops when the interconnection with MFN operates without any loss of performance compared to the interconnection performance prior to failover. SLA-B2 Network-to-Network Interconnection Performance Upgrade with MyFloridaNet Required capacity upgrade must be completed within sixty (60) days, in accordance with SOW subsection 3.6 $3,000 per day The SLA clock starts when an upgrade is needed as shown and documented in the Contractor’s monitoring tools. The SLA clock is on hold during DMS verification of the upgrade. The SLA clock stops when the required capacity upgrade has been accepted by DMS. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 3 of 9 Attachment C: Service Level Agreements SLA-B3 SLA Compliance Report The report will be provided monthly, two (2) Business Days before the monthly operational meeting, in accordance with SOW subsection 3.18.5 $1,000 per day SLA-B4 Escalation Activity Report The report will be provided monthly, two (2) Business Days before the monthly operational meeting, in accordance with SOW subsection 3.19.1 $1,000 per day SLA-B5 Zero Usage Report The report will be provided quarterly and provided two (2) Business Days before the January, April, July, and October monthly operational meeting, in accordance with SOW subsection 3.19.2 $1,000 per day SLA-B6 Escalation Procedure Development and Updates Developed within thirty (30) days of Contract execution, in accordance with SOW subsection 3.19.3 and section 4. Updated within three (3) Business Days of email notification from DMS. $1,000 per day until developed or until updated SLA-B7 Notification, Planned Maintenance Notification received two (2) Business Days prior to any planned maintenance, in accordance with SOW subsection 3.20.4 and section 4 $2,500 per failure to notify The SLA is measured by the Contractor’s logs and emails. The SLA applies automatically two (2) Business Days prior to any planned maintenance for which notice is not provided. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 4 of 9 Attachment C: Service Level Agreements SLA-B8 Notification, Emergency Maintenance Notification received at least thirty (30) minutes prior to the emergency maintenance, in accordance with SOW subsection 3.19.4 and section 4 $2,500 per failure to timely notify The SLA is measured by the Contractor’s logs and emails. The SLA automatically applies thirty (30) minutes prior to any emergency maintenance for which notice is not provided. SLA-B9 Notification, Unplanned Maintenance Notification received within two (2) hours of the unplanned maintenance, in accordance with SOW subsection 3.19.4 and section 4 $2,500 per failure to timely notify The SLA is measured by the Contractor’s logs and emails. The SLA automatically applies two (2) hours after any unplanned maintenance for which notice is not provided. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 5 of 9 Attachment C: Service Level Agreements SLA-B10 Migration of Existing Customers Customer migration will be completed within one-hundred and twenty (120) days of completion of the Services Infrastructure Checklist, in accordance with SOW subsection 3.23 $3.00 per day, and per wireless data/voice device, until completed The SLA clock stops for incumbent Contractors when all End-users are identified as either migrated or no longer receiving services from the Contractor. The SLA clock stops for non-incumbent Contractors when all End-users identified as purchasing services from the non-incumbent Contractor are migrated. Contractor Meetings with DMS SLA-C1 Project Management Monthly Review Meeting A Project Management Monthly Review Meeting must be conducted within fifteen (15) days of acceptance of the Project Charter and monthly thereafter, in accordance with SOW subsection 3.25.3. $250 per day The SLA clock is on hold if the Department requests the meeting be delayed or cancelled. SLA-C2 Project Implementation Phase - Project Kickoff Meeting A Project Kickoff Meeting must be conducted within fifteen (15) days of acceptance of the Project Charter, in accordance with SOW subsection 3.25.4. $250 per day The SLA clock is on hold if the Department requests the meeting be delayed or cancelled. Project Management SLA-D1 Project Charter A Project Charter is due within four (4) weeks of Contract execution, in accordance with SOW subsection 3.26.1.1 $1,000 per day DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 6 of 9 Attachment C: Service Level Agreements SLA-D2 Project Management Plan A Project Management Plan is due within six (6) weeks of Contract execution, in accordance with SOW subsection 3.26.1.2 $1,000 per day SLA-D3 Readiness Plan A Readiness Plan is due within six (6) weeks of Contract execution, in accordance with SOW subsection 3.26.1.3 $1000 per day SLA-D4 Communications Management Plan A Communications Plan is due within six (6) weeks of Contract execution, in accordance with SOW subsection 3.26.1.4 $1000 per day SLA-D5 Risk Management Plan A Risk Management Plan is due within six (6) weeks of Contract execution, in accordance with SOW subsection 3.26.1.5 $1000 per day SLA-D6 Requirements Management Plan A Requirements Management Plan is due within six (6) weeks of Contract execution, in accordance with SOW subsection 3.26.1.6 $1000 per day SLA-D7 Disaster Recovery Plan A Disaster Recovery Plan is due within three (3) months of Contract execution, in accordance with SOW subsection 3.26.1.7 $1,000 per day SLA-D8 Project Management Implementation Phase Schedule After acceptance of the Project Charter, a Project Management Implementation Phase Schedule is due every two (2) weeks by noon ET on Fridays, in accordance with SOW subsection 3.26.2.1 $250 per day DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 7 of 9 Attachment C: Service Level Agreements SLA-D9 Project Management Tracking Logs Project Management Tracking Logs must be submitted within two (2) weeks after the Project Kickoff Meeting and every two (2) weeks thereafter, in accordance with SOW subsection 3.26.2.2 $250 per day SLA-D10 Project Status Reports Project Status Reports must be submitted within two (2) weeks after the Project Kickoff Meeting and every two (2) weeks thereafter, in accordance with SOW subsection 3.26.2.3 $250 per day SLA-D11 Guides Guides must be provided within three (3) months of Contract execution and within one (1) week, or as otherwise specified by DMS, upon requested updates, in accordance with SOW subsection 3.26.3 $250 per day SLA-D12 Project Closure Documentation Project Closure Documentation must be provided within one (1) month from the close of the Project Implementation Phase, in accordance with SOW subsection 3.26.4 $250 per day SLA-D13 Implementation Plan A Project Implementation Plan must be provided within six (6) weeks of Contract execution, in accordance with SOW subsection 3.26.5.1 $1,000 per day SLA-D14 Incumbent Contractor Weekly Migration Report An Incumbent Contractor Weekly Migration Report is due each week during implementation, in accordance with SOW subsection 3.26.5.1.b $1,000 per day DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 8 of 9 Attachment C: Service Level Agreements SLA-D15 Non-incumbent Contractor Weekly Migration Report A Non-Incumbent Contractor Weekly Migration Report is due each week during implementation, in accordance with SOW subsection 3.26.5.1.c $1,000 per day SLA-D16 Individual Customer Specific Migration Plans Individual Customer-Specific Migration Plans must be provided within four (4) weeks of written notification of the requirement, in accordance with SOW subsection 3.26.5.2 $500 per day SLA-D17 Services Infrastructure Checklist The Services Infrastructure Checklist must have all items completed and be accepted by the Department within the timeline agreed to in writing in the Implementation and Migration Plan, in accordance with SOW subsection 3.27 $10,000 per day Public Safety SLA-E1 Public Safety Service Plans and Devices Report The Public Safety Service Plans and Devices Report will be provided monthly, two (2) Business Days before the Monthly Operational Meeting, in accordance with SOW section 4.7 $1,000 per day Business Operations SLA-F1 Invoicing Complete and accurate invoices must be submitted no later than the 10th day of the month for services in arrears, in accordance with SOW subsection 5.10 $1,000 per day The SLA clock stops when the timestamp for when the complete and accurate electronic billing file is submitted to the Department. SLA-F2 Application of Billing Credits Apply each credit in the first available billing cycle after the credit has been determined, in accordance with SOW subsection 5.10 $1,000 per day The SLA clock stops based upon the timestamp for when the complete and accurate electronic billing file is submitted to the Department. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Page 9 of 9 Attachment C: Service Level Agreements Direct Ordering and Billing SLA-G1 Cost Recovery Payment to DMS An electronic Cost Recovery Payment will be provided within forty-five (45) days after the end of the calendar quarter to cover the fees collected for the previous quarter, in accordance with SOW subsection 6.2 $1,000 per day The SLA clock stops the date the check is deposited into the DMS account. SLA-G2 Direct-Billed Accounts Monthly Report A Direct-Billed Accounts Monthly Report will be provided no later than the 15th of the month on all direct-billed accounts, in accordance with SOW subsection 6.4 $1,000 per day SLA-G3 Direct-Billed Accounts Quarterly Report A Direct-Billed Accounts Quarterly Report will be provided no later than the 15th of the month on all direct-billed accounts, in accordance with SOW subsection 6.5 $1,000 per day DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 Mobile Communications Services Business Case DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 2 Table of Contents 1 Executive Summary ..............................................................................................................................5 1.1 Purpose...........................................................................................................................................5 1.2 Detailed Description of Services........................................................................................................5 1.3 Current Service Performance ............................................................................................................6 1.4 Goals for Proposed Outsourcing .......................................................................................................6 1.5 Outsourcing Authority......................................................................................................................6 1.6 Descriptions of Available Options......................................................................................................7 1.7 Recommendation Methodology .......................................................................................................7 2 Background ...........................................................................................................................................8 3 Revenue, Technology, and Business Model Analysis & Recommendation........................................9 3.1 Description of Current Contract Revenue ..........................................................................................9 3.2 Mobile Communications Service Technology - Networks .................................................................. 13 3.3 Mobile Communications Service Technology - Equipment ................................................................ 14 3.4 Mobile Network Operator versus Mobile Virtual Network Operator ................................................. 14 3.5 Leverage Existing State Infrastructure ............................................................................................. 15 3.6 Interoperability.............................................................................................................................. 15 3.7 Security ......................................................................................................................................... 15 3.8 Operational Support ...................................................................................................................... 16 3.9 Public Safety .................................................................................................................................. 17 3.10 Compliance ................................................................................................................................... 17 3.11 Recommended Communication Services Technology ....................................................................... 17 4 Market Conditions and Trends ........................................................................................................... 18 4.1 Introduction .................................................................................................................................. 18 4.2 Market Conditions and Trends - Networks....................................................................................... 18 4.3 Market Conditions and Trends - Equipment..................................................................................... 19 4.4 Market Conditions Recommendations ............................................................................................ 19 5 Options & Cost Benefit Analysis......................................................................................................... 19 5.1 Business Models for Mobile Communication Services ...................................................................... 20 5.1.1 Insourcing Mobile Network Operator....................................................................................... 20 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 3 5.1.2 Insourcing Mobile Network Operator as MVNO........................................................................ 21 5.1.3 Combination Insourcing/Outsourcing ...................................................................................... 22 5.2 Evaluation of the Options for Mobile Telecommunication Services ................................................... 22 5.2.1 Descriptions of Available Options for Insource and Outsource................................................... 22 5.2.2 Description of Options for a Mobile Network Operator ............................................................. 23 5.2.3 Description of Options for Forms of Procurement..................................................................... 23 5.2.4 Assumptions for Options ......................................................................................................... 24 5.3 Analysis of Advantages and Disadvantages ...................................................................................... 24 5.3.1 Option 1 - Insourcing (MNO, MVNO)........................................................................................ 24 5.3.2 Option 2 – Second Brand-MNVO (Air Card Services only) and Branded Reseller-MNVO............... 24 5.3.3 Option 3 – Branded Reseller-MVNO......................................................................................... 25 5.4 Potential Performance Improvements/Service Features................................................................... 25 5.5 Cost Benefit Analysis for Each Option.............................................................................................. 26 5.5.1 Financial Model Base Case ...................................................................................................... 27 5.5.2 Option 1 – Insource ................................................................................................................ 27 5.5.3 Option 2 – Insource/Outsource (Second Brand/Hybrid Light MVNO).......................................... 27 5.5.4 Option 3 – Insource/Outsource (Distribution Channel Only) ...................................................... 31 5.5.5 Implementation Timeline for Option 2 & 3 ............................................................................... 34 6 Recommended Option & Detailed Discussion ................................................................................... 35 6.1 Summary of the Three Options Considered in This Business Case ..................................................... 36 6.2 Option 1 – Insource ........................................................................................................................ 36 6.3 Option 2 – Combination Insourcing and Outsourcing (Current MCS Model) ....................................... 36 6.4 Option 3 – Combination Insourcing and Outsourcing (Distribution Channel Only)............................... 37 6.5 Recommendation .......................................................................................................................... 37 7 Business Case Recommendations Summary .................................................................................... 37 8 State Business Process & Policies..................................................................................................... 38 9 Performance Metrics Review ............................................................................................................. 38 10 Projected Timeframe .......................................................................................................................... 39 11 Public Records Compliance ............................................................................................................... 40 12 Contingency Plan................................................................................................................................ 40 13 Transition Plan .................................................................................................................................... 41 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 4 14 American With Disabilities Act Of 1990, As Amended....................................................................... 41 15 Contract Provisions............................................................................................................................. 42 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 5 1 Executive Summary 1.1 Purpose The Department of Management Services (Department) has gathered information needed for the Department and key stakeholders to make an informed decision related to the Department’s options for the procurement of the next generation of mobile communication services (MCS). The goal of the information gathering was to develop a business case providing a recommendation for the best and most appropriate business model and procurement options that provide long-term value to the state. Inspired Technologies, Inc. was contracted to assist the Department’s development of this business case in accordance with Section 287.0571, Florida Statutes (F.S.). The statute requires a business case to evaluate feasibility, cost-effectiveness, and efficiency before the state agency proceeds with any outsourcing of services. This business case focuses specifically on three key elements of MCS: (1) current technology options for mobile communication services in parallel with the State needs; (2) data analysis on industry business models which are optimal for next generation MCS; and (3) best practice recommendations for implementation of such technology and the appropriate business model. The current MCS contracts are with multiple service providers to provide wireless voice and data services and equipment, including data cards, tablets, telemetry devices, feature phones, smartphones, and Push to Talk (PTT) phones. In summary, this document provides substantive information that can be utilized to make informed decisions about the future business model and procurement options of MCS. 1.2 Detailed Description of Services Section 287.0571 (4)(a), F.S. - A detailed description of the service or activity for which the outsourcing is proposed. The objective of MCS is to provide SUNCOM customers the ability to purchase wireless voice and data services and equipment, including options for Public Safety Customers. SUNCOM customers are a combination of State of Florida agencies, and Other Eligible Users (OEUs), as defined in Chapter 282, F.S. SUNCOM customers are currently able to purchase from multiple service pricing plans which include voice per minute rates for in-state and out-of-state calls, fixed rate plans, unlimited call packages, data-only plans, voice-only plans, voice and data bundled plans, pooling and non-pooling plans, and group mobile-to-mobile rate plans. SUNCOM customers are able to purchase equipment which includes select free standard cell phones, data-cards, hotspot devices, and PTT phones with associated monthly service plans. Additionally, there are options for discounted phones, smartphones, and data-only devices when required. SUNCOM customers are able to purchase accessories including hands-free kits, belt clips and holsters, cases, face plates, batteries, chargers, vehicle power adapters, and car kits. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 6 1.3 Current Service Performance Section 287.0571 (4)(b), F.S. A description and analysis of the state agency’s current performance, based on existing performance metrics if the state agency is currently performing the service or activity. In January 2012, the Department entered into contracts, through a competitive procurement, with AT&T Mobility, Sprint, and Verizon Wireless to establish MCS. The total spending under these contracts is approximately $82 million annually. Verizon Wireless accounts for $70 million, AT&T Mobility accounts for approximately $7 million, and Sprint accounts for approximately $5 million. Having contracts with three services providers enables a SUNCOM customer to choose the service provider which offers the customer the best options. Wireless service geographic coverage varies by service provider, for example, and letting the customer decide which coverage is most beneficial is a great advantage of the multi-contract procurement model. Also, the service providers are incentivized to continue improving their service offerings and adjust pricing to attract and keep customers. 1.4 Goals for Proposed Outsourcing Section 287.0571 (4)(c), F.S. The goals desired to be achieved through the proposed outsourcing and the rationale for such goals. The Department’s goals to be achieved in future contracts are: • Determine the best long-term value to the State; • Maintain cost structures with improved service integration; • Ensure adaptability for future technology, customer needs, and evolving industry standards; and • Provide the highest levels of customer service. The current MCS portfolio is utilized throughout the state. As a result, agencies have built processes and dependencies that rely on the portfolio offering that is in service today. Agencies use of these services vary widely depending on the specific mobile communications needs of each specific agency. This requires the MCS vendors to offer a broad array of products and services. 1.5 Outsourcing Authority Section 287.0571 (4)(d), F.S.- A citation to the existing or proposed legal authority for outsourcing the service or activity. Pursuant to Section 282.703, F.S., the Department is to design, engineer, implement, manage, and operate through state ownership, commercial leasing, contracted services, or some combination thereof, the facilities, equipment, and contracts providing SUNCOM Network services, and is to develop a system of equitable billings and charges for telecommunications services. The Department’s Division of State Technology (DST) is tasked with this mission of providing superior telecommunications services more cost effectively to state and local governments, educational institutions, libraries, and non-profit organizations by achieving economies of scale with enterprise planning and procurement. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 7 1.6 Descriptions of Available Options Section 287.0571 (4)(e), F.S. - A description of available options for achieving the goals. If State employees are currently performing the service or activity, at least one option involving maintaining state provision of the service or activity shall be included. This business case examines options specifically for the scope of continued support, features, and offerings following the expiration of the current MCS contracts in January 2022. The options evaluated are insourcing, performing an outsourced competitive solicitation, and combinations of both outsource and insource. The options are: Insource - Is an organization’s performing a service internally. Insourcing is a business decision that is often made to maintain control of critical functions or competencies that are essential to the organization’s mission. Outsource - Is the contracting out of a service to a third party. Outsourcing can be a way to take advantage of third-party experience and efficiency. Combinations of Insource and Outsource - Services provided by a combination of existing state employee full-time equivalent (FTE) positions, with vendors providing elements of operations that fall outside of the administrative, physical, or technical capabilities of the Department. This business case examines a competitive procurement option, an Invitation to Negotiate. In Florida, competitive procurement is governed by Section 287.057, F.S., and Rule 60A-1, Florida Administrative Code. The three types of competitive procurement are: Invitation to Bid (ITB) – Used when a state agency provides all technical specifications and awards on lowest price. Request for Proposal (RFP) – Used when a state agency has determined it is not practicable to use an ITB. The state agency provides all technical specifications, and responses are evaluated on the vendor’s proposed services and price. Invitation to Negotiate (ITN) – Used when a state agency determines that negotiations with one or more vendors may be necessary to enable the state agency to receive the best value. The best value is based on factors such as price, quality, design and workmanship. This option works best when highly technical or complex services are being acquired. The price structure for services is often negotiated. The current MCS contracts were solicited as an ITN. 1.7 Recommendation Methodology The Department has multiple contracts for MCS that are nearing expiration. This business case examines options and business models for the evolution of MCS, and the advantages and risks of each. The business case takes into consideration the statutory requirements and evaluates whether to insource these services, outsource these services, or to provide these services using a combination of existing Department resources and outsourcing. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 8 Throughout the document, there are numerous recommendations and discussion points for consideration. The business case recommendations can be found in Section 7 Business Case Recommendations Summary. 2 Background Mobile Communication Services Contracts and Portfolio of Products & Services (Prior to 2011): Multiple contracts were made available to SUNCOM customers, separately offering wireless data and voice services: 1. Department of Management Services, State Purchasing, State Term Contract o Wireless Voice Services Contract with Verizon Wireless for cell phones voice only services. 2. Western State Contracting Alliance, Alternate Source Contract o Wireless Voice Services –Contract with AT&T and Sprint/Nextel for cell phones voice only services. 3. Department of Management Services, Division of State Technology, Enterprise Contract o Wireless Data Services– Contracts with AT&T Mobility, Sprint and Verizon Wireless for wireless data services (air cards) Mobile Communication Services Contracts and Portfolio of Products & Services (2012 - Present): Multiple contracts are made available through the Department’s SUNCOM offerings. The current MCS service providers are AT&T, Sprint, and Verizon. Each of these contracts provide for the purchase of wireless voice and data equipment, services, and accessories. Public safety options, discussed further in Section 3.9 below, are available to DMS Customers. MCS services are interoperable with other SUNCOM services, including network integration with MyFloridaNet. State agencies have the option to route MCS traffic through their security perimeter to perform additional screening and filtering. The contracts contain stringent Service Level Agreements (SLAs) to manage vendor’s service performance and to perform Key Performance Indicators measurements. These contracts provide for the purchase of wireless voice and data equipment, services for data- cards, tablets, telemetry devices, feature phones, Smartphones, BlackBerrys, PTT phones and services, and accessories. Service pricing plans include voice per minute rates for in-state and out-of- state calls, as well as several fixed rate plans, unlimited call packages, data-only plans, voice-only plans, voice and data bundled plans, pooling and non-pooling plans, and group mobile to mobile rate plans. These contracts have been renewed to January 2022. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 9 3 Revenue, Technology, and Business Model Analysis & Recommendation 3.1 Description of Current Contract Revenue The financial analysis below is based on total customer revenue. Top 20 Customers in Total Revenue: CUSTOMER NAME Category 2014/2015 2015/2016 2016/2017 2017/2018 Total FLORIDA DEPARTMENT OF MANAGEMENT SERVICES State $ 1,518,850 $ 3,123,577 $ 3,461,764 $ 1,314,405 $ 9,418,596 CITY OF TAMPA OEU $ 592,943 $ 1,311,382 $ 1,456,873 $ 751,973 $ 4,113,171 FLORIDA DEPARTMENT OF HEALTH State $ 484,778 $ 1,026,486 $ 1,395,200 $ 788,039 $ 3,694,504 SCHOOL BOARD OF MIAMI DADE OEU $ 28,143 $ 1,039,563 $ 1,242,495 $ 717,295 $ 3,027,495 JACKSONVILLE SHERIFF’S OFFICE OEU $ 264,191 $ 917,121 $ 994,134 $ 498,354 $ 2,673,800 BROWARD SHERIFF'S OFFICE OEU $ 493,039 $ 881,232 $ 874,764 $ 398,797 $ 2,647,831 ORANGE COUNTY SHERIFF'S OFFICE OEU $ 486,972 $ 854,222 $ 841,278 $ 453,132 $ 2,635,604 PALM BEACH COUNTY SHERIFF’S OFFICE OEU $ 367,897 $ 656,829 $ 815,645 $ 326,481 $ 2,166,852 HILLSBOROUGH COUNTY DATA OEU $ 285,547 $ 653,503 $ 758,020 $ 369,678 $ 2,066,748 CITY OF JACKSONVILLE OEU $ 269,985 $ 584,671 $ 507,660 $ 665,932 $ 2,028,248 CITY OF TALLAHASSEE OEU $ 321,878 $ 660,553 $ 683,448 $ 346,118 $ 2,011,997 DEPARTMENT OF CORRECTIONS - OFFICE OF INFORMATION TECHNOLOGY State $ 1,954 $ 6,527 $ 811,902 $ 999,442 $ 1,819,824 DEPARTMENT OF CHILDREN AND FAMILIES - ORLANDO State $ 394,943 $ 491,350 $ 584,548 $ 344,904 $ 1,815,744 PINELLAS COUNTY SHERIFF’S OFFICE OEU $ 285,553 $ 569,949 $ 556,825 $ 325,349 $ 1,737,677 NORTH BROWARD HOSPITAL DISTRICT OEU $ 223,998 $ 452,970 $ 519,231 $ 402,864 $ 1,599,063 CITY OF MIAMI BEACH DATA OEU $ 170,922 $ 517,493 $ 559,048 $ 340,283 $ 1,587,746 CITY OF ORLANDO EMERGENCY OPERATIONS CENTER OEU $ 213,344 $ 475,293 $ 521,522 $ 222,511 $ 1,432,670 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 10 JACKSONVILLE ELECTRIC AUTHORITY, CITY OF JACKSONVILLE OEU $ 235,600 $ 444,121 $ 477,780 $ 249,551 $ 1,407,052 DEPARTMENT OF CHILDREN AND FAMILIES - NORTHEAST ZONE State $ 193,662 $ 395,866 $ 645,868 $ 154,524 $ 1,389,921 POLK COUNTY SHERIFF'S OFFICE DATA OEU $ 219,271 $ 490,398 $ 448,582 $ 188,246 $ 1,346,497 GRAND TOTAL $ 7,053,470 $ 15,553,106 $ 18,156,587 $ 9,857,877 $ 50,621,040 Figure 1 – Top 20 Customers in Total Revenue Top 20 State Customers in Total Revenue: CUSTOMER NAME Category 2014/2015 2015/2016 2016/2017 2017/2018 Total FLORIDA DEPARTMENT OF MANAGEMENT SERVICES State $ 1,518,850 $ 3,123,577 $ 3,461,764 $ 1,314,405 $ 9,418,596 DEPARTMENT OF HEALTH State $ 484,778 $ 1,026,486 $ 1,395,200 $ 788,039 $ 3,694,504 DEPARTMENT OF CORRECTIONS - OFFICE OF INFORMATION TECHNOLOGY - TALLAHASSEE State $ 1,954 $ 6,527 $ 811,902 $ 999,442 $ 1,819,824 DEPARTMENT OF CHILDREN AND FAMILIES - ORLANDO State $ 394,943 $ 491,350 $ 584,548 $ 344,904 $ 1,815,744 DEPARTMENT OF CHILDREN AND FAMILIES - NORTHEAST ZONE State $ 193,662 $ 395,866 $ 645,868 $ 154,524 $ 1,389,921 FLORIDA DEPARTMENT OF LAW ENFORCEMENT State $ 187,137 $ 393,032 $ 429,967 $ 222,934 $ 1,233,070 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONS State $ 164,328 $ 383,284 $ 423,833 $ 258,025 $ 1,229,470 FLORIDA FISH AND WILDLIFE COMMISSION State $ 153,456 $ 315,160 $ 312,445 $ 185,128 $ 966,189 DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VEHICLES State $ 126,728 $ 309,969 $ 348,319 $ 158,630 $ 943,645 DEPARTMENT OF CHILDREN AND FAMILIES State $ 111,498 $ 282,740 $ 388,855 $ 116,905 $ 899,998 DEPARTMENT OF FINANCIAL SERVICES - DIVISION OF REHABILITATION AND LIQUIDATED DAMAGES State $ 106,317 $ 228,075 $ 251,080 $ 116,070 $ 701,542 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 11 FLORIDA DEPARTMENT OF CORRECTIONS - DISTRICT 4 State $ 24,085 $ 154,936 $ 512,859 $ 691,880 FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES State $ 81,873 $ 208,520 $ 226,449 $ 125,385 $ 642,227 DEPARTMENT OF CHILDREN AND FAMILIES - SUNCOAST REGION State $ 2 $ 147,862 $ 323,048 $ 154,924 $ 625,835 DEPARTMENT OF CHILDREN AND FAMILIES - OFFICE OF FINANCIAL SUPPORT State $ 65,799 $ 152,824 $ 195,937 $ 106,878 $ 521,438 DEPARTMENT OF LEGAL AFFAIRS State $ 62,409 $ 166,672 $ 168,173 $ 93,625 $ 490,880 FLORIDA DEPARTMENT OF CORRECTIONS - REGION 3 State $ 77,026 $ 184,647 $ 208,562 $ 470,236 DEPARTMENT OF CHILDREN AND FAMILIES -CHILDREN'S NETWORK SOUTHWEST State $ 72,916 $ 128,726 $ 163,996 $ 76,643 $ 442,280 FLORIDA DEPARTMENT OF CORRECTIONS - REGION 2 State $ 70,195 $ 203,343 $ 160,558 $ 434,096 DEPARTMENT OF CHILDREN AND FAMILIES - NORTHWEST REGION State $ 60,386 $ 139,973 $ 159,447 $ 73,741 $ 433,547 GRAND TOTAL $ 3,958,342 $ 8,443,569 $ 11,172,809 $ 5,290,202 $ 28,864,922 Figure 2 – Top 20 State Customers in Total Revenue Top 20 Other Eligible Users (OEUs) in Total Revenue: CUSTOMER NAME Category 2014/2015 2015/2016 2016/2017 2017/2018 Total CITY OF TAMPA OEU $ 592,943 $ 1,311,382 $ 1,456,873 $ 751,973 $ 4,113,171 MIAMI COUNTY PUBLIC SCHOOLS OEU $ 28,143 $ 1,039,563 $ 1,242,495 $ 717,295 $ 3,027,495 JACKSONVILLE SHERIFF’S OFFICE OEU $ 264,191 $ 917,121 $ 994,134 $ 498,354 $ 2,673,800 BROWARD SHERIFF'S OFFICE OEU $ 493,039 $ 881,232 $ 874,764 $ 398,797 $ 2,647,831 ORANGE COUNTY SHERIFF'S OFFICE OEU $ 486,972 $ 854,222 $ 841,278 $ 453,132 $ 2,635,604 PALM BEACH COUNTY SHERIFF’S OFFICE OEU $ 367,897 $ 656,829 $ 815,645 $ 326,481 $ 2,166,852 HILLSBOROUGH COUNTY DATA OEU $ 285,547 $ 653,503 $ 758,020 $ 369,678 $ 2,066,748 CITY OF JACKSONVILLE OEU $ 269,985 $ 584,671 $ 507,660 $ 665,932 $ 2,028,248 CITY OF TALLAHASSEE OEU $ 321,878 $ 660,553 $ 683,448 $ 346,118 $ 2,011,997 PINELLAS COUNTY SHERIFF OEU $ 285,553 $ 569,949 $ 556,825 $ 325,349 $ 1,737,677 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 12 NORTH BROWARD HOSPITAL OEU $ 223,998 $ 452,970 $ 519,231 $ 402,864 $ 1,599,063 CITY OF MIAMI BEACH DATA OEU $ 170,922 $ 517,493 $ 559,048 $ 340,283 $ 1,587,746 CITY OF ORLANDO - EMERGENCY OPERATIONS CENTER OEU $ 213,344 $ 475,293 $ 521,522 $ 222,511 $ 1,432,670 JACKSONVILLE ELECTRIC AUTHORITY, CITY OF JACKSONVILLE OEU $ 235,600 $ 444,121 $ 477,780 $ 249,551 $ 1,407,052 POLK COUNTY SHERIFF'S OFFICE DATA OEU $ 219,271 $ 490,398 $ 448,582 $ 188,246 $ 1,346,497 CITY OF FORT LAUDERDALE DATA OEU $ 212,148 $ 377,340 $ 439,911 $ 168,516 $ 1,197,915 WEST PALM BEACH PUBLIC SAFETY OEU $ 172,390 $ 389,970 $ 419,190 $ 169,852 $ 1,151,402 MARION COUNTY SHERIFF'S OFFICE OEU $ 165,963 $ 370,710 $ 373,888 $ 218,241 $ 1,128,802 COLLIER COUNTY SHERIFF’S OFFICE OEU $ 191,137 $ 327,097 $ 389,192 $ 185,620 $ 1,093,046 LEE COUNTY - BOARD OF COUNTY COMMISSIONERS OEU $ 144,059 $ 333,641 $ 395,758 $ 213,754 $ 1,087,212 GRAND TOTAL $ 5,344,979 $ 12,308,058 $ 13,275,243 $ 7,212,547 $ 38,140,828 Figure 3 – Top 20 OEU Customers in Total Revenue DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 13 3.2 Mobile Communications Service Technology - Networks The wireless industry consistently experiences increasing demand for network functionality. With increasingly versatile internet-enabled equipment such as smart phones, televisions, personal computers, and tablets, consumers have a growing need and demand for immediate access to voice, video, and data services. This demand is driving the wireless industry to support new levels of enterprise productivity for enhanced mobile solutions. Platforms are increasingly open, supporting an explosion of new applications and services directly to the mobile user. Service provider options are multiplying each day as businesses find themselves in a race to capture market share and revenue from new services. Businesses are responding to demand by boosting capabilities and introducing new technology as quickly as possible. Capital investment in network development and infrastructure has risen to unprecedented levels. This includes upgrading core network transport capacity, growing high-capacity access in major metropolitan areas, extending fiber optic lines closer to consumers, adding high-speed residential broadband technology to legacy phone networks, and improving content serving and distribution technologies2. The wireless industry is currently using Fourth-generation, Long-Term Evolution (4G LTE), technology, as defined by the radio sector of the International Telecommunication Union (IUT- R). These standards were set in March 2008. For mobile use, including smartphones, and other internet-enabled equipment, connection speeds need to have a peak download speeds of at least 100 megabits per second, and for more stationary uses such as mobile hotspots, at least 1 gigabit per second. Global capital spending on fifth-generation (5G LTE) technology is increasing much like the marketplace experienced with the evolution of 4G LTE technology. Today, 4G LTE provides the framework for the fastest connection available for wireless networks, which varies based upon wireless carrier and service topology. As the next evolution comes to reality, increased connection speeds and capabilities will improve as well. 5G LTE technology will utilize unique radio frequencies not used currently in 4G. 4G networks use frequencies below 6 GHz, and 5G will likely use extremely high frequencies in the 30 GHz to 300 GHz range. These higher frequencies are less congested with existing cellular data and will support a larger capacity for data. At its peak, 5G can be up to 20 times faster than 4G. Limited 5G demonstrations have taken place, with carriers anticipating the 5G release in test markets in late 2018, increasing the release in 2019 through 2020. Some projections forecast that demand for additional network capacity will increase 25-fold over the next 3 years3. Each major improvement in network speed and capacity generates new services, devices, and applications that raise consumer expectations, using up the added capacity and creating the requirement to add even more capacity. For telecommunications, the standard will be continuous waves of increased demand and increased network capacity. Improved coverage throughout the state remains a high priority for customers. Customers expect coverage not only in metropolitan areas with multiple carrier options, but also in rural and coastline areas. Currently service is provided by multiple carriers utilizing 3G and 4G LTE technology. Where coverage challenges exist in rural areas, coverage may be reduced to a DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 14 single carrier providing 3G technology, which does not provide the latest technical and is sometimes limited in data service capabilities, meaning data applications on smartphones do not work as expected. Coupled with the demand for improved rural coverage is the demand for improved coverage within buildings. A barrier to this is building penetration, which is continually hampered by thick concrete and steel structures. To address this issue, many buildings are being equipped at the time of new construction or retro fitted with Distributed Antenna Systems (DAS) to extend coverage inside a building. As the evolution from 4G to 5G takes place over the coming years, the state should see improvements in this particular area due to the increased density of towers and small cell deployments, which is a requirement for the implementation of 5G technology. 3.3 Mobile Communications Service Technology - Equipment Equipment available under the current MCS contracts includes cellular phones, smartphones, data-cards, tablets, telemetry devices, feature phones, and push-to-talk phones. Associated accessories are also available, which includes hands-free kits, belt clips and holsters, cases, face plates, batteries, chargers, vehicle power adapters, and car kits. During the duration of new MCS contracts, equipment must be compatible with the latest generation of wireless communication. The Department will need to ensure access to future releases of cellular phones and other internet-enabled equipment are compatible with 5G networks and other future generations of wireless networks. This should include devices that are band 14 enabled or otherwise appropriate for Public Safety Customers. As the industry continues to see growth and development of new cellular phone features with other internet-enabled technology, emerging technologies may be incorporated into future cellular phone releases including facial recognition technology, augmented reality, improved durability, and longer battery life1. 3.4 Mobile Network Operator versus Mobile Virtual Network Operator A mobile network operator (MNO) is a wireless telecommunications provider that owns, manages, and controls all elements necessary to implement, sell, and deliver mobile services to the customer. These elements include radio spectrum allocation, network infrastructure, billing support resources, customer service resources, handset management, provisioning of software, and distribution channels for product and service delivery. In addition to obtaining market share by offering its own services an MNO may also allow or sell access to network services at wholesale rates to mobile virtual network operators (MVNO). MVNO platforms do not supply spectrum, network routing and interconnectivity, but they provide application services, customer care, billing, handset management, and distribution channels for products and services. Also, commonly handled within the MVNO framework are “second brands” of incumbent MNOs and “branded resellers” that resell an MNO’s products and services 1 https://mobilebusinessinsights.com/2018/01/future-technology-of-mobile-phones-what-can-you-expect-to-see- at-mobile-world-congress-2018/ DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 15 under their own brand and are essentially a specialized marketing and sales distribution channel. The current DMS MCS model is essentially an MVNO hybrid of second brands and branded reseller. DMS acts as a branded reseller for all products in the MCS platform except for air card services. For the air card services platform DMS provides customer support, billing, handset management, and distribution and sales. 3.5 Leverage Existing State Infrastructure Currently there is no state telecommunications infrastructure that is used for the mobile communication services platform. 3.6 Interoperability Network interoperability has become increasingly important in the telecommunications industry. The basic idea behind interoperability is the ability for two or more networks, systems, devices, applications or components to communicate. With respect to the telecommunications industry, interoperability refers to the interworking of telecom services over multi-vendor, multi-carrier inter-connections. As networks continue to grow and diversify with the 5G and IoT era on the horizon, it is important they can interoperate to enable end-to-end communication. Devices can interoperate with other devices either by adhering to a common protocol standard, abiding by a published interface standard or situating a gateway between them capable of translating each device’s protocols. These common protocol standards serve as a platform for manufacturers, which note all the necessary components for interoperability into various systems and products.2 Although interoperability has improved in the telecommunications industry, service providers are continuing to work towards interconnection of 5G and IoT devices through network infrastructure enhancement and uniformity of standards. 3.7 Security Service Providers must provide device and network security, and responsiveness to ever changing security risk in today’s telecommunication environment. Threats to the government’s use of mobile devices are real and exist across all elements of provider networks and mobile devices. The stakes for government users are high. Government mobile devices — despite being a minor share of the overall market — present an avenue to attack back-end systems containing data on Floridians in addition to sensitive information relevant to government functions. Mobile devices hold significant amounts of sensitive information, whose compromise could adversely impact State and OEU operations. Additionally, databases controlled by the State and OEUs hold tremendous amounts of personally identifiable information that could be used to compromise financial wellbeing, privacy, or identity. Threats range from advanced attacks, to organized crime using advanced fraud technologies, to simple theft of mobile phones. The threats to government users of mobile devices include the 2 RCRWireless News (April 2018) The Role of Network Interoperability in Telecommunications. Retrieved on January 28, 2019 at https://www.rcrwireless.com/20180419/the-role-of-network-interoperability-in- telecommunications-tag27-tag99 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 16 same threats that target consumers, e.g., call interception and monitoring, user location tracking, attackers seeking financial gain through banking fraud, social engineering, ransomware, identity theft, or theft of the device, services, or any sensitive data. Government users may be subject to additional threats simply because they are government employees. Areas of security vulnerability include: • Mobile device technology stack, including mobile operating systems and lower level device components • Mobile applications • Networks (e.g., cellular, Wi-Fi, Bluetooth) and services provided by network operators • Device physical access • Enterprise mobile services and infrastructure, including mobile device management, enterprise mobile app stores and mobile application management Guidance and best practice is identified for providers and customers through the U.S. Department of Commerce, National Institute of Standards and Technology, other government agencies, non-government organizations and private industry. Although security has improved, significant improvements still need to be made in this area as well as hardening on the new 5G network protocols, which are currently in development3. 3.8 Operational Support Operational support has transformed to meet the consumer’s increasing needs related to increasing complex technology. Many service providers are now able to allow customers to self-manage account profiles and utilize self-service tools via online portals. This allows customers to self-manage inventory management, security management, policy management, and support management, which is not always appropriate for all customers depending on their technical staff and complexity of their needs. Customer care and operational support is provided in all service levels of the MNO and MVNO framework except for the branded reseller platform which focuses only on distribution. The Department should require operational support for all operational needs including billing and technical support. The expectations of a service provider include trouble ticket systems, access to skilled technicians, access to skilled billing staff, policy enforcement, quality control and assurance, monitoring tools, and performance reporting. Service provider should allow customers the option to self-manage accounts. Service provider should function to a world class standard of customer focused service delivery, consistently striving for customer satisfaction that evolves with the technology over time. 3 United States Department of Homeland Security (April 2017). Study on Mobile Devices. Retrieved on August 15, 2017 at https://www.dhs.gov/sites/default/files/publications/DHS%20Study%20on%20Mobile%20Device%20Security%20- %20April%202017-FINAL.pdf DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 17 3.9 Public Safety Mobile technology continues to play a key role in today’s public safety network. Service providers are working with the public safety community on enhanced emergency and first responder features. FirstNet was established by the Middle Class Tax Relief and Job Creation Act of 2012 (“Act”). Under the Act, FirstNet is responsible for ensuring that all components of the Nationwide Public Safety Broadband Network (NPSBN), are built, deployed, operated, and maintained. The NPSBN provides services to public safety entities throughout the nation. FirstNet is an independent federal authority with a statutory duty and responsibility to take all actions necessary to ensure the building, deployment, and operation of the NPSBN based on a single, national network architecture. Mobile providers are now working to build out public safety networks, including FirstNet, dedicated to first responders. Key elements of the public safety networks are developed to enable first responders to communicate and coordinate during emergencies, large events, or other situations where commercial networks can become congested. Therefore, focus has been placed on priority and preemption, which allows providers to shift commercial traffic to other areas of their respective networks, allowing first responders seamless communication. 3.10 Compliance The Federal Communications Commission (FCC) mandates all mobile network operators and all mobile virtual network operators comply with standards and requirements defined for all telecommunications service providers. Compliance with all Federal Americans with Disabilities Act (ADA), Health Insurance Portability and Accountability Act (HIPAA) and Communications Assistance for Law Enforcement Act (CALEA) must be maintained. In addition to Federal mandates, state and local regulatory requirements must also be met to provide services within a given geographic region as appropriate. 3.11 Recommended Communication Services Technology The following recommendation is provided for the MCS platform: 1. The Department should embrace solutions that allow the MCS contracts to easily evolve with changing technology and industry offerings without delays in service offerings. 2. The Department should ensure providers are ready to offer mobile communication network capabilities to all users with minimal cost related to new mobile devices and demonstrate a commitment to offer the latest generation of technology throughout the life of the contract. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 18 3. The Department should work with service providers to ensure network and mobile device security continues to develop in accordance with security related standards and best practices. 4. The Department should support customers in managing security practices within their control. 5. The Department should ensure providers are able to offer a wide variety of equipment and accessories, fulfilling the diverse needs of the MCS customers. 6. The Department should ensure providers are able to offer world class customer service. 7. The Department should ensure public safety spectrum networks are offered by service providers to appropriate eligible users. 4 Market Conditions and Trends Section 287.0571 (4)(g), F.S. A description of the current market for the contractual services that are under consideration for outsourcing. 4.1 Introduction This analysis is intended to meet the statutory requirement of Section 287.0571(4)(g), F.S., which requires “a description of the current market for the contractual services that are under consideration for outsourcing.” Information used for this analysis was gained through a number of methods and sources including: • Discussions with the Department’s staff and management; • Review of extensive data and information provided by the Department regarding SUNCOM operations and billing; • Review of current MCS contracts including amendments; • Research on evolving mobile communication service offerings of large providers; • Review of industry research 4.2 Market Conditions and Trends - Networks The mobile communications industry has evolved drastically over the past 10 years as data driven customers with numerous technical devices consume more bandwidth. During this time, mobile network operators (MNO) have expanded their service offerings and overhauled their price plans to meet explosive demand, while rising capital expenditures underline the ongoing need to upgrade network capabilities. The mobile communications industry will continue to evolve over the next few years and beyond. Boundaries will blur among product categories as a DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 19 range of industry actors shape customer demand. New partnerships will play an ever more important role in driving new technology and innovation. The push for the next evolution of mobile technology is the consumers desire to seamlessly transition between voice and data capabilities ubiquitously as they move from location to location utilizing mobile and Wi-Fi services. As seen in the migration from 3G to 4G, the 5G technology is predicted to drastically increase data usage per user. Future networks will require fast rollouts, significant capacity, agile, flexible, on-demand and software-oriented telecommunication technologies. 4.3 Market Conditions and Trends - Equipment Demand for internet-enabled equipment, including smartphone, tablets, laptops, and public safety equipment, continues to grow. Market penetration by cheaper imports is increasing. These imports are both manufactured and distributed by foreign companies, as opposed to domestic smartphones, which are still manufactured by foreign companies but marketed and distributed by domestic companies. Foreign manufacturers are actively producing lower-priced smartphone models to siphon off a share of the lucrative US smartphone market. Thus, buyers have a wider range of products and prices to choose from, which boosts competition and buyer power. In addition, the influx of imports has forced larger suppliers to develop their own cheaper alternatives to remain competitive at the low end of the market. Buyers of internet-enabled equipment have also been benefiting from low price volatility during the past three years. Although smartphones are costly, low price volatility indicates that buyers need not worry about sudden price shifts. Furthermore, even though vendors release newer and costlier versions of smartphones annually, increasing market saturation will limit price growth in the coming years as consumers become less willing to pay more for cosmetic updates. 4.4 Market Conditions Recommendations The following recommendations are based on market conditions: 1. The Department should consider established wireless carriers, and wireless carriers that are emerging in the market that could possibly provide lower cost options. 2. The Department should consider tiered volume-based options with wireless carriers, creating the opportunity for discounts. 3. The Department should consider a wide range of equipment to cover basic and high-end mobile capabilities. 5 Options & Cost Benefit Analysis Section 287.0571 (4)(h), F.S. A cost-benefit analysis documenting the direct and indirect specific baseline costs, savings, and qualitative and quantitative benefits involved in or resulting from the DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 20 implementation of the recommended option or options. Such analysis must specify the schedule that, at a minimum, must be adhered to in order to achieve the estimated savings. All elements of cost must be clearly identified in the cost-benefit analysis, described in the business case, and supported by applicable records and reports. The State agency head shall attest that, based on the data and information underlying the business case, to the best of his or her knowledge, all projected costs, savings, and benefits are valid and achievable. As used in this section, the term “cost” means the reasonable, relevant, and verifiable cost, which may include, but is not limited to, elements such as personnel, materials and supplies, services, equipment, capital depreciation, rent, maintenance and repairs, utilities, insurance, personnel travel, overhead, and interim and final payments. The appropriate elements shall depend on the nature of the specific initiative. As used in this paragraph, the term “savings” means the difference between the direct and indirect actual annual baseline costs compared to the projected annual cost for the contracted functions or responsibilities in any succeeding State fiscal year during the term of the contract. Consideration of options for procurement of MCS was performed after careful review of mobile telecommunications markets and trends, from both a State of Florida perspective and nationally. Based on this understanding of markets and trends; the following analysis reviews a variety of factors, such as: budgets, resources, stability, reliability, cost, risks, time to implement, and simplification opportunities. 5.1 Business Models for Mobile Communication Services 5.1.1 Insourcing Mobile Network Operator The business case is required to consider as an option insourcing of MCS, examining whether feasibility, cost-effectiveness, and efficiency is not better obtained by the Department directly delivering services. Insourcing would require the assets, capabilities and staff to construct and operate a Mobile Network Operations (MNO) platform for the State of Florida. This would require DMS to become one of the largest mobile telecommunications operators in Florida, in direct competition with service providers such as AT&T, Sprint, T-Mobile, and Verizon. The Department would be required to: • Negotiate interoperability with other national providers to allow for roaming; • Establish a radio access network and acquire license for the use of needed spectrum. Since 1994, the Federal Communications Commission (FCC) has conducted auctions of licenses for electromagnetic spectrum. The Department would need to become a qualified bidder. The electromagnetic spectrum the Department would require would not necessarily be available for purchase through auction. The recent FCC Auction 73: 700 MHz Band received bids for geographic areas including the State of Florida, with gross bids of $19.2 billion4; • Establish of network-to-network interfaces with every local incumbent local exchange carrier in the State of Florida, as well as for other originating and terminating carriers such as long-distance service providers. • Purchase and implement voice transport infrastructure services, including the design and buildout of cell phone towers across the State of Florida. The costs would include 4 https://www.fcc.gov/auction/73 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 21 an initial investment in obtaining land through purchase or lease, building new cell phone towers, and ongoing operation and maintenance costs associated with the towers; • Purchase and install operational support systems which support all back-office systems associated with operating the MCS network, including administrative and other reports, facilities and maintenance, rating and billing functions; • Purchase and install business support systems which support all front office systems associated with operating the MCS network, including customer service representatives; • Provide professional staffing for management functions not present today at the Department including regulatory filings, FCC reporting, Public Service Commission reporting, carrier relations and the like; • Provide operations staffing for a statewide network including billing, provisioning, maintenance and repair, and the Network Operations Center; • Establish a NOC, which includes the staffing mention above, and also contact center voice equipment and services. A NOC required for these services would include highly skilled multi-lingual contact center agents, and escalation to technically skilled contact center agents. There would also be a cost for the office space required for the contact center agents and supervisors; and • Negotiate contracts with device manufacturers for the purchase of devices. Under this option, the costs to establish a large new statewide MNO are overwhelming and involve considerable risk. For these reasons this insource option is not recommended and is not considered further in this business case. 5.1.2 Insourcing Mobile Network Operator as MVNO A second “insourcing” consideration is the development of a Mobile Virtual Network Operator (MVNO). An MVNO provides mobile services to end-users without owning its own frequency spectrum or network infrastructure, as it buys such capacity from a host MNO. As an MVNO, the Department would not own and operate a network but would still be required to: • Purchase and install operational support systems which support all back-office systems associated with operating the MCS network, including administrative and other reports, facilities and maintenance, rating and billing functions; • Purchase and install business support systems which support all front office systems associated with operating the MCS network, including customer service representatives; • Provide professional staffing for management functions not present today at the Department including regulatory filings, FCC reporting, Public Service Commission reporting, carrier relations and the like; • Provide operations staffing for a statewide network including billing, provisioning, maintenance and repair, and the Network Operations Center; • Establish a NOC, which includes the staffing mention above, and also contact center voice equipment and services. A NOC required for these services would include highly skilled multi-lingual contact center agents, and escalation to technically skilled contact center agents. There would also be a cost for the office space required for the contact center agents and supervisors; and • Negotiate contracts with device manufacturers for the purchase of devices. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 22 Under this option, the costs to establish an MNVO are lower than an MNO, but are substantial and involve considerable risk. For these reasons this insource option is not recommended and is not considered further in this business case. 5.1.3 Combination Insourcing/Outsourcing The Department is acting as a “second brand MVNO” for air cards, and as a “branded reseller MVNO” for all other equipment and services. Today, the Department operates its air card platform as a second brand-MNVO by providing customer care including device activation. DMS originally selected this model to ensure security for air cards. These security techniques include IP address management and isolation of customer traffic via closed user groups. Closed user groups are the segregation of traffic into steams which are only visible to that specific customer. DMS also provides billing and device management for its air card platform. However, the remaining MCS platform is provider managed and the Department only provides a distribution channel for those products and services. Second Brand-MVNO is a model that provides customer care, billing, handset management, and distribution. This platform allows for market participation without spectrum and technical value add including interconnectivity and application development. Branded Reseller-MVNO is a model where the MVNO provides only the distribution channel for products and services. All other support functions are handled by another MVNO or MNO. This is the most flexible and risk adverse platform in the MVNO model. 5.2 Evaluation of the Options for Mobile Telecommunication Services The following is the evaluation of options available to the state for services similar to MCS: 5.2.1 Descriptions of Available Options for Insource and Outsource Section 287.0571 (4)(e), F.S. - A description of available options for achieving the goals. If State employees are currently performing the service or activity, at least one option involving maintaining State provision of the service or activity shall be included. This business case examines three options specifically for the scope of continued support, integration, and installation of MCS and ancillary features/capabilities following the expiration of the current MCS contracts. Insource, Outsource, Insource/Outsource Combination Insource - Is an organization’s performing a service internally. Insourcing is a business decision that is often made to maintain control of critical functions or competencies that are essential to the organization’s mission. Outsource - Is the contracting out of a service to a third party. Outsourcing can be a way to take advantage of third party experience and efficiency. Combinations of Insource and Outsource - Services provided by a combination of existing state employee full-time equivalent (FTE) positions, with vendors providing DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 23 elements of operations that fall outside of the administrative, physical, or technical capabilities of the Department. 5.2.2 Description of Options for a Mobile Network Operator The options for procurement of MCS capability that are evaluated in this business case are: 1. An option based on insourcing whereby the Department creates a Mobile Network Operator and manages all mobile communication functions, like the operations of a competitive mobile network carrier. For reasons described above, Sections 5.1.1 and 5.1.2, are not further considered in this business case. (MNO, MVNO) – Option 1 2. An option based on a combination of insource/outsource whereby the Department outsources the significant mobile communication functions and uses a second brand MVNO platform to manage customer care, billing, and equipment management for air card service only and provides only a distribution channel for the mobile network provider’s products and services. This is DMS’ current model (Second Brand-MNVO and Branded Reseller-MVNO). – Option 2; and, 3. An option based on a combination of insource/outsource whereby the Department outsources all the mobile communication functions and acts only as a brand reseller providing only a distribution channel for the mobile network provider’s products and services, including air cards. (Branded Reseller- MVNO) – Option 3 5.2.3 Description of Options for Forms of Procurement Competitive Procurement - Section 287.057, F.S., and Department of Management Services (DMS) Rule 60A-1, Florida Administrative Code, provides: Invitation to Negotiate (ITN) – Used when the agency knows the desired end result but is not sure how to get there; or, there are many ways to get to the end result; or, the qualifications of the provider and quality is more important than price. This option works best when highly technical or complex services are being acquired. The price structure for services is negotiated. Invitation to Bid (ITB) – Used when the agency knows exactly what it wants. Price is the determining factor in the award. Request for Proposal (RFP) – Used when the agency has a general idea of what it wants. Services and price are evaluated. These procurement options are within the scope for outsourcing as required by Chapter 287.0571, F.S., and represent common procurement options utilized by the state for similar needs. This business case recommends an ITN as the best procurement option but leaves that determination to Executive Leadership. The services contemplated within this business case are highly technical which limits the Department’s ability to establish precise specifications or specifically define the services and identify necessary deliverables. Pricing will not be the sole determining factor in determining a contract award and the Department desires the ability to negotiate the best method of service delivery. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 24 5.2.4 Assumptions for Options The financial modeling presented in this business case uses the “combination insource/outsource” framework. 5.3 Analysis of Advantages and Disadvantages Section 287.0571 (4)(f) - An analysis of the advantages and disadvantages of each option, including, at a minimum, potential performance improvements and risks. Advantages and disadvantages, including risks, for the alternative options as compared to continued separate mobile communication services contracting, and to each other, are as follows. Additional risk analysis are contained within each option and discussed in Sections 5.3.2 and 5.3.3. Potential performance improvements are discussed in Section 5.4. 5.3.1 Option 1 - Insourcing (MNO, MVNO) For reasons described in Section 5.1.1 and 5.1.2, this option is not considered further in this business case. 5.3.2 Option 2 – Second Brand-MNVO (Air Card Services only) and Branded Reseller- MNVO Option 2 is a combination of insource/outsource functionality whereby DMS outsources the physical network associated with the mobile telecommunications services platform and collaborates with the service provider on service plans for contract cost and user pricing. The Department insources billing, and hardware management of the air card service, and provides the distribution channel for the vendor’s products and services (excluding air cards). Advantages • Continues current operating mode, practices, and service provisioning; • Customers experience the same usage patterns and usage-based charging patterns as under current MCS contracts; • Minimizes additional capital expenditures by DMS and MCS customers, since investment, capacity, and technology evolution are managed by the service provider; • Customers experience the same billing and administration; • Provides greater assurance of achieving required SLAs managed by selected service provider. Disadvantages or Potential Concerns • Reporting capabilities may be limited in information, which hampers DMS analysis on services. Risks • DMS identified no risk with this option. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 25 5.3.3 Option 3 – Branded Reseller-MVNO This option is a combination of insource/outsource functionality where DMS outsources the physical network, operations, and billing. In this model DMS acts as a branded reseller providing only a distribution channel for the vendor’s products and services. Advantages • Customers experience the same usage patterns and usage-based charging patterns as under current MCS contracts • Potential for lower overall pricing based on aggregation of usage and negotiation of commitment levels and pricing for tiered levels of utilization, similar to the mobile wireless data pricing model; • Minimizes additional capital expenditures by DMS and MCS customers, since investment, capacity and technology evolution are managed by the service provider; • Provides greater assurance of achieving required SLAs managed by selected service provider. Disadvantages or Potential Concerns • DMS would be required to create a process with the Vendor for the management of closed user groups. • Customers have to review air card charges on their bill without DMS review. Risks • Since DMS would no longer control the service, there would be an implementation and transition risk when transitioning air card services. • There is a potential security risk if DMS does not administer the air cards and the closed user groups. 5.4 Potential Performance Improvements/Service Features The Department should consider the following service improvement and service features. • Future contracts should continue to allow for evolution of service and equipment technology, enabling the contract to evolve with new technology. • Future contracts should continue to allow platform flexibility, scalability, and support for industry standards, enabling a seamless integration of third-party technologies and applications. • Future contracts should have higher statewide coverage through multiple carriers. Providers should offer multiple solutions, including equipment for coverage and building penetration. Equipment offerings for improving building penetration should be vendor neutral and at minimum to no cost for customers. • Future contracts should require detailed reporting capabilities allowing DMS to evaluate the entire product and service offerings for future MCS platform evaluation. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 26 • Future contracts should continue to require a combination of feature rich equipment and basic low-cost options and provide a comprehensive suite of enhanced services fulfilling the customer’s diverse needs. • Future service delivery should include voice services over Wi-Fi service connections. • Future service delivery should have a consideration of technology evolutions in public safety communication services. • Future service delivery should provide the capability for all aspects of the service to be partitioned to provide a scope-of-view and scope-of-command, allowing network administrators (user agents) to manage all their devices. • Future contracts should include a high standard of measurable, achievable and motivational Service Level Agreements for DMS and its customers, supported by a tool set for monitoring service levels, and backed up by appropriate financial consequences. • Future contracts should continue to require a waiver of vendor’s service activation fees. • Future contracts should provide for service plans for both work and personal accounts. • Future contracts should provide discounts for volume purchases. • Future contracts should allow for frequent equipment upgrades at minimal to no cost to customers. • Future contracts should provide options for equipment and lower cost devices from emerging brands. • Future contracts should increase the standard for operational support, achieving a world class standard of customer service delivery. • Future contracts should increase the standard for equipment warranties, simplicity of repair, and replacement for faulty equipment. • Future contracts should require detailed commitment on data utilization, allowing for limited and unlimited data, data limits, data throttling, waivers on data limits for Public Safety plans, and sharing data limits in aggregation across devices. 5.5 Cost Benefit Analysis for Each Option The Department of Management Services uses a margin percentage to markup costs from the MCS services provider and related ancillary service devices to recover internal DMS costs. The optional services and features of MCS are material to the financial analysis on a separate basis, and are not addressed as separate line items, but instead are included in service model revenues. The financial analysis compares the options and provides financial metrics to determine which options will: 1. Maintain low costs for DMS in procuring and managing services; 2. Maintain low costs for agencies utilizing MCS; and 3. Provide the greatest benefit for the least cost. The financial analysis included: 1. Revenue – both air card revenue and all other revenue DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 27 2. Direct Costs – direct costs of vendor payments for air cards, infrastructure adjustment, salary and benefits, data processing, and non-salary overhead. 3. Indirect Costs - included salaries and benefits, expenses, contracted services. 4. Net Revenue – includes potential rebates and other adjustments 5. Net Revenue, Post Rebate-Operations Balance – adjusted for customer rebates with a buffer for maintain operational payment and cost control The analysis forecast the models with the cost recovery rate at either one, one and a half, two, or two and a half percent, which is adjusted in the net revenue with varying customer rebates. An operations revenue buffer of $850,000 annually is assumed to be maintained for operational payment and cost control. 5.5.1 Financial Model Base Case This business case analysis first establishes a baseline of DMS’ current business and financial environment for MCS, determined from historical business and financial data provided by DMS staff, including historical volumes, costs, revenues and vendor contracts. In modeling the various business case options, historical data was utilized to build an understanding of the fiscal flow of revenue and cost for the service. The model reviews the total volume, revenue, and cost for the services utilized by the agencies through this contract. Service Forecasts were developed over the 10-year period from the date of MCS contract execution corresponding to fiscal year 2021-2022 through fiscal year 2031-2032, which includes a 5-year renewal period. Based on projections for DMS’ MCS Services, direct and indirect costs were forecasted over the 10-year period. These projections were compared against the baseline scenario (which forecasted no changes to existing contracts, pricing, or DMS’ business model) to determine the potential cost savings to DMS and to its customers. Options 2 and 3 were also compared against each other to determine which Option resulted in the lowest cost. Over time, DMS may achieve cost savings to the state through migration and integration of newer technologies solution that achieve improved abilities to pass on reductions to the end customers. 5.5.2 Option 1 – Insource For reasons described Section 5.1.1 and 5.1.2, this option is not considered further in this business case. 5.5.3 Option 2 – Insource/Outsource (Second Brand/Hybrid Light MVNO) Option 2 represents the current MCS platform. DMS acts as a branded reseller for all products in the MCS platform except for air card services. For the air card services platform DMS provides customer support, billing, device management, distribution and sales. In the mobile communication market, DMS is acting a second brand or light mobile virtual network operator (MVNO) for air card, and as a “branded reseller MVNO” for all other equipment and services. This platform is an intermediate model between a branded reseller (Option 3) and a fully defined light MVNO. It allows control of distribution channels, increased level of control over back office processes, billing, device management, and value-added services definition and operations for DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 28 air card services. The current MCS platform manages many of these aspects as they relate to MCS air card services. Currently there are 7,956 air card devices that have been issued. 5.5.3.1 Technology Requirements Option 2 envisions current technology requirements to remain the same as it is in the current contracts, however future contracts should allow for flexibility to allow for emerging technologies throughout the life of the contract. All MCS products and services are technically supported by the mobile communications provider except for air card services. Today air card services are supported by both the mobile communications provider and DST. Support regarding the air card device or service is handled by the mobile communications provider. Support for system configuration and closed user group access is provided by DST. The current MCS contract addresses the following technical requirements. • Voice Services • Wireless Data Services • Transmitted Data Security • Closed User Group (Supported by DMS internally) • State Provided IP Addresses (Public and Private) • Wireless Device IP Routing Scheme • Service Provider Furnished Public Routable IP Address Space • Entity Specific Circuit • Wireless Router and/or WWAN Modem • Emergency Operations Features • Security Feature Set • Service Grade • Authentication • Activity User Log • Text Message Service • Message Logging • Tracking Geographical Device Services • Wireless Applications • Voice and Data Coverage Maps • Roaming • Network Neutrality • Priority Connection Services • Applicable Test Plan • Data Monitoring Suite • Voice Monitoring Suite • Voice Handheld Devices • Minimum Technical Requirements • Data Devices • Text Devices • Helpdesk Services DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 29 • Network Trouble Reporting • Client Testing and Evaluation • Operational and User Guides • Escalation Requirements and Procedures • Planned Outage Notification • Unplanned Wireless Outage Notification • Existing Wireless Data Customer Migration 5.5.3.2 Billing Option 2 envisions billing to remain the same as it is in the current state. All MCS products and services are directly billed from the mobile communications provider except for air card services. Today air card services are managed and billed within DST and this accounts for on average 385 invoices a month. 5.5.3.3 Customer Service Option 2 envisions customer service to remain the same as it is in the current state. All customer service needs related to MCS products and services are handled by the mobile communications provider except for air card services. Today select air card services are managed within DST. This select service is considered the closed user group and currently makes up 148 air card users. Support and maintenance of this user group service is handled by DMS internally. 5.5.3.4 DMS Role The DMS role will remain the same as it is in the current MCS platform. DST will continue to work with its MCS customers and service providers to provide the best mobile communications network. 5.5.3.5 Direct & Indirect Cost In addition to the Direct and Indirect Costs listed in Section 5.5 above, Option 2 envisions DMS staffing time for the air card billing process, in addition to the DMS staffing time required for contract management and monitoring that would be required for both 2 and 3. 5.5.3.6 Overall Cost To comply with the statutory requirement to “develop a system of equitable billings and charges for telecommunications services” stated in subsection 282.703(2), F.S., SUNCOM uses administrative cost recovery rates which are assessed for each SUNCOM service. Approximately 93.7 percent of SUNCOM’s costs are payments to contracted telecommunications vendors. The remaining 6.3 percent of SUNCOM’s costs are the costs of engineering, designing, procuring, ordering, installing, monitoring, auditing, invoicing, and managing these SUNCOM services. These support services are funded through the imposition of the administrative cost recovery rates, which are added to vendor charges for SUNCOM services. Some SUNCOM services bear more of these costs than others based upon the relative share of support service resources committed to sustaining the service, and so have a higher rate. The underlying goal of the cost recovery model is to ensure the solvency of the Communications Working Capital Trust Fund. Since 2012, the rate charged DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 30 to SUNCOM’s Wireless Data Service customers have been between two and a half to three percent of the Customer’s monthly invoice amount. Quarterly, DivTel reviews a report showing the profitability of services based on service utilization and service costs. To address any inequity identified upon review of these figures, rate reductions and customer credits are used. A customer credit is a one-time liquidation of excess revenue without any associated rate reduction. Customer credits are issued to air card customers when a service achieves unanticipated excess revenue over expenses. Through customer credits, SUNCOM can ensure equitable billings without risking its ability to sustain a service over the longer term. The SUNCOM’S Wireless Data Service is a stable service with low overhead and air card customers have received customer credits over the years. A reduction in the cost recovery rates associated with SUNCOM’s telecommunications services results in recurring cost avoidance to the existing customers of the affected service. Such a reduction also represents costs avoided by future customers of the service. The recurring nature of the fiscal impact associated with a cost recovery rate reduction requires that adequate consideration be given to both existing and future market conditions associated with the SUNCOM service. With the maturity and growth of SUNCOM’s Wireless Data Service, we are experiencing an increase in revenues. 5.5.3.7 Potential Savings It is anticipated that over the life of the new MCS contract that cost avoidance will be achieved through leveraging State buying power and continuing to maintain lower costs than available commercially, including volume discounts, and the continued availability to the State of emerging and evolving technology surrounding mobile communications. 5.5.3.8 Transition Costs/Considerations There are minimal transition cost risks considered in Option 2 as this option leaves MCS in its current state. Should the future procurement not result in a contract, or contracts, with one of the current incumbent providers, there may be costs associated with transition for end users with “locked” devices (devices that only work on a specific provider’s network), along with DMS staff and customer time. 5.5.3.9 Total Estimated Cost over 10 Years Overall Cost for Option 2 is expected to be $36.7 million over the 10-year period from execution of the MCS contract in July 2020 through FY 2031-32. 5.5.3.10 Risk Analysis Risk analysis of MCS platform remaining in its current state. In maintaining the current model of multiple contracts for MCS with the possible entrance of new providers and new emerging technology may create significant risks and required efforts on both the enterprise and customer side. Some of the emerging technology may include 5G network and related technology offerings, emerging public safety integration, device transitioning, and future technological innovations. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 31 The most significant risks and required efforts are on the customer side of transitioning to a new or different MCS platform. Each agency will be required to assess current capabilities and requirements for transition to a new or different MCS platform. Standards, methods, and practices for transition to a new or different MCS platform have been developed through experience by all large carriers who have accomplished this transition for other enterprise customers besides the State of Florida. Furthermore, some additional training of agency IT staff may be required, but it is anticipated that this can be provided over time. Also, with this option the lack of visibility of detailed reporting information regarding customers, device type, usage of service type, plans and features, and other valuable informational data may not be consistently provided and reported. This reporting data is needed for future analysis of the MCS contract to ensure the most advantageous services and pricing for the State of Florida. 5.5.3.11 Mitigation Plan Mitigation of negative consequences of MCS platform remaining in its current state is provided by the following factors: 1. The industry will be adapting to emerging technologies as the standard platform for mobile telecommunication services. 2. The current MCS business process and platform experience can be leveraged in any new technology and vendor transitions. 4. The onboarding process of a potential new MCS service provider is expected to occur over a fairly short time period. 5. The MCS business process would remain on an existing and operating network with which all users are familiar. Current users are familiar with the day to day operation of MCS. 6. Existing MCS contracts remain in place throughout the transition period. 7. Development and implementation of stringent SLAs to manage service provider’s service performance, including technical, service delivery and financial requirements. 5.5.3.12 Implementation Timeline for Option 2 & 3 The schedule that, at a minimum, must be adhered to in order to achieve the estimated savings is indicated below in the MCS timeline, which has been combined for both Options 2 & 3 as they would be the same timeline projection. See Section 5.5.5 for the draft timeline. 5.5.4 Option 3 – Insource/Outsource (Distribution Channel Only) This option represents the lightest MVNO business model, where DMS would only provide its distribution channel to the mobile network operator (MNO) while the MNO provides the rest of the business, from access network to the definition of the mobile service offer. This is the model that requires the lowest investment and overhead for DMS. However, most of the business services remain with the network provider. Therefore, this option provides very limited control of the business and value proposition of the service. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 32 5.5.4.1 Technology Requirements All technology responsibilities are outsourced to the mobile communications provider in Option 3. This includes all technology requirements as outlined in Option 2 and includes air card services. 5.5.4.2 Billing All billing responsibilities are outsourced to the service provider in Option 3. 5.5.4.3 Customer Service All customer service responsibilities are outsourced to the service provider in Option 3. 5.5.4.4 DMS Role The DMS role in Option 3 is to only provide a distribution channel for the service provider. 5.5.4.5 Direct & Indirect Cost In addition to the Direct and Indirect Costs listed in Section 5.5 above, Option 3 envisions 2 FTE for the management of the MCS contract and services. 5.5.4.6 Overall Cost To comply with the statutory requirement to “develop a system of equitable billings and charges for telecommunications services” stated in subsection 282.703(2), F.S., SUNCOM uses administrative cost recovery rates assessed for each SUNCOM service. Approximately 93.7 percent of SUNCOM’s costs are payments to contracted telecommunications vendors. The remaining 6.3 percent of SUNCOM’s costs are the costs of engineering, designing, procuring, ordering, installing, monitoring, auditing, invoicing, and managing these SUNCOM services. These support service rates are funded through the imposition of the administrative cost recovery rates, which are added to vendor charges for SUNCOM services. Some SUNCOM services bear more of these costs than others based upon the relative share of support service resources committed to sustaining the service, and so have a higher rate. The underlying goal of the cost recovery model is to ensure the solvency of the Communications Working Capital Trust Fund. Since 2012, the rate charged to SUNCOM’s Wireless Data Service customers has been between two and a half to 3 percent. Quarterly, DivTel reviews a report showing the profitability of services based on service utilization and service costs. In order to address any inequity identified upon review of these figures, rate reductions and customer credits are used. A customer credit is a one-time liquidation of excess revenue without any associated rate reduction. Customer credits are issued when a service achieves unanticipated excess revenue over expenses. Through customer credits, SUNCOM can ensure equitable billings without risking its ability to sustain a service over the longer term. The SUNCOM’S Wireless Data Service is a stable service with low overhead and has received customer credits over the years. A reduction in the cost recovery rates associated with SUNCOM’s telecommunications services results in recurring cost avoidance to the existing customers of the affected service. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 33 Such a reduction also represents costs avoided by future customers of the service. The recurring nature of the fiscal impact associated with a cost recovery rate reduction requires that adequate consideration be given to both existing and future market conditions associated with the SUNCOM service. With the maturity and growth of SUNCOM’s Wireless Data Service, we are experiencing an increase in revenues. 5.5.4.7 Potential Savings It is anticipated that over the life of the new MCS contract that cost savings will be achieved through leveraging State buying power realizing lower costs than available commercially, including volume discounts, and the continued availability to the State of emerging and evolving technology surrounding mobile communications. 5.5.4.8 Transition Costs/Considerations There are minimal transition cost risks considered in Option 3 as this option leaves MCS in its current state with the exception of air cards, which become the responsibility of the service provider. Should the future procurement not result in a contract, or contracts, with one of the current incumbent providers, there may be costs associated with transition for end users with “locked” devices (devices that only work on a specific provider’s network), along with DMS staff and customer time. 5.5.4.9 Total Estimated Cost over 10 Years Overall Cost for Option 3 is expected to be $36.7 million over the 10-year period from execution of the MCS contract in July 2020 through FY 2031-32. DMS’s participation in administering air cards is an incidental cost and does not impact the overall cost for Option 3. 5.5.4.10 Risk Analysis This paragraph presents a risk analysis of DMS providing only a distribution channel for MCS services and having the vendor manage the entire MNO value chain. The risk differential between Option 2 and 3 are minor. The risks in Option 3 would encompass the risks outlined for Option 2 in Section 5.5.3.10, with the addition of migration of the closed user group (private network access to MyFloridaNet). Also, with this option the lack of visibility of detailed reporting information is a risk. Data regarding customers, device type, usage of service type, plans and features, and other valuable informational data may not be consistently provided and reported. This reporting data is needed for future analysis of the MCS contract to ensure the most advantageous services and pricing for the State of Florida. 5.5.4.11 Mitigation Plan Mitigation of negative consequences of DMS providing only a distribution channel for MCS services and having the service provider manage the entire MNO would encompass the following: DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 34 1. Development and implementation of stringent SLAs to manage service provider’s service performance, including technical, service delivery and financial requirements. 2. Work with the service provider and required resources to implement, troubleshoot, manage, and monitor the transition of the closed user group air card services. This would include training and other oversight needed for successful migration. 3. Work with customers and required resources to manage the MCS transition, including training and other oversight. 4. The industry will be adapting to emerging technologies as the standard platform for MCS. 5. The current MCS business process and platform experience can be leveraged in any new technology and service provider transitions. 6. The onboarding process of a potential new MCS service provider is expected to occur over a fairly short time period. 7. The MCS business process would remain on an existing and operating network with which all customers are familiar. Current users are familiar with the day to day operation of MCS. 8. Existing MCS contracts remain in place throughout the transition period as an alternative. 5.5.5 Implementation Timeline for Option 2 & 3 The schedule that, at a minimum, must be adhered to in order to achieve the estimated savings as indicated below in the MCS timeline, which has been combined for both Options 2 & 3 as they would be the same timeline projection. The image below is a placeholder until final timeline is developed with Executive Leadership. Changes to this timeline are expected to have minimal impact on the estimated savings resulting from the execution of Contracts. Mobile Communication Services Draft Timeline 1/2019 1/2022 4/2019 7/2019 10/2019 1/2020 4/2020 7/2020 10/2020 1/2021 4/2021 7/2021 10/2021 January 2019 Business CaseCompletion January 2019 – December 2019 Solicitation Development January 2020-June 2020Post Solicitation on Vendor Bid System August 2020 – January 2021Migration January 2022 Expiration of Current MCS Contract November 2020Ongoing MCS-2Contract Operationsand Management • January 2019 Business case completion • January 2019 – December 2019* Solicitation development • January 2020* - June 2020* Post solicitation on Vendor Bid System • July 2020* Sign contract • August 2020* - January 2021* Migration • November 2020 MCS-2 operations and management begins • January 2022 Expiration of current MCS contract • July 2025 Completion of the initial five-year term • July 2030 Expiration of the MCS-2 contract, if renewed in full DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 35 *These dates are subject to change following internal review processes. 6 Recommended Option & Detailed Discussion The recommended option for this portion of the business case is in accordance with Subsection 287.0571(4), F.S., which outlines the requirements for contracting with private sector vendors as they can effectively and efficiently provide services and reduce the cost of government. This statute requires analysis of feasibility, cost-effectiveness, and efficiency before proceeding with outsourcing of services. A detailed analysis for this decision provides the following key findings: 1. An analysis of the mobile communications market concludes that the MCS platform being provided today is following the correct technological path in terms of capability and service delivery; 2. The MCS reporting and analysis information regarding device type, usage of service, and other data needs to be more detailed and provided to DMS on a monthly basis; 3. An MCS platform enables a connected enterprise characterized by access to people and information virtually anytime and anywhere for faster communication and greater collaboration using a variety of devices or mediums; 4. The mobile communications industry is ever evolving and with multiple providers instead of a single service provider approach, DMS is able to provide the customer with new technology at competitive pricing; 5. As the mobile communications market continues to evolve, review of SLA requirements will need to be a priority for DMS contract management to ensure MCS customers receive the best possible service solution; 6. Improved customer awareness of the capabilities of the service offering portfolio will extend the adoption of MCS to a broader customer base; 7. Innovative technology offerings to DMS customers will provide the opportunity for growth of the MCS platform; 8. The assumption of growth of MCS services will directly result in an increase for data consumption by all customer segments; 9. The telecommunication advancements in Public Safety are continuously evolving and creating new service offerings specific to Law Enforcement, EMS, and other First Responder networks. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 36 6.1 Summary of the Three Options Considered in This Business Case In summary the three options considered for the next generation for Florida’s mobile communications services platform are outlined below. The current services are provided by DMS, Verizon, AT&T, and Sprint. The three options are: 1. Option 1 - Insourcing of Mobile Communications Services and support functions. For reasons described in Section 5.1.1 and 5.1.2, this option is not considered further in this business case. 2. Option 2 - Combination of Insourcing and Outsourcing (Current MCS Model) whereby DMS outsources all of the mobile telecommunication services except for the management, support, and billing of air card services. 3. Option 3 - Combination of Insourcing and Outsourcing whereby DMS outsources all of the mobile telecommunication services and acts only as a distribution channel for the service provider. Each of these three options has been evaluated about the following attributes as supported by Section 5.6: • Risks, disadvantages, pros and cons; • Assumptions and constraints; and • The schedule of key events. 6.2 Option 1 – Insource The Department of Management Services would request the establishment and funding for state FTE positions and physical assets to support mobile communication operations as appropriate. Upon approval, DMS would establish an internal mobile communications services organization composed of these full-time state employees based upon the choice of services to insource and outsource. These positions would be incorporated into the department’s Legislative Budget Request (LBR) for funding each fiscal year. The level and appropriateness of outsourcing will be determined by what services are deemed attainable through state resources. 6.3 Option 2 – Combination Insourcing and Outsourcing (Current MCS Model) For this option, DMS would release an ITN to qualified vendors and negotiate a new contract for the identified MCS service features based upon existing mobile communications service portfolio, which includes Public Safety specific services, with consideration for emerging technology/capabilities. This option is predicated on DMS maintaining support and management of all air card services. This option is the current MCS platform. Option 2 – Combination Insource and Outsource, provides the low risk to the state while allowing competitive market DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 37 forces to keep the total cost of service delivery low. This option leverages DMS’ existing staffing and service capabilities. 6.4 Option 3 – Combination Insourcing and Outsourcing (Distribution Channel Only) For this option, DMS would release an ITN to qualified vendors and negotiate a new contract for the identified MCS service features based upon existing MCS portfolio, which includes Public Safety specific services, with consideration for emerging technology/capabilities. This option outsources all mobile communication services and operations to the service provide while DMS acts only as a distribution channel. Support for air card services would be maintained by DMS until adequate time has been provided for a migration of services to the provider. This option leverages DMS’ existing staffing and service capabilities. 6.5 Recommendation 7 Business Case Recommendations Summary The following section is provided as an overall summary of recommendations collected from throughout the business case. They represent key points that should be considered as DMS moves forward with its chosen path for MCS. Recommendations include: 1. DMS issue a combination insourced and outsourced competitive procurement as an Invitation to Negotiate (ITN) to maintain its currently structured mobile communications services portfolio as outlined by Option 2. 2. The MCS solution should continue to allow for evolution of service and equipment technology, enabling the contract to evolve with new technology. 3. Internal support for closed user group should work with all providers to establish a private network access to MyFloridaNet. 4. Timely review of services and offerings which allows DMS to provide the most advanced mobile communication services. Market technology such as signal boosters and wearable technology are driving the need for data consumption and consumer demands. It is recommended that DMS issue a combination insourced and outsourced competitive procurement as an Invitation to Negotiate (ITN) as outlined by Option 2. This procurement should identify and incorporate the evolution of new mobile communication technologies and service offerings. With the evolution of a Public Safety mobile communication network, consideration should be given to a multiple ITN approach. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 38 5. Prioritize the review of current SLA requirements to ensure MCS customers are receiving the best possible service in a continuously evolving market. 6. DMS develop and implement SLAs that require consistent and timely reporting of device type, usage of service type, plans and features, and other valuable informational data is necessary. This reporting data is needed for service evaluation and monitoring, and future analysis of the Mobile Communication Services contract to ensure the most advantageous services and pricing for the State of Florida. 7. DMS maintain the necessary resources and support staff needed to manage the MCS air card users, closed user group, and its potential growth of new users. Service delivery for this offering must be managed end-to-end within the delivery configuration to ensure proper network administration is maintained. Further, all back-office functions (customer service requests and invoicing) must be properly maintained by DMS resources. 8. Create a report template to be distributed and used monthly by all contracted service providers to ensure consistency and ease of review. 9. DMS maintain the necessary resources and support staff needed for contract management and SLA monitoring to ensure proper service quality for the State of Florida. 10. Tiered or bulk pricing offerings should be explored. 11. The MCS procurement should have the goals of improved SLAs, improved reporting, and continued low pricing. 8 State Business Process & Policies Section 287.0571 (4)(i), F.S. A description of differences among current state agency policies and processes and, as appropriate, a discussion of options for or a plan to standardize, consolidate, or revise current policies and processes, if any, to reduce the customization of any proposed solution that would otherwise be required. In the context of the SUNCOM service portfolio, there are no impacts to existing state agency processes or policies that are not currently being managed effectively by DMS. The intended service delivery maintains a current steady state of services to all SUNCOM customers and as such the new MCS procurement does not present any additional burden on the state. 9 Performance Metrics Review Section 287.0571 (4) (j), F.S. A description of the specific performance standards that must, at a minimum, be met to ensure adequate performance. The current MCS contracts contain Service Level Agreements (SLAs). After review of these SLAs, the performance standards and measurements that should be met to ensure adequate performance includes: DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 39 Escalations – any future contract(s) should continue to require escalation procedures to maintain a high level of customer service to Customers. Migration – any future contract(s) should continue to require migrations be completed within 120 days of Contract execution to maintain a high level of customer service to Customers, and a robust standard of project management. Maintenance – any future contract(s) should continue to require notification for planned and unplanned maintenance that could affect service delivery to maintain a high level of customer service to Customers. Appliance Failover – any future contract(s) should continue to require rapid failover to the secondary IPsec Virtual Private Network (VPN) appliance to maintain connectivity to MFN. In addition to current SLAs, the following recommended performance standards will ensure adequate performance: Contractor Staffing – any future contract(s) should ensure that key staffing positions are filled with personnel with the appropriate experience and qualifications with remedies for identified deficiencies. Contractor meetings – any future contract(s) should ensure that the Department is able to adequately monitor the contracts. Ongoing operational and topic specific meetings are an appropriate tool to assist with such monitoring. Project Management – any future contract(s) should ensure that the Department is able to adequately monitor the transition from current to future contracts. The transition should be conducted in an optimal way to achieve the standards of transition. Billing and Reporting – any future contract(s) should ensure that the Department is able to receive invoices, credits, and reporting on cost recovery and direct billed accounts in a timely manner with all required information. Additionally, future contract(s) should require Public Safety specific reporting on Customer utilization. Public Safety – any future contract(s) that offer public safety specific options should require a high standard of coverage across the State, compliance with industry standards for Public Safety LTE communication, and offer deployable technologies for emergency situations. Additionally, the future contract(s) should ensure Public Safety Customers have local control to enact priority and preemption of their service, a local control portal, and Pubic Safety specific customer support. 10 Projected Timeframe Section 287.0571 (4)(k), F.S. The projected timeframe for key events from the beginning of the procurement process through the expiration of a contract. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 40 The MCS procurement to contract expiration timeline is suggested to be established for five years, with a renewal/evaluation interval at year five, at which time new negotiations for service features and reduced pricing should take place. This contract should be put in place prior to the expiration of existing MCS contacts to allow for any migration of services needs to be met with a new portfolio of services. See 5.5.5 for the presentation of the projected timeline and key events. 11 Public Records Compliance Section 287.0571 (4) (l), F.S. A plan to ensure compliance with the public records law. The procurement and a subsequent awarded contract should state that any and all records produced are subject to Ch. 119, Florida Statutes. The service provider shall allow DMS access to all documents, papers, letters, or other material subject to Ch. 119, Florida Statutes for which public record requests are made or received by the department. 12 Contingency Plan Section 287.0571 (4) (m), F.S. A specific and feasible contingency plan addressing contractor nonperformance and a description of the tasks involved in and costs required for its implementation. Using multiple providers as a strategy to achieve maximum coverage also minimizes the need for contingency planning related to contractor nonperformance. Having multiple contracts facilitates end-users discontinuing services from a nonperforming provider. DMS anticipates continuing its contract strategy where there are no term commitments for devices, therefore any costs related to Contractor nonperformance would be limited to the cost of moving any locked phones for one provider to another. Future contracts should maintain provisions to address the termination for cause in the event of non- performance by the Contractor and remedies for non-performance consistent with those available in rule 60A- 1.006, F.A.C. DMS should include SLAs in the contract in the event the service provider does not meet established performance expectations. The SLAs should provide incentive for a contractor to cure problems with performance before an event of default occurs. Suggested Remedies for DMS for Default and Obligations upon Termination: • Terminate the contract by providing the service provider with appropriate written notice of the effective date of termination; • Seek equitable relief and/or institute legal proceedings against the service provider to collect payment of any money owed including, but not limited to, re- procurement costs, system replacement costs, and liquidated damages; and initiate proceedings to have service provider placed on the Suspended Vendor DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 41 list; • Once placed on the Suspended Vendor list, state agencies will be advised not to do business with the service provider without written approval from State Purchasing until the state receives reimbursement for all re-procurement costs. Recommended Termination Assistance Services: • Service provider must cooperate fully with DMS and any new service provider; • All processes and procedures performed by the service provider must be explained and appropriate documentation provided for each service layer under contract; • Answer questions related to the migration and transition of services; and • Termination assistance services rendered prior to the termination date of the contract will be at no additional cost to DMS. Services rendered after termination of the contract will be at a reasonable rate. 13 Transition Plan Section 287.0571 (4) (n), F.S. A state agency’s transition plan for addressing changes in the number of agency personnel, affected business processes, employee transition issues, and communication with affected stakeholders, such as agency clients and the public. The transition plan must contain a reemployment and retraining assistance plan for employees who are not retained by the state agency or employed by the contractor. Subsection 287.0571(4)(n), F.S., requires a business case to address issues that may arise when work currently being done by state employees is transferred to a contractor. There is no expectation of a need to reemploy or retrain agency personnel. The DMS staff that perform services related to MCS are expected to not have changes to their roles under Option 2. Therefore, utilizing Option 2 does not require reemployment or retraining assistance and no transition plans for employees are necessary. 14 American With Disabilities Act Of 1990, As Amended Section 287.0571 (4) (o)F. S. A plan for ensuring access by persons with disabilities in compliance with applicable state and federal law. The Americans with Disabilities Act (ADA) prohibits discrimination on the basis of disability in employment, state and local government, public accommodations, commercial facilities, transportation, and telecommunications. To ensure that the service provider is compliant with state and Federal ADA laws, the procurement should request that the service provider outline a plan to identify and address any ADA concerns. Future contracts should include the requirement to comply with the provisions in Part II of Chapter 282, Florida Statutes, specifically relating to accessibility of information and technology for those with disabilities. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 SUNCOM Mobile Communication Services Business Case Page | 42 15 Contract Provisions This business case does not address specifics of the contract provisions as set forth in section 287.0571(5), F.S., as they will be fully defined in the ITN. The ITN will take into consideration all other sections of the business case to aid in the development of the contract language as appropriate. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––– ITN No.: DMS-19/20-006 Page 1 of 2 Attachment E: Definitions and Acronyms 4050 Esplanade Way Tallahassee, FL 32399-0950 850-488-2786 Ron DeSantis, Governor Jonathan R. Satter, Secretary ITN No.: DMS-19/20-006 Attachment E – Definitions and Acronyms All personal pronouns used in the Contract, whether used in the masculine, feminine, or gender- neutral, shall include all other genders; the singular shall include the plural; and the plural shall include the singular. The following definitions and acronyms apply to the Contract in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60FF-1, Florida Administrative Code (F.A.C.). In the event of a conflict, the definitions provided in this document will prevail. Access When capitalized, this means review, inspect, transmit, approach, instruct, communicate with, store data in, retrieve data from, or otherwise make use of any State Data, regardless of type, form, or nature of storage; Access to a computer system or network includes local and remote access. Business Days Monday, Tuesday, Wednesday, Thursday, and Friday, excluding weekends and State paid holidays as set forth in section 110.117, F.S. Contractor The Responsive and Responsible Respondent(s), awarded a Contract, if any, pursuant to this ITN. This definition supersedes the definition in section 287.012(7), F.S. CPNI Customer Proprietary Network Information. The definition of CPNI is the Title 47 U.S. Code § 222(h) (2019) definition. CRR Cost Recovery Rate. The Department’s monthly cost recovery charge applied to Customer invoices. CSAB Communications Service Authorization and Billing system. https://portal.suncom.myflorida.com/start/#/login Customers The entities that are provided services under this Contract, including State agencies, which are required to use the SUNCOM Network, and other entities authorized to use the SUNCOM Network in accordance with Chapter 282, F.S. End-user The individual that utilizes the device that consumes the resources defined by the monthly plan. The End-user’s employer is the Customer. EUPL End User Price List HA/HR Highly-available and Highly-reliable. Systems, services, and implementations designed to eliminate planned downtime and prevent unplanned downtime; methods utilize specific hardware, software, and processes; typically implemented in mission critical services. IP Internet Protocol IPsec An Internet Engineering Task Force standard. Text from RFC 4301 - IPsec creates a boundary, between unprotected and protected interfaces, for a host or a network. Traffic traversing the boundary is subject to the access controls specified by the user or administrator responsible for the IPsec configuration. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Attachment E – Definitions and Acronyms ITN No.: DMS-19/20-006 Page 2 of 2 Attachment E: Definitions and Acronyms IPsec Tunnel Tunnels are a design technique utilized by telecommunications service providers to manage traffic. IPsec tunnels are used to create closed user groups to enforce segregation of traffic. IPsec tunnels are a specific type of tunnel which provides security services for IP packets through encryption, authentication, and protection against replay. MFN MyFloridaNet OEU Other Eligible Users. The entities provided services under this Contract that are not State agencies and are not required to use the SUNCOM Network but are otherwise authorized to use the SUNCOM Network in accordance with Chapter 282, F.S. These include, but are not limited to, political subdivisions of the State, including counties, municipalities, school districts, and water management districts. Also included are, private nonprofit elementary and secondary schools conditioned upon certain requirements, universities, libraries of community colleges, and nonprofit corporations. Person When capitalized in Sections 9 and 13 of Attachment B, Draft Contract, this means the Contractor’s employees, subcontractor personnel, independent contractors, leased employees, volunteers, licensees, or other person operating under the Contractor’s direction with Access to State Data or who enters either the premises or facilities where State Data is stored or accessible. Reply A formal response to this ITN. Respondent An entity that submits a Reply to this ITN. SLA Service Level Agreement SLA Clock Service Level Agreement Clock. The SLA clock refers to how a deliverable will be measured in terms of time for completion as stated in the particular SLA. SNMP Simple Network Management Protocol State The State of Florida State Data All documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by the Contractor in its performance under this Contract. Subcontractor A third party performing work under the Contract at the direction of the Contractor, including affiliates, partners, teammates, and all other third-party vendors. VPN Concentrator Virtual Private Network Concentrator. A device, or collection of devices, built to manage secure connections within or between infrastructures. VRF Virtual Routing and Forwarding WDS Wireless Data Service WVS Wireless Voice Service DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––– ITN No.: DMS-20/21-006 Addendum No. 1 Page 1 of 3 4050 Esplanade Way Tallahassee, FL 32399-0950 850-488-2786 Ron DeSantis, Governor Jonathan R. Satter, Secretary Addendum No. 1 to the following Invitation to Negotiate (ITN): Mobile Communication Services DMS-20/21-006 Date: November 9, 2020 To: Prospective Respondents to ITN No.: DMS-20/21-006 From: Caitlen Boles, Procurement Officer Subject: Timeline Update ____________________________________________________________________________ 1. ITN No: DMS-20/21-006, subsection 1.8, Timeline of Events, the table is hereby amended as follows: TIMELINE OF EVENTS Events Event Time (ET) Event Date ITN posted on the VBS. October 7, 2020 Deadline to submit questions to the Procurement Officer. 3:00 PM October 28, 2020 Department’s anticipated posting of answers to Respondent’s questions on the VBS. November 9, 2020 November 16, 2020 Deadline to submit Reply and all required documents to the Procurement Officer. 2:00 PM November 23, 2020 November 30, 2020 Public Opening. Conference Room 101 4050 Esplanade Way Tallahassee, Florida 32399-0950 Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/198062149 3:00 PM November 23, 2020 November 30, 2020 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-20/21-006 Addendum No. 1 Page 2 of 3 TIMELINE OF EVENTS Events Event Time (ET) Event Date You can also dial in using your phone. United States (Toll Free): 1 877 309 2073 United States: +1 (646) 749-3129 Access Code: 198-062-149 Join from a video-conferencing room or system. Dial in or type: 67.217.95.2 or inroomlink.goto.com Meeting ID: 198 062 149 Or dial directly: 198062149@67.217.95.2 or 67.217.95.2##198062149 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/198062149 Anticipated Evaluations Phase. December 1, 2020 December 4, 2020 to December 30, 2020 Anticipated Negotiations Phase. January 4, 2021 to April 12, 2021 Negotiation Team Public Meeting Conference Room 101 4050 Esplanade Way Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/432429477 You can also dial in using your phone. United States (Toll Free): 1 877 309 2073 United States: +1 (646) 749-3129 Access Code: 432-429-477 Join from a video-conferencing room or system. Dial in or type: 67.217.95.2 or inroomlink.goto.com Meeting ID: 432 429 477 Or dial directly: 432429477@67.217.95.2 or 67.217.95.2##432429477 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/432429477 10:00 AM April 19, 2021 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-20/21-006 Addendum No. 1 Page 3 of 3 TIMELINE OF EVENTS Events Event Time (ET) Event Date Anticipated date to post Notice of Intent to Award on the VBS. April 26, 2021 Anticipated Contract Execution. May 2021 FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES, OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, FLORIDA STATUTES. Any protest concerning this agency decision or intended decision must be timely filed with the Agency Clerk. Protests may be filed by courier, hand delivery, or U.S. mail at Department of Management Services, Office of the General Counsel, Attention: Agency Clerk, 4050 Esplanade Way, Suite 160, Tallahassee, FL 32399-0950. Protests may also be filed by fax to 850-922-6312, or by email to agencyclerk@dms.fl.gov. It is the filing party’s responsibility to meet all filing deadlines. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 1 of 26 Addendum No. 2 to the following Invitation to Negotiate (ITN): Mobile Communication Services DMS-19/20-006 Date: November 16, 2020 To: Prospective Respondents to ITN No: DMS-19/20-006 From: Caitlen Boles, Procurement Officer Subject: Respondent Questions and Department Answers ____________________________________________________________________________ ITN No: DMS-19/20-006, is hereby amended as follows (deletions are shown by strikethrough and additions are underlined): 1. ITN No: DMS-19/20-006, Attachment A: Statement of Work, subsection 3.3.1, the third sentence, is hereby amended as follows: For closed user groups, the Contractor must configure both 1) public IP addresses owned by the State and Other Eligible Users and 2) private IP addresses furnished by the State DMS and Other Eligible Users. 2. ITN No: DMS-19/20-006, Attachment A: Statement of Work, subsection 3.9, paragraph 2, is hereby amended as follows: The Contractor is responsible for on-going testing of the WDS’s transport system (the interconnection between MCS and MFN) to ensure proper performance. The Contractor is responsible for testing each component, including wireless modems (before and after installation, if requested by the Customer), interconnection, interconnection failover, and closed user group configurations. The Contractor must demonstrate successful interconnection failover for each tunnel between the primary and secondary VPN concentrators as part of the Services Infrastructure Checklist signoff and as required by DMS. 3. ITN No: DMS-19/20-006, Attachment A: Statement of Work, section 3.12, paragraph 4, is hereby amended as follows: The Contractor must implement internal and external security procedures to guard its networks and applications against unauthorized access. The Contractor will provide DMS a generalized description copy of the Contractor’s associated security procedures upon request. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 2 of 26 4. ITN No: DMS-19/20-006, Attachment A: Statement of Work, subsection 3.14.3, paragraph 3, is hereby amended as follows: The Contractor is required to participate in ESF-2 activities and respond to the needs of the State. The Contractor shall deliver the specified quantity (up to 100 of each type requested) of activated wireless (WVS and WDS) devices within twenty-four (24) hours of receiving the ESF-2 request. The devices will be delivered at Contract costs, with the only additional cost being reasonable expedited shipping. The Contractor shall use commercially reasonable efforts to deliver devices to any accessible (officially ordered safe to enter) location within the Contractor’s service area as directed by ESF-2. 5. ITN No: DMS-19/20-006, Attachment A: Statement of Work, section 3.17.1.e, is hereby amended as follows: e. Maintenance Notifications, SLA B7, B8, B9 (Subsections 3.19.4) 6. ITN No: DMS-19/20-006, Attachment A: Statement of Work, section 3.19.4, is hereby deleted in its entirety and replaced as follows: 4. Notifications. Electronic notifications are required during instances of significant service impact, including performance degradation, over a generalized area. Attachment C, SLA-B7. Electronic notifications are required in advance of maintenance activities when the activity may cause a significant service impact, including performance degradation, over a generalized area. Notifications must include an impact statement, date, time, and estimated duration of the service impact. Attachment C, SLA-B8 and SLA-B9. 7. ITN No: DMS-19/20-006, Attachment A: Statement of Work, subsection 3.23.1, is hereby amended as follows: 1. Provide all reporting activities listed in SOW subsection 3.26.5, Project Management – Implementation Plan and Customer Specific Migration Plans 3.27.5(1)(b) and SOW subsection 3.27.5(1)(c). 8. ITN No: DMS-19/20-006, Attachment A: Statement of Work, subsection 3.26.3, is hereby amended as follows: The Contractor shall create the following two (2) guides. These guides are deliverables subject to final acceptance by DMS. The Contractor shall update the guides when necessary as determined by either DMS or the Contractor. Attachment C, SLA-D11. 1. WDS and WVS Operations Guides. The Contractor shall create and maintain one (1) WDS and WVS Operations Guides describing the operational relationship between the Contractor and DMS. The guides must establish procedures to be followed by the Contractor while delivering services. This includes engineering, operational, and business processes for service delivery. At a minimum, the guides must include ordering, troubleshooting, trouble reporting, service provisioning, SLA monitoring, and invoicing processes. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 3 of 26 2. WDS and WVS User Guides. The Contractor shall provide one (1) WDS and WVS User Guides that provide a set of instructions for the End-user. The User Guides must also contain device specifications, such as a recommendation of number of simultaneous users that each device can support. 9. ITN No: DMS-19/20-006, Attachment A: Statement of Work, subsection 4.5, is hereby amended as follows: DMS Demonstration Devices. Upon DMS request, in addition to any other test devices required by this SOW, the Contractor shall provide up to ten (10) wireless demonstration public safety devices equipment (including airtime) for use by the Department for the purposes of testing and evaluation at no additional cost. The demonstration equipment shall be made available for a minimum period of thirty (30) sixty (60) Business Days. Any demonstration equipment, forms, and processes shall be provided, managed, and maintained by the Contractor. Customer Demonstration Devices. The number of demonstration public safety devices the Contractor elects to provide to Customers is at the discretion of the Contractor. The Contractor will coordinate directly with any other Customer State agencies regarding public safety service demonstration equipment, notifying the Department in advance of these activities. 10. ITN No: DMS-19/20-006, Attachment A: Statement of Work, subsection 5.8, Work Orders, is hereby amended to delete the following: Attachment C, SLA-G1. 11. ITN No: DMS-19/20-006, Attachment A: Statement of Work, subsection 5.10, Invoicing Requirements, is hereby amended as follows: The Contractor will invoice DMS for all fulfilled orders based on a calendar month with invoices and electronic details submitted to DMS. Attachment C, SLA-F1. Invoices to DMS will consist of: 1) invoices for payment on an unchangeable format (e.g., paper) that reflect the total wholesale charges for the month (referred to herein as a, “handbill”), and 2) electronic detail files that substantiate all billable services. The total of substantiated detail charges must match the payment requests on each of the handbills. All credits due must be reflected on the invoice related to the first available billing cycle after the credit has been determined. Attachment C, SLA-F2. Both the handbill and electronic files for the CSAB portion must be received no later than the 10th calendar day of each month. 12. ITN No: DMS-19/20-006, Attachment A: Statement of Work, Section 5.12, Audit of Contractor Invoices, is hereby amended with the following text added: DMS will audit invoices to validate all charges against the current inventory of provided services and the prices associated with the CSAB Service Catalog. If the electronic substantiating detail provided by the Contractor contains some errors but: a) is complete (i.e., contains all of the required data elements); b) substantially corresponds with the CSAB inventory and CSAB Service Catalog; and c) matches the handbill, then DMS will send an audit exception report (B2B-7) to the Contractor detailing any disputed charges. At this time, this is a manual process. At any time during the Contract term, this may become an DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 4 of 26 electronic process, at DMS’ sole discretion. DMS staff will request credits/debits for any audit exceptions on the current invoice and work with Contractor staff to reconcile charges and system data to resolve the exceptions within two (2) one (1) billing cycles from receipt of dispute. If Contractor has not resolved audit exceptions within two (2) one (1) billing cycles, the charges will be adjusted as determined by DMS. 13. ITN No: DMS-19/20-006, Attachment A: Statement of Work, Section 6.6, Customers Liability is hereby amended with the following text added: No response required. By submitting a Reply, Respondent has read, understands, and will comply with the statements contained in this section. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 5 of 26 14. ITN No: DMS-19/20-006, Attachment C: Service Level Agreements, SLA-B7, SLA-G2, and SLA-G3 are hereby amended as follows: Service Category SLA Number Deliverable Title Performance Metric Financial Consequence All calendar days, unless otherwise stated Additional SLA Clock Information Services and Devices for Mobile Communication Services SLA-B7 Notification, Significant Service Impact Planned Maintenance Notification of significant service impact received one (1) hour after beginning of impact, in accordance with SOW subsection 3.19.4 and section 4. received two (2) Business Days prior to any planned maintenance, in accordance with SOW subsection 3.20.4 and section 4 $2,500 per failure to notify The SLA is measured by the Contractor’s logs and emails. The SLA applies automatically one (1) hour after the determination of significant service impact. two (2) Business Days prior to any planned maintenance for which notice is not provided. Direct Ordering and Billing SLA-G2 Direct-Billed Accounts Monthly Report A Direct-Billed Accounts Monthly Report will be provided no later than the 30th 15th of the month on all direct- billed accounts, in accordance with SOW subsection 6.4 $1,000 per day Direct Ordering and Billing SLA-G3 Direct-Billed Accounts Quarterly Report A Direct-Billed Accounts Quarterly Report will be provided no later than the 30th 15th of the month on all direct- billed accounts, in accordance with SOW subsection 6.5 $1,000 per day Enclosure: Questions and Answers DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 6 of 26 FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES, OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, FLORIDA STATUTES. Any protest concerning this agency decision or intended decision must be timely filed with the Agency Clerk. Protests may be filed by courier, hand delivery, or U.S. mail at Department of Management Services, Office of the General Counsel, Attention: Agency Clerk, 4050 Esplanade Way, Suite 160, Tallahassee, FL 32399-0950. Protests may also be filed by fax to 850-922-6312, or by email to agencyclerk@dms.fl.gov. It is the filing party’s responsibility to meet all filing deadlines. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 7 of 26 Invitation to Negotiate Mobile Communication Services ITN No. DMS-19/20-006 Questions and Answers The Department’s answers to timely submitted questions are below. Question Number Section Page Number Question Answer 1 ITN, 3.6.1 12 We are in the telecommunications business and have the ability to provide cellular voice, data and sms services as required by this ITN. Section 3.6.1 requires minimum compliance with “Consolidated Communications Marketplace Report – 2018, paragraph 6, page 4, and paragraph 44, page 37, is presumed to meet this coverage requirement.” This renders this ITN open to only AT&T, T- Mobile and Verizon. Am I reading this correctly? No. Please see the entirety of ITN Section 3.6.1, including: “A Respondent not listed in the above-mentioned FCC report as a nationwide service provider must submit documentation showing that it has been independently verified by a government entity as meeting these coverage requirements.” 2 N/A N/A Would it be possible to supply the SOW and required forms in Microsoft Word format for recently released ITN # DMS-19/20-006? Vendors may contact the Procurement Officer in writing via email to request Attachment A, Statement of Work (SOW), in Microsoft Word format. Only the SOW will be provided in Microsoft Word format. 3 N/A N/A Would the State please provide a word version of each ITN document? Please see Answer No. 2. 4 ITN, 1.3 4 When will the new agreement commence – May 2021 or after expiration of existing agreement? The anticipated contract execution date is May 2021 to allow time for migration to new Contract(s), if awarded. 5 ITN, 1.3 4 Will the agreements run concurrently? Yes. The Department expects any Contracts entered into as a result of this ITN to be concurrent. 6 ITN, 1.8 5 Will the State please consider extending the final deadline one month due to the complexity of the RFP? No. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 8 of 26 Question Number Section Page Number Question Answer 7 ITN, 1.8 6 Will the State provide answers to Respondents questions as available (before 11/9)? Respondents would like answers ASAP to confirm about ability to support requirements. These answers to Respondent’s timely submitted questions are being posted in accordance with Section 1.8, Timeline of Events, of the ITN. 8 Attachment A – Statement of Work N/A For requirements that do not allow comment, how should Respondents provide clarifications regarding our ability to support the request? See ITN section 4.4, Negotiations. However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 9 Attachment A – Statement of Work: 4.4 & 4.8 54-55 Requirement 4.4 only references 3GPP and does not synch with 4.8 NPSTC standards. Does the State require Respondents to certify NPSTC compliance prior to (or during) the proposal stage? Subsection 4.4 requires public safety service plans and devices to adhere to the 3GPP standard. Subsection 4.8 requires the Contractor to demonstrate that a PTT device or service adheres to the NPSTC standard before it can be advertised or marketed as ‘mission critical.’ Respondents are not required to certify NPSTC compliance in their Replies. 10 Attachment A – Statement of Work & Attachment C – Service Level Agreements SLA-F2 Please confirm which requirement SLA-F2 applies. SLA-F2 applies to SOW subsection 5.10. Please see Section 11 of Addendum No. 2. 11 Attachment A – Statement of Work & Attachment C – Service Level Agreements SLA-G1 Please confirm SLA-G1 applies to 6.2 (not 5.8). Confirmed, SLA-G1 applies to SOW subsection 6.2. Please see Section 10 of Addendum No. 2. 12 Attachment A – Statement of Work: 5.8 60 Does 5.8 Work Orders have an associated SLA? If yes, please confirm SLA#. No. 13 ITN, 3.6.1 12 The State of Florida’s minimum qualification requirement for 3.6.1, for being a facilities-based mobile wireless service provider with a network that covers at least 90% of the nation’s non-rural population, significantly limits competition. Many potential bidders, who have proven their ability to Section 3.6.1 will remain the same. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 9 of 26 Question Number Section Page Number Question Answer add value to large enterprise and Government customers, do not have the proper FCC certifications. We are a facilities based network provider with POPs all over the country and we have relationships with all major wireless providers which gives us carrier-agnostic wireless coverage of well over 90% of the nation's non-rural population. We believe there are additional companies that can add significant value that may not have proof of the volume of coverage. Can the State of Florida revise this requirements to be less restrictive to encourage more competition? 14 N/A N/A Would D.M.S. accept responses from a Mobile Virtual Network Operator (MVNOs) if it creates more competition amongst all of the respondents and ultimately better competitively priced services for SUNCOM customers? Mobile Virtual Network Operators (MVNOs) are not precluded from submitting a Reply. The Department interprets facilities-based mobile wireless service providers for the purpose of this procurement to include vendors that provide the services using their own network facilities and spectrum for which it holds a license, manages, or for which it has obtained the right to use via a spectrum leasing arrangement. 15 Attachment A – Statement of Work: 1.1.5 & 4.2 Under sections 1.1.5 and 4.2 which center around public safety. Would D.M.S. disqualify vendors who don’t have access to Firstnet and other Wireless Priority Access on smartphones or is this an optional subsection that would only apply to Suncom customers in the area of Public Safety? No. Section 4.2 is optional. Providing public safety specific devices, as referenced in section 1.1.5, is optional. 16 3.18 35 What is the maximum SLA penalty that can be applied in any given month? Maximum CAP? There is no cap on the amount of SLAs that may be applied in a given month. 17 3.18.5 36 What will serve as validation for the contractor that this report was received on time by DMS? The Contract does not specify how receipt of this report will be acknowledged. However, as stated in Section 4.4.1, Negotiations Process – General DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 10 of 26 Question Number Section Page Number Question Answer Overview, “[t]he Department reserves the right to negotiate different terms, additional terms, and related price adjustments if the Department determines that such changes would provide the best value to the State. Additional operational requirements may be defined and clarifications required. 18 3.19.1 37 What will serve as validation for the contractor that this report was received on time by DMS? The Contract does not specify how receipt of this report will be acknowledged. However, as stated in Section 4.4.1, Negotiations Process – General Overview, “[t]he Department reserves the right to negotiate different terms, additional terms, and related price adjustments if the Department determines that such changes would provide the best value to the State. Additional operational requirements may be defined and clarifications required. 19 3.19.4 37 What will serve as validation for the contractor that this message was received on time by DMS? The Contract does not specify how receipt of this report will be acknowledged. However, as stated in Section 4.4.1, Negotiations Process – General Overview, “[t]he Department reserves the right to negotiate different terms, additional terms, and related price adjustments if the Department determines that such changes would provide the best value to the State. Additional operational requirements may be defined and clarifications required. 20 3.19.4 37 How will discrepancies between Contractors time stamping and DMS time stamping be resolved? The Contract does not specify how receipt of this report will be acknowledged. However, as stated in Section 4.4.1, Negotiations Process – General Overview, “[t]he Department reserves the right to negotiate different terms, additional terms, and related price adjustments if the Department determines that such changes would provide the best value to the State. Additional operational requirements may be defined and clarifications required. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 11 of 26 Question Number Section Page Number Question Answer 21 2 4 In ATTACHMENT B - DRAFT CONTRACT, the “Contract and Documents Hierarchy”is not consistent with the actual ITN Attachments A through E. For example, Section 2 (1-7) identifies Attachment A as “Definitions and Acronyms” whereas, it is Attachment E in the ITN Attachments. It also refers to Attachment C as “Contractor’s Pricing” with three Exhibits whereas Attachment C is “Service Level Agreements” in the ITN documents. Please provide further clarification. Section 2, Contract Documents and Hierarchy, of the Draft Contract specifies the order of precedence for the resulting Contract(s), if any. The documents are not intended to match the ITN attachments and are updated prior to Contract execution to follow the typical naming convention (e.g., A, B, C, etc.). 22 6.6 65 The document indicates that there are 66 total pages but there are only 65 pages provided in Attachment A. Is there a missing page? This is a clerical error and Attachment A: Statement of Work should read 65 pages. 23 6.6 65 There are no instructions at the end of Section 6 “Direct Ordering and Billing”. Did The State intend to include specific instructions or a “Read, understands, and will comply” statement at the end of the section? Please see Section 13 of Addendum No. 2. 24 1.8 6 In ITN Document, under the "Timeline of Events", the respondent requests a two month extension to January 29, 2021 based on holiday staffing issues. No. 25 4.5 54 What is the limit on the number of device demos required? Currently, the Vendor is contracted for up to 10 demo devices. Please see Section 9 of Addendum No. 2. 26 4.8 55 Does the statement; “Mission critical push-to-talk (PTT) devices and services shall not be advertised or marketed to State public safety entities as “mission critical”, as defined by the National Public Safety Telecommunications Council (NPSTC), until demonstrated to the Department that the contractor’s PTT is in compliance with NPSTC’s requirements, and approved in writing by, the Department.” include the statements 3GPP MCPTT compliant? 3GPP MCPTT compliance is not required for NPSTC compliance, but the Department reserves the right to discuss additional compliance requirements during negotiations in accordance with ITN section 4.4, Negotiations. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 12 of 26 Question Number Section Page Number Question Answer 27 4.8 55 Does the reference to "the Department" refer to NPSTC or State of Florida DMS? State of Florida, DMS 28 4.8 55 Please confirm that is the correct use for compliance testing. https://www.npstc.org/documents/Functional%20Description%20MCV%20v5.doc - Included In Question Attachment 1 - Question Attachment 1 - Mission Critical Voice Communications Confirmed. 29 ITN, 1.8 5 Will the State please consider extending the deadline for questions two weeks due to the complexity of the RFP? No. 30 ITN, 1.8 5 Will Respondents be able to ask follow-up questions on the complete Respondent answers scheduled to be release on 11/9? No. Respondents invited to participate in negotiations will be permitted to ask additional questions during the negotiations phase. 31 Attachment A – Statement of Work, 2 13-16 Will the State agree to add “or equivalent experience” to each Key Staff Position descriptions as follows: The (POSITION) shall possess the following minimum qualifications, or equivalent experience: 2.2 Key Staff Position - Account Manager 2.3 Key Staff Position - Project Manager 2.4 Key Staff Position - Business Operations Manager 2.5 Key Staff Position - Engineering and Design Manager 2.6 Key Staff Position - Operations and Security Manager See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 13 of 26 Question Number Section Page Number Question Answer 32 Attachment A – Statement of Work, 2 13 Will the State agree to modify the language “The (POSITION) or designated backup(s) must be available twenty-four (24) hours a day, 365 days of the year” to state the following: “24x7x365 support will be available through a Care team.” Key staff may not be available 24/7/365 but Contract will provide this level of support through its Care team. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 33 Attachment A – Statement of Work, 2.3 14 Will the State agree to remove minimum qualification #5 from Section 2.3 Key Staff Position - Project Manager? While the Respondent will agree to meet all other qualifications for this Key Staff Position, it is respectf ully requested that the certification requirement be removed to allow more flexibility in staffing. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 34 Attachment A – Statement of Work, 3.3 18 Please confirm the CSAB portal services are only available to State agencies on one centralized DMS account? The CSAB portal and its functionality is available to all Customers; both State agencies and OEUs. 35 Attachment A – Statement of Work, 3.3 18 Will the State agree to modify this sentence in Section 3.3 to delete the phrase “owned by the State and Other Eligible Users” and replace the language with “public IP address owned by Contractor”? The revised language would read as follows: “The Contractor must configure both 1) public IP addresses owned by Contractor the State and Other Eligible Users and 2) private IP addresses furnished by DMS and Other Eligible Users. Please see Section 1 of Addendum No. 2. 36 Attachment A – Statement of Work, 3.4 19 Please confirm OEU’s are not permitted to order and bill through their own instance in the CSAB portal. The CSAB portal and its functionality is available to all Customers; both State agencies and OEUs. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 14 of 26 Question Number Section Page Number Question Answer 37 Attachment A – Statement of Work, 3.5 20 What are the Direct-Billed OEU’s permitted to do and/or order within the State CSAB? OEU’s are not restricted from ordering from the CSAB portal, its functionality is available to all Customers. This can be further discussed in negotiations. 38 Attachment A – Statement of Work, 3.6 24 Please confirm the State will continue to own and maintain all of the MFN equipment and circuitry. Confirmed. 39 Attachment A – Statement of Work, 3.6 24 Please confirm the Respondent will maintain equipment and capacity on the Respondent side. Please see subsection 3.6 (page 21). “In each network-to-network interface location the Contractor must provide equipment and a corresponding design that will function as an IPsec Virtual Private Network (VPN) concentrator.” Please see subsection 3.15 (page 33). “The Contractor is financially responsible for its connection to MFN, including, but not limited to, the network-to-network interface, VPN concentrators, circuits, infrastructure components, bandwidth upgrades, equipment, and software.” See also Figure 4, IPsec VPN Interconnection into MyFloridaNet on page 22 of the SOW; the Contractor is financially responsible for its interface to the internet. 40 Attachment A – Statement of Work, 3.9 28 Will the State agree to modify the following portion of this requirement: “including wireless modems (before and after installation, if requested by the Customer)”? The Respondent will assist with the deployment and ongoing deployment / kitting support for bulk orders of (50) or more. Basic power on / connectivity testing including a QA process sampling for application load is performed for bulk orders by our kitting and staging partners. The State will have support available to Please see Section 2 of Addendum No. 2. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 15 of 26 Question Number Section Page Number Question Answer troubleshoot issues related to connectivity, CUG, Failover, etc. 41 Attachment A – Statement of Work, 3.12 29 The Respondent respectfully requests the following be removed from this requirement: “The Contractor will provide DMS a copy of the Contractor’s associated security procedures upon request.” Respondent security procedures are considered proprietary. Respondent will communicate details where necessary. Please see Section 3 of Addendum No. 2. 42 Attachment A – Statement of Work, 3.14.3 32 Is this requirement per agency and per event? Per event, not per agency. Please see Section 4 of Addendum No. 2. 43 Attachment A – Statement of Work, 3.14.3 32 Does the State intend to keep or return devices to the Respondent after the emergency event? Return. 44 Attachment A – Statement of Work, 3.15 33 Please confirm the State will be financially responsible for the MFN equipment and circuitry including VPN concentrators, circuits, and infrastructure components. Please see subsection 3.15 (page 33). “The Contractor is financially responsible for its connection to MFN, including, but not limited to, the network-to-network interface, VPN concentrators, circuits, infrastructure components, bandwidth upgrades, equipment, and software.” See also Figure 4, IPsec VPN Interconnection into MyFloridaNet on page 22 of the SOW; the Contractor is f inancially responsible for its interface to the internet. 45 Attachment A – Statement of Work, 3.17 34 Please further describe what statistics on products/services from a high level to a detailed level the State is looking for Respondents to provide. The Department will provide additional information at the time of request when the items specified in section 3.17.2 are requested from the Contractor. 46 Attachment A – Statement of Work, 3.17 34 What information does the State wish to receive regarding device trends? Please see Answer No. 45. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 16 of 26 Question Number Section Page Number Question Answer 47 Attachment A – Statement of Work, 3.19 37 Please confirm the DMS will funnel escalations from agencies and OEU to the Respondent as opposed to individual agencies and OEU escalating directly to the Respondent. OEUs, State agencies, and DMS may contact the Contractor(s) directly. 48 Attachment A – Statement of Work, 3.19 37 If there is a customer impacting outage as a result of any planned maintenance, those notifications will be provided by Respondent under the unplanned maintenance notification process. Will the State agree to modify SOW subsection 3.19 to modify (4) with the following revised language? Notifications. Notifications must be for provided for planned, emergency, and unplanned maintenance. The Contractor shall send an electronic notification which informs DMS of 1) a planned maintenance which may potentially cause a service outage; 2) emergency maintenance when it may cause a service outage and when there is an outage impacting a generalized area; and 2) unplanned maintenance for significant unplanned maintenance and when there is a significant performance impact over a generalized area. The notification must include an impact statement, date, time, and estimated duration of the maintenance. Attachment C, SLA-B7, B8, and B9. Please see Section 6 of Addendum No. 2. 49 Attachment A – Statement of Work, 3.23 41 SOW subsection 3.23(1) states that the Contract shall “Provide all reporting activities listed in SOW subsection 3.27.5(1)(b) and SOW subsection 3.27.5(1)(c).” Can the State please confirm that the citations to subsection 3.27.5(1)(b) and 3.27.5(1)(c) are the correct subsections? There does not appear to be subsections with these numbers in the SOW. Please see Section 7 of Addendum No. 2. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 17 of 26 Question Number Section Page Number Question Answer 50 Attachment A – Statement of Work, 3.23 (7) 41 Will the State agree to revise SOW Subsection 3.23(7)(c) to revise the statement “Migration does not include new Customers or Customers changing their services after migration” to state, “Migration does not include new Customers, or Customers changing their services after migration, or non-State agencies that opt to purchase under a different contract vehicle.” Non-State agencies and are not required to use this Contract and Contractors, both incumbent and non-incumbent, should not be required to migrate those Customers to this new Contract if the non-State agency opts to utilize a different contract vehicle. See ITN section 4.4, Negotiations. However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 51 Attachment A – Statement of Work, 3.26.2 47 Respondent respectfully requests the following be removed from this requirement: “costs and calculated earned value metrics Cost Performance Index (CPI) and Schedule Performance Index (SPI),”. This portion of the requirement is not applicable to a fixed-priced wireless contract. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 52 Attachment A – Statement of Work, 3.26.2 47 Respondent requests that the State clarify that the Contractors have up to 18 months to complete the Project Implementation Phase. Contract Nos. DMS-10/11-008A – C expire January 19, 2022. The Contract(s), if any, resulting from this ITN are anticipated to be executed in May 2021. This leaves eight (8) months for implementation. The timeframe for each awarded Contractor’s implementation will be agreed upon in the Implementation and Migration Plan. 53 Attachment A – Statement of Work, 3.26.3 48 Please clarify the State’s expectations for the Operations Guide. What type of topics and information would the State like included in the Guide? During the Implementation Phase, some details related to “engineering, operational, and business processes” will need to be agreed upon between the Department and the Contractor(s). Once those standard operating procedures are written, they are to be collected and published as the Operations Guide. “At a minimum, the guide must include DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 18 of 26 Question Number Section Page Number Question Answer ordering, troubleshooting, trouble reporting, service provisioning, SLA monitoring, and invoicing processes.” A specific example of a topic to be included in the guide will be the answer to the question, “How should the Contractor notify the State when a device is not available at the point of order?” See also Section 8 of Addendum No. 2. 54 Attachment A – Statement of Work, 3.26.5 (c) 49 Please define ‘non-incumbent’. Non-incumbent Contractors would be any vendors the Department contracts with as a result of this ITN that do not currently have an MCS Contract with the Department. 55 Attachment A – Statement of Work, 4 53 Specific to 4. Public Safety Service Plans and Devices, are Respondents permitted to not bid on this section of the ITN? Yes. 56 Attachment A – Statement of Work, 4 53 Should the Respondent be unable to meet all Public Safety specifications as written, will there be an opportunity for Respondent to add specified services after award should those specifications be met? Contract terms may be negotiated in accordance with ITN Section 4.4, Negotiations; however, Contract terms can only be changed after Contract execution via amendment, in accordance Section 19.10, Modification and Severability, of Attachment B, Draft Contract. 57 Attachment A – Statement of Work, 4 53 Should the Respondent be unable to meet all Public Safety specifications as written, would DMS allow Respondent’s Public Safety solutions onto the contract to allow local entities to purchase such using the FL MCS contract, if they so deemed these solutions meet their needs? See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 58 Attachment A – Statement of Work, 4 53 Should the Respondent need development time to meet the Public Safety specifications as written, could the Respondent be allowed a 12 month time period after award to meet such expectations, knowing no sales would occur until the specifications are met? See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current terms apply. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 19 of 26 Question Number Section Page Number Question Answer 59 Attachment A – Statement of Work, 4 53 Should the Respondent meet several of the Public Safety specifications and provide significant advantages in price or other capabilities, will it still be considered as an option for the State? See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and replies must be submitted as if the current Contract terms apply. 60 Attachment A – Statement of Work, 4.5 54 What aspects of the Public Safety offer is the State looking to be demonstrated? Test devices required by section 4.5 (wireless demonstration equipment) could be any device the awarded Contractor(s) are proposing for addition in their catalogs as a public safety device. 61 Attachment A – Statement of Work, 4.7 55 The Respondent requests the State strike ‘device type’ from this requirement. Responder does not always have access to this data, such as in a BYOD scenario. The Contractor will not be required to provide information that is not available. 62 Attachment A – Statement of Work, 5.3 58 Please confirm the State’s definition of inventory for this requirement (services or equipment)? Inventory is described in subsection 5.9, Inventory. 63 Attachment A – Statement of Work, 5.9 58 How should the Respondent notify the State when a device is not available at the point of order? This level of detail related to this business process will be developed during the implementation process. 64 Attachment A – Statement of Work, 5.5 59 Please provide a sample CSAB Service Catalog. The requested information can be found on the Contractor’s EUPLs, which are uploaded into the CSAB Service Catalog. The Department’s current EUPLs can be accessed at: https://www.dms.myflorida.com/business_operatio ns/telecommunications/suncom2/voice_services/m obile_communication_services 65 Attachment A – Statement of Work, 5.6 59 Will the State please confirm the 0.7% transaction fee that all vendors must collect for sales made on the MyFloridaMarketPlace (MFMP) online procurement system is not subject to the rules/requirements in section 5.6? Confirm. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 20 of 26 Question Number Section Page Number Question Answer 66 Attachment A – Statement of Work, 5.9 6.1 Please confirm the State wants a view into only the active inventory on CSAB for the DMS account, as opposed to Contractor’s available device inventory. The State is not requiring a view into the Contractor’s available device inventory. 67 Attachment A – Statement of Work, 5.10 61 Is the State willing to agree to remove the phrase “based on a calendar month” from this requirement? The Respondents bill-cycles don’t align with the calendar month. A full month cycle of service is needed. Bill cycle does not have to begin on the 1st of each month and end on the 30th. 68 Attachment A – Statement of Work, 5.10 61 Is the State willing to agree to modify the timeframe for the following sentence “for electronic files for the CSAB portion must be received no later than the 10th calendar day of each month” to “15 business days” from this requirement? The Respondents billing process requires the additional time to complete our internal steps. Ten (10) calendar days after the bill cycle completes for DMS CSAB accounts; however, if billed directly to Customer, no billing detail is needed for DMS. 69 Attachment A – Statement of Work, 5.11 61 Is this Substantiating Detail File specific to the CSAB bill file or required for all accounts purchasing under the contract? The invoice substantiation file is specific to CSAB individual bills required under the Contract. 70 Attachment A – Statement of Work, 5.11 61 Please provide definition for unique ID? CSAB inventory number. 71 Attachment A – Statement of Work, 5.12 62 The Respondent respectfully asks for the following modification to this requirement: “DMS staff will request credits/debits for any audit exceptions on the current invoice and work with Contractor staff to reconcile charges and system data to resolve the exceptions within two (2) one (1) billing cycle from receipt of dispute or the Contractor will advise the DMS staff if additional time is required. If Contractor has not resolved audit exceptions within one (1) billing cycle, the charges will be adjusted as determined by DMS.” Two bill cycle – If Contractor has not resolved audit exceptions within two (2) billing cycles, the charges will be adjusted as determined by DMS. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 21 of 26 Question Number Section Page Number Question Answer 72 Attachment A – Statement of Work, 5.16 62 Is the State willing to agree to remove the phrase “based on a calendar month” from this requirement? The respondent bill-cycles don’t align with the calendar month. Please see Answer No. 67. 73 Attachment A – Statement of Work, 6 63 In regards to “By acceptance of an MFMP purchase order” does this refer to standard punch-out CXML PO specification? MFMP purchase order routing is typically discussed once the Department and Contractor begin testing the MFMP punchout catalog during the Implementation Phase. The Contractor has two (2) options for order routing: email or electronic via the Ariba Network. If the Contractor elects to use email order routing, orders will be sent as an attachment using HTML format. If the Contractor elects to use electronic order routing, orders will be sent via cXML. 74 Attachment A – Statement of Work, 6.3 & 6.4 64 Please define “Customer corporate identifier”. The corporate identifier is found in reports and statements (bills) associated with direct-billed accounts. This static entry is created by the Contractor. It allows Customers and DMS to recognize reports and statements as generated under the Contract. 75 Attachment A – Statement of Work, 6.4 64 Can the State please provide a template for this report? There is no template for the Direct-Billed Monthly Report. It is provided by the Contractor and subject to DMS final approval. 76 Attachment A – Statement of Work, 6.5 65 Can the State please provide a template for this report? There is no template for the Direct-Billed Quarterly Report. It is provided by the Contractor and subject to DMS final approval. 77 Attachment A – Statement of Work, 6.5 65 The Respondent requests the State strike ‘device type’ from the Quarterly Reporting of Direct-Billed Accounts. Responder does not always have access to this data, such as in a BYOD scenario. Please see Answer No. 61. 78 Attachment C – Service Level Agreements 1 Respondent requests a limitation on financial penalties be included in Attachment 3, Service Level Agreement to limit each individual SLA to a cap of not more than 2% of monthly revenue per SLA, with an aggregate monthly cap across See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 22 of 26 Question Number Section Page Number Question Answer all SLAs in Attachment 3 of not more than 5% of monthly revenue under the Contract. 79 Attachment C – Service Level Agreements 1 Will the State confirm that one, multiple, or recurring violations of an SLA will not be considered a breach of the Contract? Please see Attachment B – Draft Contract, section 11.2. “One, multiple, or recurring violations of a SLA may be considered a breach of the Contract and may result in a suspension or cancellation of PO(s) or CSA(s). The Department reserves the right to determine when violation(s) of SLAs constitute a breach of the Contract or will result in a suspension or cancellation of PO(s) or CSA(s). The Department’s determination of a breach of the Contract or suspension or cancellation of PO(s) or CSA(s) will depend on the number and severity of the SLA violation(s), disruption to service, Contractor’s response, and other factors.” 80 Attachment C – Service Level Agreements 1 Regarding SLA language and penalties, the ITN is not allowing any method of negotiation. Will the State reconsider, or is the only other contractor option a no-bid? See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and replies must be submitted as if the current Contract terms apply. 81 Attachment C – Service Level Agreements 1 Will SLA penalty amounts be individually negotiated with each vendor, or contract consistent for all vendors? The Department’s intent is to have consistent SLAs across all Contracts, if multiple Contracts are awarded. However, the Department reserves the right to negotiate all terms with vendors individually. See also ITN section 4.4, Negotiations. However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 82 Attachment C – Service Level Agreements, SLA-B1 2 The Respondent respectfully requests the following changes to the financial consequence for this SLA: See ITN section 4.4, Negotiations. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 23 of 26 Question Number Section Page Number Question Answer $500 $5,000 per connectivity issue incidence $5,000 per quarter hour if the failover is not successful and that results in downtime of longer than 500 second However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 83 Attachment C – Service Level Agreements, SLA-B3 3 Respondent respectfully requests reducing the financial consequence from $1000 / day for the SLA Compliance Report to $250 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 84 Attachment C – Service Level Agreements, SLA- B4 3 Respondent respectfully requests reducing the financial consequence from $1000 / day for the Escalation Activity Report to $250 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 85 Attachment C – Service Level Agreements, SLA-B5 3 Respondent respectfully requests reducing the financial consequence from $1000 / day for the Zero Usage Report to $250 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 86 Attachment C – Service Level Agreements, SLA-B6 3 Respondent respectfully requests reducing the financial consequence from $1000 / day for the Escalation Procedure Development and Updates to $250 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 87 Attachment C – Service Level Agreements, SLA- B7 3 If there is a customer impacting outage as a result of any planned maintenance, those notifications will be provided by Respondent under the unplanned maintenance notification process. As such, Respondent requests that SLA-B7 Notification, Planned Maintenance be removed in its entirety? Please see Section 14 of Addendum No. 2. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 24 of 26 Question Number Section Page Number Question Answer 88 Attachment C – Service Level Agreements, SLA-B7 3 If SLA-B7 is not removed, Respondent respectfully requests reducing the financial consequence from $2500 / day for Planned Maintenance to $500 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 89 Attachment C – Service Level Agreements, SLA- B8 4 Respondent respectfully requests reducing the financial consequence from $2500 / day for Emergency Maintenance to $500 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 90 Attachment C – Service Level Agreements, SLA-B9 4 Respondent respectfully requests reducing the financial consequence from $2500 / day for Unplanned Maintenance to $500 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 91 Attachment C – Service Level Agreements, SLA- B10 5 Will the State agree to revise SL-B10 to remove the existing Performance Metric and replace it with the following: “The SLA clock stops for incumbent Contractors when all End-users are identified as either migrated, or no longer receiving services from the Contractor, or for non-State agencies having selected another contract vehicle. The SLA clock stops for non-incumbent Contractors when all End-users identified as purchasing services from the non-incumbent Contractor are migrated or for non-State agencies having selected another contract vehicle.” See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 92 Attachment C – Service Level Agreements, SLA- D17 8 Respondent respectfully requests SLA-D17 be removed in its entirety because most tasks in the checklist have individual SLAs already assigned. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and replies must be submitted as if the current Contract terms apply. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 25 of 26 Question Number Section Page Number Question Answer 93 Attachment C – Service Level Agreements, SLA-F1 8 The Respondent respectfully requests the removal of this SLA due to the ambiguity of ‘complete and accurate’. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 94 Attachment C – Service Level Agreements, SLA- F1 8 Respondent respectfully requests reducing the financial consequence from $1000 / day for delayed invoices to $250 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 95 Attachment C – Service Level Agreements, SLA-F2 8 The Respondent respectfully requests the removal of this SLA. The financial consequence could far exceed most credits and the Respondent’s standard business practice it to apply credits within two (2) billing cycles. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 96 Attachment C – Service Level Agreements, SLA-G1 9 Please confirm the fees cited as previous in the following Performance Metric should be for the current quarter: “An electronic Cost Recovery Payment will be provided within forty-five (45) days after the end of the calendar quarter to cover the fees collected for the previous quarter, in accordance with SOW subsection 6.2” This is correctly stated in Attachment C, SLA-G1. For example, the Cost Recovery Payment for the calendar quarter January through March is due by May 15th, which is within forty-f ive (45) days after the end of the calendar quarter. 97 Attachment C – Service Level Agreements, SLA-G2 9 The Respondent respectfully requests the following change to this requirement: A Direct-Billed Accounts Monthly Report will be provided no later than the 30th 15th of the month on all direct-billed accounts, in accordance with SOW subsection 6.4 Please see Section 14 of Addendum No. 2. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 2 Page 26 of 26 Question Number Section Page Number Question Answer 98 Attachment C – Service Level Agreements, SLA-G2 9 Respondent respectfully requests reducing the financial consequence from $1000 / day for delayed invoices to $250 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. 99 Attachment C – Service Level Agreements, SLA- G3 9 The Respondent respectfully requests the following change to this requirement: A Direct-Billed Accounts Quarterly Report will be provided no later than the 30th 15th of the month on all direct-billed accounts, in accordance with SOW subsection 6.5 Please see Section 14 of Addendum No. 2 100 Attachment C – Service Level Agreements, SLA-G3 9 Respondent respectfully requests reducing the financial consequence from $1000 / day for delayed invoices to $250 / day. See ITN section 4.4, Negotiations, However, no modifications are guaranteed, and Replies must be submitted as if the current Contract terms apply. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––– ITN No.: DMS-20/21-006 Addendum No. 3 Page 1 of 3 4050 Esplanade Way Tallahassee, FL 32399-0950 850-488-2786 Ron DeSantis, Governor Jonathan R. Satter, Secretary Addendum No. 3 to the following Invitation to Negotiate (ITN): Mobile Communication Services DMS-20/21-006 Date: March 29, 2021 To: Prospective Respondents to ITN No.: DMS-20/21-006 From: Caitlen Boles, Procurement Officer Subject: Timeline Update ____________________________________________________________________________ 1. ITN No: DMS-20/21-006, subsection 1.8, Timeline of Events, the table is hereby amended as follows: TIMELINE OF EVENTS Events Event Time (ET) Event Date ITN posted on the VBS. October 7, 2020 Deadline to submit questions to the Procurement Officer. 3:00 PM October 28, 2020 Department’s anticipated posting of answers to Respondent’s questions on the VBS. November 16, 2020 Deadline to submit Reply and all required documents to the Procurement Officer. 2:00 PM November 30, 2020 Public Opening. Conference Room 101 4050 Esplanade Way Tallahassee, Florida 32399-0950 Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/198062149 You can also dial in using your phone. United States (Toll Free): 1 877 309 2073 3:00 PM November 30, 2020 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-20/21-006 Addendum No. 3 Page 2 of 3 TIMELINE OF EVENTS Events Event Time (ET) Event Date United States: +1 (646) 749-3129 Access Code: 198-062-149 Join from a video-conferencing room or system. Dial in or type: 67.217.95.2 or inroomlink.goto.com Meeting ID: 198 062 149 Or dial directly: 198062149@67.217.95.2 or 67.217.95.2##198062149 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/198062149 Anticipated Evaluations Phase. December 4, 2020 to December 30, 2020 Anticipated Negotiations Phase. January 4, 2021 to April 12, 2021 April 29, 2021 Negotiation Team Public Meeting Conference Room 101 4050 Esplanade Way Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/170310357 You can also dial in using your phone. United States (Toll Free): 1 866 899 4679 United States: +1 (571) 317-3116 Access Code: 170-310-357 Join from a video-conferencing room or system. Dial in or type: 67.217.95.2 or inroomlink.goto.com Meeting ID: 170 310 357 Or dial directly: 170310357@67.217.95.2 or 67.217.95.2##170310357 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/170310357 10:00 AM April 19, 2021 May 3, 2021 Anticipated date to post Notice of Intent to Award on the VBS. April 26, 2021 May 10, 2021 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-20/21-006 Addendum No. 3 Page 3 of 3 TIMELINE OF EVENTS Events Event Time (ET) Event Date Anticipated Contract Execution. May 2021 FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES, OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, FLORIDA STATUTES. Any protest concerning this agency decision or intended decision must be timely filed with the Agency Clerk. Protests may be filed by courier, hand delivery, or U.S. mail at Department of Management Services, Office of the General Counsel, Attention: Agency Clerk, 4050 Esplanade Way, Suite 160, Tallahassee, FL 32399-0950. Protests may also be filed by fax to 850-922-6312, or by email to agencyclerk@dms.fl.gov. It is the filing party’s responsibility to meet all filing deadlines. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––– ITN No.: DMS-19/20-006 Addendum No. 4 Page 1 of 3 4050 Esplanade Way Tallahassee, FL 32399-0950 850-488-2786 Ron DeSantis, Governor Addendum No. 4 to the following Invitation to Negotiate (ITN): Mobile Communication Services DMS-19/20-006 Date: April 27, 2021 To: Prospective Respondents to ITN No.: DMS-19/20-006 From: Caitlen Boles, Procurement Officer Subject: Timeline Update ____________________________________________________________________________ 1. ITN No: DMS-19/20-006, subsection 1.8, Timeline of Events, the table is hereby amended as follows: TIMELINE OF EVENTS Events Event Time (ET) Event Date ITN posted on the VBS. October 7, 2020 Deadline to submit questions to the Procurement Officer. 3:00 PM October 28, 2020 Department’s anticipated posting of answers to Respondent’s questions on the VBS. November 16, 2020 Deadline to submit Reply and all required documents to the Procurement Officer. 2:00 PM November 30, 2020 Public Opening. Conference Room 101 4050 Esplanade Way Tallahassee, Florida 32399-0950 Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/198062149 You can also dial in using your phone. United States (Toll Free): 1 877 309 2073 3:00 PM November 30, 2020 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 4 Page 2 of 3 TIMELINE OF EVENTS Events Event Time (ET) Event Date United States: +1 (646) 749-3129 Access Code: 198-062-149 Join from a video-conferencing room or system. Dial in or type: 67.217.95.2 or inroomlink.goto.com Meeting ID: 198 062 149 Or dial directly: 198062149@67.217.95.2 or 67.217.95.2##198062149 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/198062149 Anticipated Evaluations Phase. December 4, 2020 to December 30, 2020 Anticipated Negotiations Phase. January 4, 2021 to April 29, 2021 May 26, 2021 Negotiation Team Public Meeting Conference Room 101 4050 Esplanade Way Please join my meeting from your computer, tablet or smartphone. https://global.gotomeeting.com/join/170310357 You can also dial in using your phone. United States (Toll Free): 1 866 899 4679 United States: +1 (571) 317-3116 Access Code: 170-310-357 Join from a video-conferencing room or system. Dial in or type: 67.217.95.2 or inroomlink.goto.com Meeting ID: 170 310 357 Or dial directly: 170310357@67.217.95.2 or 67.217.95.2##170310357 New to GoToMeeting? Get the app now and be ready when your first meeting starts: https://global.gotomeeting.com/install/170310357 10:00 AM May 3, 2021 May 27, 2021 Anticipated date to post Notice of Intent to Award on the VBS. May 10, 2021 June 1, 2021 DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 ITN No.: DMS-19/20-006 Addendum No. 4 Page 3 of 3 TIMELINE OF EVENTS Events Event Time (ET) Event Date Anticipated Contract Execution. May 2021 June 2021 FAILURE TO FILE A PROTEST WITHIN THE TIME PRESCRIBED IN SECTION 120.57(3), FLORIDA STATUTES, OR FAILURE TO POST THE BOND OR OTHER SECURITY REQUIRED BY LAW WITHIN THE TIME ALLOWED FOR FILING A BOND SHALL CONSTITUTE A WAIVER OF PROCEEDINGS UNDER CHAPTER 120, FLORIDA STATUTES. Any protest concerning this agency decision or intended decision must be timely filed with the Agency Clerk. Protests may be filed by courier, hand delivery, or U.S. mail at Department of Management Services, Office of the General Counsel, Attention: Agency Clerk, 4050 Esplanade Way, Suite 160, Tallahassee, FL 32399-0950. Protests may also be filed by fax to 850-922-6312, or by email to agencyclerk@dms.fl.gov. It is the filing party’s responsibility to meet all filing deadlines. DocuSign Envelope ID: 7A8E64EC-7F69-45F7-9E9B-B2528340E7F8 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 1 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Verizon Wireless Price Sheet State of Florida ITN No. DMS-19/20-006 Definitions Access Discount: Government Subscribers are eligible for a 23% access discount on qualified plans and features where noted. Accessory Discount. Government Subscribers are eligible to receive a 25% discount from the retail price of qualifying accessories. Discount Eligible Data Feature(s): Any generally available Verizon Wireless data feature with a monthly access fee of $24.99 or higher, added to an Eligible Calling Plan, that does not prohibit discounts. Discount Eligible Plan(s): Any generally available Verizon Wireless voice, data or M2M plan with a monthly access fee of $34.99 or higher that does not prohibit discounts. Early Termination Fees (“ETF”): ETFs are waived for Government Subscribers. Equipment: Wireless telephones, data modems and similar devices and ancillary accessories used in conjunction with Wireless Service. Government Subscriber: An employee of Customer utilizing Wireless Service whose account is set up in Customer’s name and for which Customer bears payment responsibility. Machine to Machine Service (“M2M Service”): M2M refers to use of the Wireless Service for the transmission of data between wireless devices and computer servers or other machines, or between select wireless devices, with limited or no manual intervention or supervision. M2M Line(s): An individual line of M2M Service used under this Pricing and Equipment Proposal which is set up in Customer’s name and for which Customer bears responsibility. Network Speeds on the Verizon Wireless Network (4G LTE): Uploads: 2-5 Mbps and Downloads: 5-12 Mbps Plans, Features, Rates and Charges: The voice, data or M2M plan and any options, features or applications that are selected by the Customer determine the applicable rates, charges, allowance of minutes or megabytes and Wireless Service coverage area for each line. Some plans may have restrictions on the type of Equipment that can be activated on them. Information about retail plans, options, features, and applications (i.e., those that Verizon Wireless makes generally available to consumers or business customers) and their terms and conditions may be obtained at Verizon Wireless stores, on verizonwireless.com or from Verizon Wireless business sales representatives. The voice, data or M2M plan monthly access fees and non-promotional allowance of minutes and/or megabytes for each line will not change during the Line Term as long as Customer does not change plans on that line. As detailed in the contract, rates, charges and fees, listed in Pricing Index may be changed following the formal Amendment process Verizon Wireless may discontinue any retail plans, options, features and applications for new activations without notice. If Customer changes or upgrades Equipment, Verizon Wireless may require it to change to a then-current plan that is compatible with the changed or upgraded Equipment. Customer may not activate Equipment purchase at a discount from Verizon Wireless on M2M Lines. Government discounts and pricing may not be available to purchases made through agents or at retail store locations. Subsidized Equipment: Equipment purchased at Verizon Wireless government matrix and/or government promotional price. Subsidized Equipment must be active for 24 months or more before being eligible to be upgraded. In the event a Customer purchases a subsidized device and the Customer terminates services early, or moves to a lesser price plan or disconnects the devices from the Contractor’s network within twenty-four (24) months of the device activation, the Contractor may bill the Customer for the unpaid portion of the subsidized amount of the device. Term of Lines (“Line Term”): The term for each line (the “Line Term”) begins on the date Wireless Service is activated for that line and continues for the period required by the calling plan or Equipment selected for that line (usually 2 years). Line Term extensions are required when Customer: (a) takes advantage of promotions or services that require a Line Term extension; or (b) purchases or upgrades Equipment except for ancillary accessories used in July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 2 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. conjunction with Wireless Service. When the Line Term expires, Wireless Service continues on a month-to-month basis. Activation fees are waived for Government Subscribers on voice and data plans and for M2M Lines. ThingSpace Mange: ThingSpace Manage (“ThingSpace”) provides Customer with the ability to remotely monitor and manage its M2M/IoT devices. If Customer desires to access and use ThingSpace, it must so request in writing, and Verizon Wireless shall provision ThingSpace on Customer’s account. Applicable rates and charges, if any, shall be set forth in this Addendum. ThingSpace set-up time is estimated to take four to six weeks. The rights granted to Customer herein for access to and use of ThingSpace are specific to Customer and may not be transferred to another party without Verizon Wireless’ prior written consent. Verizon Wireless retains full and exclusive ownership of all intellectual property rights associated with the ThingSpace including any alterations, modifications, improvements and derivative works thereof. Legacy Pricing. All custom plans and features excluding machine-to-machine plans existing under the Agreement prior to the Effective Date of the Agreement (“Legacy Plans”), shall be retired and will no longer be available for new line activations, lines changing plans or lines upgrading Equipment. Verizon Wireless will allow Customer’s existing Government Subscribers who are currently on such Legacy Plans to continue at the pricing, terms and conditions contained in such Legacy Plans until the Government Subscriber either changes plans or upgrades Equipment. Wireless Service: Each and every radio service provided directly or indirectly by Verizon Wireless. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 3 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. STATE OF FLORIDA CUSTOM PER UNIT PLANS AND FEATURES Custom State of Florida Nationwide Voice Per Minute Calling Plan The calling plan below reflects the monthly access charge discount. No additional discounts apply. 200 Text/Picture/Video Message Option 600 Mobile to Mobile Minutes (82587) No Domestic Roaming or Long Distance Charges 600 Night and Weekend Minutes (72711) SOFL Plan Number Monthly Access Charge Per Line Domestic Anytime Voice Allowance Minutes Per Month Voice Per Minute Rate (86680) $0.00 0 $0.049 Optional Features Text, Picture & Video Messaging Per the applicable Custom State of Florida SMS/MMS Per Message Feature rate Domestic Data Sent or Received $1.99 per MB or per Data Package Unlimited Domestic Push To Talk Plus $10.00 Notes: 4G Basic handset devices Only. See attached Plan and Feature Details for important information about calling plans, features and options. 4G service requires 4G equipment and 4G coverage. Must request SMS and/or MMS option to receive 200 included Text/Picture/Video messages option. PTT Plus service requires; PTT Plus feature, PTT Plus enabled device, and PTT Plus coverage. Subscribers must supply their own authenticated Equipment (CPE) to be activated on these plans or may purchase equipment at full retail price. Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Custom State of Florida Nationwide Machine to Machine (M2M) Per Megabyte Calling Plan The calling plan below reflects the monthly access charge discount. No additional discounts apply. Data for Telemetry (M2M) devices only This plan may NOT be used for email SOFL Plan Number Machine to Machine (M2M) Monthly Access Charge Per Line Domestic Megabytes (MB) Allowance Per Month Data Per Megabyte Rate 86693 $0.00 0 $0.099 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Subscribers must supply their own authenticated Equipment (CPE) to be activated on these plans. Machine-to-machine coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Current data coverage details and additional plan information can be found at www.verizonwireless.com. Only Customer-provided, 4G-capable machine-to-machine devices may be activated on this plan. If the voice block feature is removed, subscribers will be charged $0.049 per minute for voice calls. 4G Basic Phone Push to Talk Plus (PTT+) Only Plan: Government Subscribers Only The calling plan below reflects the monthly access charge discount. No additional discounts apply. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 4 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Push to Talk Plus Only Plan Monthly Access Charge $10.00 (94976) Domestic Anytime Voice Minutes Per Month 0 Push to Talk Plus Unlimited Domestic Voice Per Minute Rate $0.049 Data Sent or Received $1.99 per MB or per data package1 Notes: Current coverage details can be found at www.verizonwireless.com. No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Data usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Push to Talk Plus is only available in the United States. This price plan can only be used with a 3G Basic or 4G Basic PTT+ capable device. See attached Calling Plan and Feature Details for important information about calling plans, features and options. If the voice block feature is removed, subscribers will be charged $0.049 per minute for non-Push to Talk Plus voice calls. 4G Smartphone Phone Push to Talk Plus (PTT+) Only Feature: Government Subscribers Only The calling plan below reflects the monthly access charge discount. No additional discounts apply. Push to Talk Plus Only Feature Monthly Access Charge $10.00 Domestic Anytime Voice Minutes Per Month 0 Push to Talk Plus Unlimited Domestic Voice Per Minute Rate per voice/data plan Data Sent or Received per data package1 Notes: Current coverage details can be found at www.verizonwireless.com. No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Data usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Push to Talk Plus is only available in the United States. This price plan can only be used with a 3G Basic or 4G Basic PTT+ capable device. See attached Calling Plan and Feature Details for important information about calling plans, features and options. State of Florida Nationwide Voice Calling Share Plans: Basic Phones Only Government Subscribers Only The calling plans below reflect the monthly access charge discount. No additional discounts apply. Monthly Access Charge (shared minutes) $14.99 $29.99 Shared* Domestic Anytime Voice Minutes Per Month 200 500 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 5 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Overage Rate per minute $0.06 Domestic Night & Weekend Minutes Unlimited Domestic Mobile to Mobile Minutes Unlimited Domestic Long Distance Included Domestic Data (data can be blocked) $1.99 per MB or per data package 4G data blocked. Data package must be selected. OPTIONAL FEATURES 500 Domestic Text, Picture & Video Messages $0.00 SMS: $0.10 outbound/$0.02 inbound/overage MMS: $0.25 per Picture or Video Message/overage Unlimited Domestic Push-to-Talk Plus (PTT+) $2.00 (device dependent) Unlimited Domestic Picture & Video Messages (SMS/MMS) $10.00 Notes: Coverage area includes the Verizon Wireless 4G network; and the 3G and Extended partner networks, while available. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international.See attached Calling Plan and Feature Details for important information about calling plans, features and options. *Voice minutes can share with Nationwide voice and/or voice & data bundle plans that are eligible for sharing. Voice block may be added to these plans to accommodate PTT+ only. Profile Share- Voice Sharing: At the end of each bill cycle, any unused voice allowances for lines sharing across multiple accounts will be applied proportionally to all lines with overages. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 6 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. State of Florida Nationwide Voice Calling Share Plans: Smartphones Only Government Subscribers Only The calling plans below reflect the monthly access charge discount. No additional discounts apply. Monthly Access Charge (shared minutes) $14.99 $29.99 Shared* Domestic Anytime Voice Minutes Per Month 200 500 Overage Rate per minute $0.06 Domestic Night & Weekend Minutes Unlimited Domestic Mobile to Mobile Minutes Unlimited Unlimited Domestic Picture & Video Messages (SMS/MMS) Included Domestic Long Distance Included Domestic Data Data package must be selected. OPTIONAL FEATURE Unlimited Domestic Push-to-Talk Plus (PTT+) $2.00 (device dependent) Notes: Coverage area includes the Verizon Wireless 4G network; and the 3G and Extended partner networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Lines activating on this plan must be on 5G Nationwide or 4G HD voice-capable smartphones, except that existing lines on 3G smartphones may change to this plan while 3G service is available. See attached Calling Plan and Feature Details for important information about calling plans, features and options. *Voice minutes can share with Nationwide voice and/or voice & data bundle plans that are eligible for sharing. Voice block may be added to these plans to accommodate PTT+ only. Profile Share- Voice Sharing: At the end of each bill cycle, any unused voice allowances for lines sharing across multiple accounts will be applied proportionally to all lines with overages. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 7 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. WIRELESS VOICE Custom State of Florida Nationwide Voice Calling Plans The calling plans below reflect the monthly access charge discount. No additional discounts apply. Unlimited National Mobile to Mobile Calling Minutes No Domestic Roaming or Long Distance Charges Unlimited Night & Weekend Minutes SOFL Plan Number Domestic Anytime Allowance Minutes* Conventional and Smartphone Devices Monthly Access Charge Overage Rate Voice Roaming (Canada and Mexico) (86195) 250 $25.75 $0.052 $0.69 (86196) 600 $36.05 $0.052 $0.69 Data Sent or Received $1.99 per MB or per Data Package Optional Feature Domestic Push-to-Talk Plus $0.00 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Lines activating on this plan must be on 5G Nationwide or 4G HD voice-capable smartphones, except that existing lines on 3G smartphones may change to this plan while 3G service is available. *Overage Rate applies after allowance. 4G Smartphones and 3G/4G Multimedia Phones require a data package. 4G service requires 4G equipment and 4G coverage. PTT Plus service requires PTT Plus enabled device and coverage. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 8 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. WIRELESS DATA Custom State of Florida Mobile Broadband Data Plans* The calling plans below reflect the monthly access charge discount. No additional discounts apply. SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Domestic SMS and MMS Messaging (86226) $20.60 500MB $0.00849per MB Included (86227) $25.75 1,000MB (52330) $36.05 Unlimited* N/A Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Lines activating on these plans must be on 5G Nationwide or 4G mobile broadband devices, except that existing lines on 3G mobile broadband devices may change to these plans while 3G service is available. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice. Can be added to voice plans with a monthly access fee of $14.99 and above. *Router devices cannot be activated on these plans. Custom State of Florida Smartphone Data Feature Packages The calling plans below reflect the monthly access charge discount. No additional discounts apply. Data for Smartphone devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Domestic SMS and MMS messaging 77294/ 79789 $15.45 500MB $0.00849 per MB Included* (77295 and 79790) $20.60 1,000MB Exhibit (79740 79791) $23.69 2,000MB Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. Current coverage details and additional feature information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. This feature can only be added onto: SOFL PPlan’s 86192-86197. Lines activating on this feature must be on 5G Nationwide or 4G HD voice-capable smartphones. 4G service requires 4G equipment and 4G coverage. *Not included with the State of Florida Nationwide Custom Pooled Voice Services Plans. May only be added to a voice plan with a monthly access fee of $14.99 and above. Custom State of Florida Smartphone Unlimited Data Feature Package The calling plan below reflects the monthly access charge discount. No additional discounts apply. Data for Smartphone devices only July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 9 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Domestic SMS and MMS messaging with Mobile Hotspot (79407-4G), (79781-4G $32.96 Unlimited* N/A Included** Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. 4G service requires 4G equipment and 4G coverage. Current coverage details and additional feature information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. This feature can only be added onto: SOFL PPlan’s 86192- 86197. Lines activating on this feature must be on 5G Nationwide or 4G HD voice-capable smartphones. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high- speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice **Not available when bundled with the State of Florida Nationwide Custom Pooled Voice Services Plans. May only be added to a voice plan with a monthly access fee of $14.99 and above. Custom State of Florida 4G Mobile Broadband Data Share Plans for Tablets (Subsidized) Government Subscribers Only These plans are Not eligible for monthly access discounts. Monthly Access Fee $10.00 (99775) $18.00 (31781) $22.00 (36656) $35.00 (36659) $50.00 (36660) Domestic Shared Data Allowance 250 MB 1 GB 2 GB 5 GB 10 GB Data Overage Rate $9.97 per GB Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Lines activating on these plans must be on 4G tablets except that existing lines on 3G tablets may change to these plans while 3G service is available. Data Sharing (Domestic Only): Account Share. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 10 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Custom State of Florida Unlimited Mobile Broadband Data Plans The calling plan below reflects the monthly access charge discount. No additional discounts apply. SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate (52330) $36.05 Unlimited* N/A Notes: See attached Plan and Feature Details for important information about calling plans, features and options. 4G service requires 4G equipment and 4G coverage. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice. Routers cannot be activated on this plan. Public Sector Mobile Broadband Share Plans: Government Subscribers Only The calling plans below reflect the monthly access charge discount. No additional discounts apply. Public Sector Mobile Broadband 5 Gigabytes 10 Gigabytes 20 Gigabytes Monthly Access Charge $34.99 (90237) $59.99 (90240) $99.99 (90241) Shared Domestic Data Allowance 5GB 10GB 20GB Overage Per Gigabyte $8.00 Per Gigabyte Note: This plan is available for domestic data only devices, on the Verizon Wireless network only. Data Sharing: At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. New activations on these service plans require 4G LTE devices. The 5GB, 10GB, and 20GB Public Sector Mobile Broadband Plans are able to share with each other. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 11 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Flexible Business Plans For Basic & Smartphones The calling plans below reflect the monthly access fee discount. No additional discounts apply. Basic Phones* Smartphones1 Monthly Access Fee $35.00 (92731) $65.00 (92732) $75.00 (92736) $85.00 (92737) $95.00 (92738) $105.00 (92740) Monthly Access Fee less discount $26.95 $50.05 $57.75 $65.45 $73.15 $80.85 Shared Data Allowance 100 MB 2 GB 4 GB 6 GB 8 GB 10 GB Data Overage $10.00 per GB Mobile Hotspot2 Included Monthly Anytime Minutes Unlimited Messaging Allowance3 Unlimited Domestic and International Messaging Optional Features Domestic Push to Talk Plus Additional monthly access fee per line $5.00 per line Notes: Current coverage details and additional plan and feature information can be found at www.verizonwireless.com. No Domestic Roaming or Long Distance Charges. 4G service requires 4G Equipment and 4G coverage. Government subscribers only. * Basic phones may only be added to an account with at least 1 Smartphone (bill account level). 1. Access to corporate email using BlackBerry Enterprise Server (BES) is available for an additional $15.00 per line. 2. Mobile Hotspot is available on all capable devices and allows you to use your device and share data allowance with multiple Wi-Fi enabled devices. 3. Unlimited Messaging from within the United States to anywhere in the world where messaging services are available. Data Sharing: Lines activated on these plans can only share with other lines on these plans and with lines on the Flexible Business Plans for Data Devices. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 12 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Flexible Business Plans For Data Devices The calling plans below reflect the monthly access fee discount. No additional discounts apply. Connected Devices Connected Devices, Tablets, Netbooks, Notebooks Connected Devices, Tablets, Netbooks, Notebooks, Jetpacks, USBs, Mobile Broadband Devices Monthly Access Fee $5.00 (92739) $10.00 (92741) $35.00 (92742) $45.00 (92744) $55.00 (92745) $65.00 (92746) $75.00 (92747) Monthly Access Fee less discount $5.00 $10.00 $26.95 $34.65 $42.35 $50.05 $57.75 Shared Data Allowance 1 MB 100 MB 2 GB 4 GB 6 GB 8 GB 10 GB Data Overage Rate $10.00 per GB Notes: Current coverage details and additional plan and feature information can be found at www.verizonwireless.com. 4G service requires 4G Equipment and 4G coverage. Government subscribers only. Data Sharing: These plans only share with other lines on these plans and with lines on the Flexible Business Plans for Basic & Smartphones. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. Flexible Business Plans For Data Devices - Connected Device / Internet with Voice Plans The calling plans below reflect the monthly access fee discount. No additional discounts apply. Connected Device* Broadband Router Monthly Access Fee $5.00 (94532) $65.00 (94495) $75.00 (94496) $85.00 (94497) $95.00 (94500) $105.00 (94504) Monthly Access Fee less discount $5.00 $50.05 $57.75 $65.45 $73.15 $80.85 Shared Data Allowance 1 MB 2 GB 4 GB 6 GB 8 GB 10 GB Domestic Data Overage Rate $10.00 per GB Notes: Current coverage details and additional plan and feature information can be found at www.verizonwireless.com. 4G service requires 4G Equipment and 4G coverage. Government subscribers only. Data Sharing: These plans only share with other lines on these plans and with lines on the Flexible Business Plans for Basic & Smartphones. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 13 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Flexible Business Plans For Data Devices - Connected Device / Internet with Voice Plans The calling plans below reflect the monthly access fee discount. No additional discounts apply. Connected Device* Broadband Router Monthly Access Fee $5.00 (94532) $65.00 (94495) $75.00 (94496) $85.00 (94497) $95.00 (94500) $105.00 (94504) Monthly Access Fee less discount $5.00 $50.05 $57.75 $65.45 $73.15 $80.85 Shared Data Allowance 1 MB 2 GB 4 GB 6 GB 8 GB 10 GB Domestic Data Overage Rate $10.00 per GB Notes: Current coverage details and additional plan and feature information can be found at www.verizonwireless.com. 4G service requires 4G Equipment and 4G coverage. Government subscribers only. Data Sharing: These plans only share with other lines on these plans and with lines on the Flexible Business Plans for Basic & Smartphones. At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. Custom State of Florida Nationwide Wireless Smartphone Data Plan with Mobile Hot Spot The calling plans below reflect the monthly access charge discount. No additional discounts apply. Data for Smartphone devices only Monthly Access Charge Per Line Domestic Data Allowance with Mobile Hot Spot (MHS) Nationwide Calling Rate Unlimited Domestic Mobile to Mobile, Nights and Weekends, and SMS and MMS Messaging $35.99 (52339) Unlimited* $0.052 per minute Included Notes: See attached Plan and Feature Details for important information about calling plans, features and options. 4G service requires 4G equipment and 4G coverage. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 14 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Mobile Broadband Machine to Machine (M2M) Share Group 1 Plans - Low Usage The calling plans below reflect the monthly access charge discount. No additional discounts apply. Mobile Broadband Machine-to-Machine Plans 1 Megabyte 5 Megabytes 25 Megabytes 50 Megabytes 150 Megabytes Domestic Shared Data Allowance Per Month 1 MB (87640) 5 MB (87641) 25 MB (87642) 50 MB (87643) 150MB (87644) Monthly Access Charge $5.00 $7.00 $10.00 $15.00 $18.00 Overage Rate Per Megabyte $1.00 Mobile Broadband Machine to Machine (M2M) Share Group 2 Plans - High Usage The calling plans below reflect the monthly access charge discount. No additional discounts apply. Mobile Broadband Machine-to-Machine Plans 250 Megabytes 1 Gigabyte 5 Gigabytes 10 Gigabytes Domestic Data Allowance Per Month 250 MB (87645) 1 GB (87646) 5 GB (87647) 10 GB (87648) Monthly Access Charge $20.00 $25.00 $38.50 $61.60 Overage Rate Per Megabyte $0.015 Note: Machine to Machine coverage included the Verizon Wireless 4G, 3G and 3G Extended networks. See attached Calling Plan and Feature Details for important information about calling plans, features and options. Government Subscribers may supply their own authenticated Equipment (CPE) approved by Verizon Wireless to be activated on these plans. Netbook, Smartphone, and Tablet devices are not eligible for Mobile Broadband M2M pricing. 4G service requires 4G Telemetry equipment and 4G coverage. All terms and conditions of the Agreement apply to M2M service and M2M Lines as a Wireless Service. Customer may select either the Account Share or Profile Share option on the Mobile broadband Machine-to-Machine (M2M) Share Plans. Machine to Machine Wireless Backup Router Plan This Plan is NOT eligible for Monthly Access Fee Discounts. Monthly Access Data Allowance Overage Rate $10.00 (86848-4G) 25 MB $10.00 per GB Note: This plan is restricted to Verizon Wireless network use only; domestic and international roaming not available.. 4G service requires 4G equipment and 4G coverage. Customer must maintain a minimum of five (5) active M2M Lines to be eligible for this plan. Customer must provide its own Equipment, approved for use on the Verizon Wireless network, when activating service on this plan. Not all wireless routers can be provisioned on this plan. This plan is approved for use as a backup solution for business continuity only and may not be used for primary connectivity. Verizon Wireless reserves the right to migrate lines on this plan to the standard 5 GB M2M Plan if usage on a line provisioned on this plan exceeds one GB for three consecutive bill cycles. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 15 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Public Sector Mobile Broadband Machine to Machine (M2M) Share Plans: Government Subscribers Only The calling plans below reflect the monthly access charge discount. No additional discounts apply. Public Sector Mobile Broadband 5 Gigabytes 10 Gigabytes 20 Gigabytes Monthly Access Charge $34.99 (90231) $59.99 (90234) $99.99 (90235) Shared Domestic Data Allowance 5GB 10GB 20GB Overage Per Gigabyte $8.00 Per Gigabyte Note: This plan is available for domestic data only devices, on the Verizon Wireless network only. Data Sharing: At the end of each bill cycle, any unused data allowances for lines sharing on the same account will be applied to the overages of the other lines on the same account beginning with the line with the lowest overage need. Plan changes may not take effect until the billing cycle following the change request. New activations on these service plans require 4G LTE devices. Netbook, Smartphone, and Tablet devices are not eligible for Mobile Broadband M2M pricing. Existing customers transitioning to one of these service plans are able to utilize existing 3G devices. The 5GB, 10GB, and 20GB Public Sector Mobile Broadband Machine to Machine Plans are able to share with each other. Custom Flat Rate Mobile Broadband - Government Government Subscribers Only This plan is not eligible for monthly access fee discounts. Monthly Access Fee $34.99 Domestic Data Allowance* Unlimited Overage Rate per KB NA NOTE: Subject to the Mobile Broadband terms and conditions; additional terms and conditions apply to Unlimited, Megabyte (MB), and Smartphone data Plans. Throughput speeds on the Custom Flat Rate Mobile Broadband will be limited up to 600kbps throughout the duration of each billing cycle while on the Verizon Wireless 4G network only. Data speeds are not guaranteed while on Extended or roaming partner networks. Devices utilized in conjunction with the Custom Flat Rate Mobile Broadband plan are limited to mobile (non-stationary) applications. Dedicated internet connections on stationary router devices and streaming video on stationary video surveillance cameras are expressly prohibited on this rate plan. Custom Mobile Broadband Plan II – Government Government Subscribers Only This plan is not eligible for monthly access fee discounts. Monthly Access Fee $44.99 Domestic Data Allowance Unlimited Overage Rate Per KB NA NOTE: Subject to the Mobile Broadband terms and conditions; additional terms and conditions apply to Unlimited, Megabyte (MB), and Smartphone data Plans. Verizon Wireless will limit throughput of data speeds should 30GB of data be used within a given bill cycle. Devices utilized in conjunction with the Custom Mobile Broadband Plan II are limited to mobile (non-stationary) applications. Data speeds are not guaranteed while on Extended or roaming partner networks. Dedicated internet connections on stationary router devices and streaming video on stationary video surveillance cameras are expressly prohibited on this rate plan. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 16 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Custom 4G Verizon Unlimited Smartphone Plan for Public Sector Government Subscribers Only The calling plan below reflects the monthly access fee discount. No additional discounts apply. Only 4G LTE GSM/UMTS global-capable smartphones can be activated on this plan. Monthly Access Fee (Discount Applied) $50.05 Monthly Minutes in U.S Unlimited Domestic Data Allowance Unlimited(1) Domestic Mobile Hotspot Unlimited(2) Domestic and International Messaging Allowance Unlimited(3) Notes: Current coverage details can be found at www.verizonwireless.com. No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. (1) In the event of network congestion, after 22GB of data usage on a line during any billing cycle, usage on such line may result in slightly slower download speeds relative to another user. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at 480p. (2) Mobile Hotspot is available on all capable devices and allows Corporate Subscribers to use their device and share data allowance with multiple Wi-Fi enabled devices. If 10GB of Mobile Hotspot data usage is exceeded on any line in any given billing cycle, Verizon Wireless will limit the data throughput speeds for additional usage for the remainder of the then-current billing cycle for the line that exceeds the data usage. (3) Unlimited Messaging from within the United States to anywhere in the world where messaging services are available. For other messaging rates go to www.verizonwireless.com. (13656) The “Custom 4G Unlimited Smartphone Plan for Public Sector – State of Florida Government” is eligible to use Travel Pass SPO code 383. Custom Business 5G Ultra Wideband Bolt-On Feature Government Subscribers Only Not eligible for discounts. Monthly Access Fee $10.00 Notes: Coverage includes the Verizon Wireless 5G Ultra Wideband (UWB) network, where available. Current coverage details can be found at www.verizonwireless.com/5G. This feature is only available to 5G UWB capable smartphones on Custom Unlimited Business Plan for Smartphones. (13656) 4G Business TravelPass Feature1::: Custom 4G Verizon Unlimited Smartphone Plan for Public Sector Government Subscribers Only Rates are not eligible for discounts. Canada and Mexico Daily Rate2 $5.00 (SPO 383) Rest of World Daily Rate2,3 $10.00/day Non-Travel Pass Countries4 Pay As You Go Rates Notes: 1This feature requires a 4G LTE GSM/UMTS global-capable device. 2The daily rate covers a 24-hour time period. 3For eligible countries, 4non-TravelPass country rates and additional information, see attached International services pricing for further details. For voice-capable devices, this feature may be added to plans that have an unlimited voice and messaging allowance and an unlimited or capped data allowance using the account share option. For data usage in Canada and Mexico and all Rest of World TravelPass countries, after the first 512 MB of usage in a day, throughput speeds for additional usage will be reduced for the remainder of the day. All data usage decrements from the domestic data allowance when added to a capped allowance plan. Verizon Wireless will terminate a line if more than half of the usage over three consecutive billing cycles is outside of the United States, following 30 days’ notice to Customer. This feature can only be added to lines activated on the following plan Custom 4G Verizon Unlimited Smartphone Plan for Public Sector (13656) under this Agreement. This is a commercially available feature which is subject to availability and change. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 17 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. GLOBAL SERVICES International Options Monthly Features: Mexico and Canada The calling features below reflect the monthly access fee discount. No additional discounts apply. International Options Monthly Features: Mexico and Canada 0 Voice Minutes 0 Voice Minutes 100 Voice Minutes 250 Voice Minutes 500 Voice Minutes Monthly Access Fee $10.00 (SPO 428) $20.00 (SPO 426) $15.00 (SPO 441) $30.00 (SPO 425) $25.00 (SPO 443) Monthly Access Fee less discount $10.00 $20.00 $15.00 $22.50 $18.75 Voice Overage Rate Pay Go $0.10/minute $0.05/minute Data Allowance1 100 MB 250 MB 100 MB 250 MB 1 GB Data Overage Rate After Allowance2 $10.00/100 MB $20.00/1 GB Messaging Allowance3 Pay Go 100 sent; unlimited incoming 250 sent; unlimited incoming 500 sent; unlimited incoming Messaging Overage Rate After Allowance2 Pay Go $0.10/Sent Message $0.05/Sent Message Notes: . 1The data allowance applies in Canada and Mexico only, where coverage is available. All data usage, including dedicated Mobile Hotspot, deducts from the same data allowance. Requires an eligible domestic data plan or feature and an International GSM capable device. 2The overage rate is not eligible for discounts. 3Multimedia messages (MMS) are included in the allowance, but incur data transport charges (deducts from the International data allowance). Pay Go rates for International Voice, International Messaging, and Data Roaming see attached International services pricing for further details.. This is a monthly feature and will be removed from the account one month after being added to an account. International Options Monthly Features : 140+ Countries The calling features below reflect the monthly access fee discount. No additional discounts apply. International Options Monthly Features: 140+ Countries 0 Voice Minutes 0 Voice Minutes 100 Voice Minutes 250 Voice Minutes Monthly Access Fee $25.00 (SPO 431) $50.00 (SPO 433) $40.00 (SPO 445) $85.00 (SPO 423) Monthly Access Fee less discount $18.75 $37.50 $30.00 $63.75 Voice Overage Rate Pay Go $0.25/minute Data Allowance1 100 MB 250 MB 100 MB 250 MB Data Overage Rate After Allowance2 $25.00/100 MB Messaging Allowance3 Pay Go 100 sent; unlimited incoming 250 sent; unlimited incoming Messaging Overage Rate After Allowance2 Pay Go $0.25/Sent Message Notes: . 1The data allowance applies in 140+Countries, where coverage is available. All data usage, including dedicated Mobile Hotspot, deducts from the same data allowance. Requires an eligible domestic data plan or feature and an International GSM capable device. 2The overage rate is not eligible for discounts. 3Multimedia messages (MMS) are included in the allowance, but incur data transport charges (deducts from the International data allowance). Pay Go rates for International Voice, International Messaging, and Data Roaming see attached International services pricing for further details.. This is a monthly feature and will be removed from the account one month after being added to an account. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 18 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. International Options Monthly Recurring Features: Mexico and Canada The calling features below reflect the monthly access fee discount. No additional discounts apply. International Options Monthly Recurring Features: Mexico and Canada 0 Voice Minutes 0 Voice Minutes 100 Voice Minutes 250 Voice Minutes 500 Voice Minutes Monthly Access Fee $10.00 (SFO 427) $20.00 (SFO 446) $15.00 (SFO 434) $30.00 (SFO 424) $25.00 (SFO 442) Monthly Access Fee less discount $10.00 $20.00 $15.00 $22.50 $18.75 Voice Overage Rate Pay Go $0.10/minute $0.05/minute Data Allowance1 100 MB 250 MB 100 MB 250 MB 1 GB Data Overage Rate After Allowance2 $10.00/100 MB $20.00/1 GB Messaging Allowance3 Pay Go 100 sent; unlimited incoming 250 sent; unlimited incoming 500 sent; unlimited incoming Messaging Overage Rate After Allowance2 Pay Go $0.10/Sent Message $0.05/Sent Message Notes: 1The data allowance applies in Canada and Mexico only, where coverage is available. All data usage, including dedicated Mobile Hotspot, deducts from the same data allowance. Requires an eligible domestic data plan or feature and a International GSM capable device. 2The overage rate is not eligible for discounts. 3Multimedia messages (MMS) are included in the allowance, but incur data transport charges (deducts from the International data allowance). Pay Go rates for International Voice, International Messaging, and Data Roaming see attached International services pricing for further details.. This is a recurring feature and will remain on the account until removed. International Options Monthly Recurring Features: 140+ Countries The calling features below reflect the monthly access fee discount. No additional discounts apply. International Options Monthly Recurring Features: 140+ Countries 0 Voice Minutes 0 Voice Minutes 100 Voice Minutes 250 Voice Minutes Monthly Access Fee $25.00 (SFO 412) $50.00 (SFO 432) $40.00 (SFO 444) $85.00 (SFO 422) Monthly Access Fee less discount $18.75 $37.50 $30.00 $63.75 Voice Overage Rate Pay Go $0.25/minute Data Allowance1 100 MB 250 MB 100 MB 250 MB Data Overage Rate After Allowance2 $25.00/100 MB Messaging Allowance3 Pay Go 100 sent; unlimited incoming 250 sent; unlimited incoming Messaging Overage Rate After Allowance2 Pay Go $0.25/Sent Message Notes: 1The data allowance applies in 140+ Countries, where coverage is available. All data usage, including dedicated Mobile Hotspot, deducts from the same data allowance. Requires an eligible domestic data plan or feature and a International GSM capable device. 2The overage rate is not eligible for discounts. 3Multimedia messages (MMS) are included in the allowance, but incur data transport charges (deducts from the International data allowance). Pay Go rates for International Voice, International Messaging, and Data Roaming see attached International services pricing for further details.. This is a recurring feature and will remain on the account until removed. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 19 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Global Data Optional Features The Data Packages are eligible for monthly access fee discounts and promotions, when available. Monthly Access Fee Allowance Rate per MB (Canada) Rate per MB (Mexico) Rate per MB (Rest of the World) N/A N/A $2.05/MB $5.12MB $20.48/MB Notes:. See Calling Plan Optional Features section for important information about calling plans, features and options. Applies to all global-capable phones and internet devices. Customer must subscribe to a domestic Mobile Hotspot plan to use the service globally. The majority of your monthly usage must be in the United States. All data usage, including tethering and hotspot, deducts from the same data allowance. See attached International services pricing for further details. SingleRate for Enterprise Domestic Shared Business Email and Messaging with International Travel Voice, Email, and Messaging (Subsidized - Discounted) Government Subscribers Only This plan is not eligible for monthly access fee discounts. Monthly Access Fee $65.00 (4G) 95266 $85.00 (4G ) 95268 Monthly Domestic Voice Allowance in US/Canada/Mexico Unlimited Unlimited Domestic Data Allowance in U.S. (with Sharing) 2 GB 3 GB Domestic Data Overage Rate $10.00 per GB $10.00 per GB Mobile Hotspot* Included Included Domestic and International Travel Messaging Allowance† Unlimited Unlimited International Travel Voice Allowance (ROW)** 120 Minutes 180 Minutes International Travel Voice Overage Rate $0.40 per minute $0.30 per minute International Travel Data Allowance†† 1 GB 1 GB International Travel Data Overage Rate $45.00 per GB $40.00 per GB International Long Distance – Toll Free Included Included Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Domestic coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Only a 4G LTE GSM/UMTS global-capable smartphone can be activated on these plans. ††The international travel data allowance applies in Canada, Mexico, and the **rest of the world (ROW), where coverage is available; aircraft and cruise ship data usage is not included. To see supported countries, go to www.verizonwireless.com/international. *Mobile Hotspot is available on all capable devices and allows a line to share its data allowance with multiple Wi-Fi enabled devices. International travel voice minutes and international travel data allowances do not share. †Prevailing rates apply to all other messaging types. Verizon Wireless reserves the right to terminate a line if more than half of the usage over three consecutive billing cycles is outside of the United States, following 30 days’ notice to the customer. Data Sharing (Domestic Only) Profile Share: Lines on the same profile can share data. At the end of each billing cycle, any unused data allowances for lines sharing across multiple accounts will be applied proportionally to lines with an overage. Any remaining overage will be billed in KBs. ADDITIONAL WIRELESS FEATURES Custom State of Florida SMS/MMS Messaging Features The calling features below reflect the monthly access charge discount. No additional discounts apply. Text, Picture or Video Messaging for Conventional (Basic) and Smartphone devices only July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 20 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. SOFL Plan Number Monthly Access Charge Per Line Domestic Message Allowance Overage Rate 6.1c(77328) $2.00 300 messages $0.05 per message 6.2c(77341) $3.00 500 messages 6.3c(77329) $7.00 Unlimited N/A Text Messaging: Text Messaging includes Short Message Service (SMS up to 160 characters) and Enhanced Messaging Service (EMS up to 1120 characters). Enhanced Text Messages sent to most SMS handsets will be delivered as multiple Text messages of up to 160 characters each. Subscribers have the option to have text messages disabled entirely without affecting voicemail or other related services. Overage Rate applies after allowance. Text Messaging plans do not include Operator Assisted Messaging or International Messaging, which is available for 25¢ per message sent and 20¢ per message received, see attached International services pricing for further details.;. Multi-Media Messaging (MMS): Multi-Media Messaging (MMS) includes picture and video messaging and is only available within the National Enhanced Services Rate and Coverage Area. In addition, MMS messages are $0.25 per message, per address. In addition to the MMS per message charges, MMS uses calling plan Anytime Minutes or kilobytes. Messaging features are available to all Basic and Smartphone voice, and voice and data bundles. Custom State of Florida Field Force Manager Features The calling plans below reflect the monthly access charge discount. No additional discounts apply. Conventional (Basic) Phone or Smartphone Limited Basic Pro* Monthly Access Charge $9.99 per user (75681 for Basic and Smartphone) $20.00 per user (76722 - Basic) (76637 – Smartphone) $25.00 per user (76723 - Basic) (76638 – Smartphone) Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Field Force Manager (”FFM”) Features may only be added onto a Custom State of Florida calling plan with a monthly access fee of $20.00 or higher. Data plan required. Requires a minimum 500 MB Data Package for Smartphones. FFM is available on select devices only. *FFM Pro is not available on all devices. If the Block Voice Feature is removed, a per minute rate of $0.25 shall apply for all voice calls. Downloading the FFM application requires approximately 2 MB (megabytes) of data. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 21 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Push to Talk Plus License (PTT+): Government Subscribers Only Push to Talk License licenses are not eligible for any further discounts. Product Monthly Access Tablet $3.75 Inter-carrier (only any device) $3.75 3rd Party Web (HTML) API Client $3.75 Dispatch (License) Windows PC with PTT and mapping $22.50 Notes: . See attached Calling Plan and Feature Details for important information about calling plans, features and options. Push to Talk license only. Push to Talk Plus requires PTT+ capable device. Push to Talk Plus Group Advanced Feature Only (when added to a Basic/Smartphone Device with PTT+) No additional discounts apply. Basic/Smartphone Device Feature (87381) $3.00 Note: Group Advanced cannot be added to any device without Domestic Push To talk Plus. Push To Talk Plus requires a PTT+ capable device. Customers cannot combine Group Command and Group Advanced on the same device. The new Group Advanced features include: • Large Groups. Increased group sizes up to 3000 members. • Urgent Calling. Urgent calling can be initiated by a user or remotely by an authorized user. This call provides a distinct tone and is the highest priority call within the PTT+ application. o If a Dispatch license is the “Authorized User," the location of the Urgent Caller displays on the map. o Either the Initiator of the call or the Authorized User can end the “urgent call”. o The “destination” of Urgent call must be on PTT+ client version R9.0 or later. • Location-Based Temporary Groups. These are dispatcher-managed geographic groups. Members inside the geographic area can be added to Dispatch selected contacts or pre-defined groups. o Requires new PTT+ Group Advanced Dispatch software license. Note: Push to Talk Group Advanced requires Push to Talk Plus (PTT+). Group Advanced Feature Requirements • PTT+ Group Advanced feature requires the Push to Talk Plus (PTT+) feature. • At launch (3/28/19), this bundle only works on smartphones. Select basic devices are supported, beginning in 2Q2019. • End users must upgrade the PTT+ application to R9.0.0 or later (available in stores on 3/28/19) for the functionality to show on devices as well as the PTT+ management portal (ECM). • PTT+ Group Advanced works with the optional LMR feature/functionality. PTT+ Portal Information • Large Groups o Within the PTT+ portal (ECM), there is a new group type “Large Group” under the Create Groups tab. When the group is created, only those contacts with the new PTT+ Group Advanced feature / SKU can be added to the group. • Urgent Calling o The company POC is able to set the “Authorized User” as well as the primary and secondary contacts that are recipients when the Urgent Call is initiated. “Authorized users” also have to have the PTT+ Group Advanced feature / SKU. • Location-Based Temporary Groups o No impact on the PTT+ management portal (ECM). July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 22 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Push to Talk Plus Group Command Feature Only (when added to a Basic/Smartphone Device with PTT+) No additional discounts apply. Basic/Smartphone Device Feature (87382) $7.50 Note: Group Command cannot be added to any device without Domestic Push To talk Plus. Push To Talk Plus requires a PTT+ capable device. Customers cannot combine Group Advanced and Group Command on the same device. The new features, effective 5/2/19, include: • Discreet listening. Enables an authorized user or dispatcher to remotely listen to a user’s PTT+ voice communication. • User Check. Allows an authorized PTT+ user or dispatcher to obtain user information from another Group Command user, such as: o Presence and location o Device signal strength (Wi-Fi and cellular) o Device battery level • Enable/Disable Radio o The ability to temporarily remove a device from a group conversation • Includes Group Advanced functionality (large groups and urgent calling) Group Command Feature Requirements • PTT+ Group Command feature requires Push to Talk Plus (PTT+) feature • This bundle works on Smartphones, Tablets and basic phones • End users must upgrade the PTT+ application to R9.0.0 or later (available in stores on 3/28/2019) for the functionality to show on both the device as well as the PTT+ management portal (ECM). • End users MUST enable RADIO MODE for the PTT+ Group Command features to work • PTT+ Group Command SFO works with the optional LMR feature / functionality • PTT+ Group Advanced and PTT+ Group Command features are mutually exclusive Push to Connect – (PTT+) Customers who use Smartphones, Tablets and basic phones are able to leverage Push to Connect to: • Share pictures and videos from Gallery, as well as use native device camera • Share location (current location or meeting location) • Group Supervisor can set a Geofence, and receive messages when members come or leave area • Leave a voice message, or create a voice message, and send to an individual or a group • Send a PDF file to a contact or group For customers who are familiar with PTT+ LMR Interoperability, PTT+ now has an optional “LMR Client” look, which provides a streamlined interface which simplifies the user experience to 1 screen. Customers can now leverage Web Browsers to access the PTT+ Dispatch solution, rather than downloading software. Verizon also has a developer portal for any third-party companies that are interested in integrating the PTT+ voice functionality (developer.pushtotalkplus.com) PTT+ also has an option to preset the PTT+ button (Programmable key) to a contact or group and works, even when the security screen is enabled. Verizon offers different levels of Professional Services to facilitate the installation/integration of this functionality. See LMR Interop Professional Services in Detail. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 23 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Group Command Software Sku’s No additional discounts apply. SKU Name SKU Description Term Cost PTT+ Group Command for Dispatch PTT+ Group Command for Dispatch includes PTT+ for Dispatch functionality and support for PTT+ Group Command features (large group and urgent calling). Monthly (658952) $100.00 PTT+ Group Command for Dispatch-LMR PTT+ Group Command for Dispatch-LMR includes support for PTT+ Group Command features (large group and urgent calling), LMR Interoperability, and PTT+ for Dispatch features. Monthly (658953) $106.00 PTT+ Group Command for Cross- Carrier PTT+ Group Command for Cross Carrier-LMR supports the PTT+ Group Command functionality (large group and urgent calling), LMR interoperability including base PTT+ functionality. This works on a variety of Android and iOS phones. Supports PTT+ functionality on AT&T, Sprint and T-Mobile devices. Monthly (658954) $11.25 PTT+ Group Command for Cross Carrier-LMR PTT+ Group Command for Cross Carrier-LMR supports the PTT+ Group Command functionality (large group and urgent calling), LMR interoperability including base PTT+ functionality. This works on a variety of Android and iOS phones. Supports PTT+ functionality on AT&T, Sprint and T-Mobile devices. Monthly (658955) $15.75 PTT+ Group Command for Tablet PTT+ Group Command for Tablet supports the PTT+ Group Command functionality (large group and urgent calling) including base PTT+ functionality. Works on a variety of 4G LTE and WiFi Android and iOS tablets. Monthly (658956) $11.25 PTT+ Group Command for Tablet- LMR PTT+ Group Command for Tablet-LMR supports the PTT+ Group Command functionality (large group and urgent calling), LMR interoperability, and includes base PTT+ functionality. Works on a variety of 4G LTE and WiFi Android and iOS tablets. Monthly (658957) $15.75 Group Advanced Software Sku’s No additional discounts apply. PTT+ Group Advanced for Dispatch PTT+ Group Advanced for Dispatch includes PTT+ for Dispatch functionality and support for PTT+ Group Advanced features (large group and urgent calling). Monthly (657452) $75.00 PTT+ Group Advanced for Dispatch LMR includes PTT+ for Dispatch functionality and support for PTT+ Group Advanced features (large group and urgent calling). PTT+ Group Advanced for Dispatch-LMR includes support for PTT+ Group Advanced features (large group and urgent calling), LMR Interoperability, and PTT+ for Dispatch features. Monthly (657453) $81.00 PTT+ Group Advanced for Cross-Carrier PTT+ Group Advanced for Cross Carrier supports the PTT+ Group Advanced functionality (large group and urgent calling) including base PTT+ functionality. This works on a variety of Android and iOS phones. SupportsPTT+ functionality on AT&T, Sprint and T-Mobile devices. Monthly (657454) $6.75 PTT+ Group Advanced for Cross Carrier- LMR PTT+ Group Advanced for Cross Carrier-LMR supports the PTT+ Group Advanced functionality (large group and urgent calling), LMR interoperability including base PTT+ functionality. This works on a variety of Android and iOS phones. Supports PTT+ functionality on AT&T, Sprint and T-Mobile devices. Monthly (657455) $11.25 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 24 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Land Mobile Radio (LMR) for PTT+ : Government Subscribers Only Push to Talk Plus service is required. LMR licenses are not eligible for any further discounts. Product Monthly Access LMR Channel per account $0.00 Notes: Customer may have multiple channels. LMR FEATURE Only (When added to a Basic/Smartphone Device with PTT+) Basic/Smartphone Devices (FEATURE) $4.50 (85280) Notes: LMR cannot be added to any device without Domestic Push to Talk Plus. Push to Talk Plus requires PTT+ capable device. LMR License bundled with PTT+ License Tablet $8.25 Inter-carrier (any device) $8.25 3rd Party Web (HTML) API Client $8.25 Notes: . See attached Calling Plan and Feature Details for important information about calling plans, features and options. Land Mobile Radio (LMR) Interoperability works with all PTT+ capable devices. To use PTT+, Customer needs a PTT+ feature (or a software license for tablets and dispatch) and a PTT+ compatible device. An Internet Protocol (IP) link is required to connect Verizon’s PTT+ service with the customer’s LMR network through the “IP Gateway”. By purchasing the Land Mobile Radio for PTT+ Customer consents to the tracking of Land Mobile Radio for PTT+ equipment and must obtain authorized consent to tracking from all users and affected persons. No guarantee of accuracy of information transmitted, disclosed, displayed or otherwise conveyed or used. Service could be interrupted or disrupted due to atmospheric conditions, inaccurate ephemeris data and other factors associated with use of satellites and satellite data. PTT+ Group Advanced for Tablet PTT+ Group Advanced for Tablet supports the PTT+ Group Advanced functionality (large group and urgent calling) including base PTT+ functionality. Works on a variety of 4G LTE and WiFi Android and iOS tablets. Monthly (657456) $6.75 PTT+ Group Advanced for Tablet-LMR PTT+ Group Advanced for Tablet-LMR supports the PTT+ Group Advanced functionality (large group and urgent calling), LMR interoperability, and includes base PTT+ functionality. Works on a variety of 4G LTE and WiFi Android and iOS tablets. Monthly (657457) $11.25 Note: Sku’s are not interchangeable. Group advance Sku’s must be used with the group advanced feature code and Group command Sku’s must be used with the group command feature code. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 25 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. PTT+ LMR Interoperability Deployment Services. The below services provide for the integration and deployment of Verizon PTT+ with a customer’s LMR network based on either a ROIP (Radio Over IP) or ISSI (Inter Sub-System Interface) LMR network architecture. Radio Over Internet Protocol (ROIP) and Inter Sub-System Interface (ISSI) Virtual Deployment Additional Discounts Not to Apply for Virtual Deployments. *Virtual Deployment type Price Provided Via Email Provided Via Phone Project Management Configuration of Equipment Testing of Equipment Up to 4 Talk Groups Software Plan Id and Description Onetime Fee ROIP Assisted Virtual Deployment $2,500 Included Not Included Not Included Not Included Not Included Not Included 623458: PTT+/LMR Assisted Install: ONE TIME Onetime Fee ROIP Managed Virtual Deployment $8,000 Included Included Included Included Included Included 623459: PTT+/LMR Managed Remote: ONE TIME Onetime Fee ISSI Managed Virtual Deployment $25,000 Included Included Included Included Included Included 623461: PTT+/LMR Managed Plus P25: ONE TIME Note: *Customer must select a type of Virtual Deployment; selection cannot be mixed and/or matched. Customer must also purchase separately a ROIP gateway and cables. Customer must physically install the gateway and provide Virtual Private Network (“VPN”) connectivity to the gateway. In addition, Customer must purchase an associated Land Mobile Radio (“LMR”) feature and associated authorizations. Virtual Deployments include on-boarding one single facility, accessible by Customer site to site VPN (Verizon Wireless will not go on-site for any Virtual Deployment). Warranty: Verizon Wireless makes no warranties, express or implied, with respect to ROIP or ISSI Virtual Deployment which it provides to Customer on an “AS IS” basis “WITH ALL FAULTS” and “AS AVAILABLE.” The accuracy, timeliness, completeness, suitability, or availability of any aspect of ROIP or ISSI Virtual Deployment cannot be guaranteed. THE IMPLIED WARRANTIES OF MERCHANTABILTY, FITNESS FOR A PARTICULAR PURPOSE, AND NON-INFRINGEMENT ARE HEREBY EXPRESSLY DISCLAIMED IN THEIR ENTIRETY. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 26 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. ROIP Assisted Virtual Deployment Customer Requirements: Physical Installation and configuration. Access to add network elements to Customer’s network (IT administration). VPN turn up capability (IP Network expertise). Purchase and configure ROIP Gateway(s) and cables for connected LMR. Assign a single point of contact. Provide mobile radio for connectivity to each channel connected to ROIP Gateway(s). Assign individual to receive and program ROIP Gateway(s) (The customer must have an acute knowledge on how to program land mobile radio equipment). Provide VPN peer details. Virtual Deployment provided: ROIP Assisted Virtual Deployment is only provided via email. Requests for deployment assistance can be reached at KODVZLMRSupport@motorolasolutions.com. ROIP Assisted Virtual Deployment ends once a successful configuration and functional test occur: A successful configuration for ROIP and ISSI occurs when: • Backhaul connectivity successfully verified with IP gateway VPN • Two-way traffic observed inside backhaul interface • LMR Group Mobile Directory Number’s (MDN) ordered and recorded A successful functional test occurs when based on the following criteria: RoIP Virtual Deployment: • Verizon Push to Talk (PTT) Plus Service has LMR linked group published over the air to handsets • Verizon PTT Plus Service originated group calls to RoIP Gateway successful • RoIP Gateway originated group calls to Verizon PTT Plus Service successful ISSI Virtual Deployment: • Verizon PTT Plus Service has LMR linked group published over the air to handsets • Verizon PTT Plus Service originated group calls to ISSI Interconnect successful • Talker ID Alias of LMR Group MDN observed on Verizon Push to Talk Plus Service handsets when LMR User is speaking ROIP Managed Virtual Deployment and ISSI Managed Virtual Deployment Virtual Deployment Includes: Working with Customer to engineer network segments for ROIP Engage with Customer on VPN solution completion Develop milestones Verify Customer is configured in PTT Plus Service Project manage critical milestones Finalize ROIP Gateway tuning settings including latency and call setup timers based on Customer’s network. Present final design Validate all configuration steps of the IP Gateway July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 27 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Define technical parameters for VPN Configure ROIP Gateway(s) Requests for managed deployment assistance can be reached at: Phone Requests: (469) 476-0820 Email Requests: KODVZLMRSupport@motorolasolutions.com. Customer Requirements: Customer shall be required to do the following: Assign a project Single Point of Contact. Provide mobile / portable radio for connectivity to each channel connected to ROIP Gateway(s). Backhaul Technology Selection. Manage schedule and report availability for turn up. Provide VPN Peer Details. Approve necessary authorizations to be billed to the account. Order IP Gateway. Review designs. Complete Site Survey Web Form. Provide resulting LMR Group MDN authorization numbers assigned in Enterprise Contact Management (ECM) Tool to Verizon. Physical Installation. Approve the one-time Virtual Deployment charges for managed install. Build Talk Groups in PTT+ online portal Enterprise Contact Management (ECM), including ROIP Gateway authorization. Configure VPN on local network to data center. Assign single point of contact for VPN configuration. Customer to confirm the required networking elements completed. Assign individual to receive ROIP Gateway(s). Configure network elements as needed (if sourced as a part of project). Access to add network elements to Customer’s network. Test and successfully complete calls between Push to Talk Plus Service and the LMR network. Purchase separately ROIP Gateway(s) and cables for connected LMR. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 28 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. ROIP Managed Virtual Deployment and ISSI Managed Virtual Deployment end once a successful configuration and functional test occur: A successful configuration for ROIP or ISSI occurs when: • Backhaul connectivity successfully verified with IP gateway VPN • Two-way traffic observed inside backhaul interface • LMR Group MDN(s) ordered and recorded A successful functional test occurs when based on the following criteria: RoIP Virtual Deployment: • Verizon PTT Plus Service has LMR linked group published over the air to handsets • Verizon PTT Plus Service originated group calls to RoIP Gateway successful • RoIP Gateway originated group calls to Verizon PTT Plus Service successful July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 29 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. ISSI Virtual Deployment: • Verizon PTT Plus Service has LMR linked group published over the air to handsets • Verizon PTT Plus Service originated group calls to ISSI Interconnect successful • Talker ID Alias of LMR Group MDN observed on Verizon PTT Plus Service handsets when LMR User is speaking Name ID Features The features below reflect the monthly access charge discount. No additional discounts apply Feature Monthly Access Share Name ID* $0.00 Company Name ID $1.99 per line Note: Depending upon the service provider and/or carrier to which the called party is subscribed, the called party (terminating device) may or may not be able to view the caller’s name. The Call Filter Plus feature is purchased separately. Company Name ID • Allows Government customers to display their agency name, number and logo on outbound calls on a line-by-line basis to Verizon Call Filter Plus subscribers. It may also display on other carrier devices. • The Logo display service is compatible only with Android Devices. • Users must be subscribed to the My Business portal to use this feature. Share Name ID • A free service that allows Government customers to personalize their name (as per Account Owner’s Billing Name) on outbound calls to Verizon Call Filter Plus subscribers. It may also display on other carrier devices. . 1. Users must be subscribed to the My Business portal to use this feature. Call Filter Plus Service Fees This feature is NOT eligible for monthly access fee discounts. Monthly Access Fee1 $0.75 Notes: Additional feature information is attached hereto . 1This feature can only be added onto an eligible device. Call Filter service is eligible for Android and iOS customers when they enroll and activate on a smartphone device. Call filter is not available on all call, all devices and in all areas. The Call Filter app is pre-loaded on most capable devices or can be downloaded from the app store. * Once enabled all lines have the ability to access call filter. Call filter features are billed separately; however, all supported options will appear and cannot be blocked. Call Filter Free Service This feature is NOT eligible for monthly access fee discounts. Monthly Access Fee1 $0.00 Notes: Additional feature information is attached hereto. 1This feature can only be added onto an eligible device. Call Filter service is eligible for Android and iOS customers when they enroll and activate on a smartphone device. Call filter is not available on all call, all devices and in all areas. The Call Filter app is pre-loaded on most capable devices or can be downloaded from the app store. * Once enabled all lines have the ability to access call filter. ** 4G LTE GSM/UMTS capable devices, require VoLTE/HD Voice. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 30 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Call filter features are billed separately; however, all supported options will appear and cannot be blocked. ENHANCED SERVICES AND SOLUTIONS 4G Smartwatch with NumberShare1 Unlimited Plan - Government This plan is not eligible for monthly access fee discounts. Monthly Access Fee $10.00 (13413) Domestic Anytime Minutes Unlimited Domestic Data Allowance2 Unlimited Domestic and International Messaging Allowance3 Unlimited Notes: This plan is for use only in the United States on the Verizon Wireless 4G network. When NumberShare is active on a 4G Smartwatch, certain services will not work on the Smartwatch device including: Call Forwarding, No Answer Transfer, Busy Transfer, Caller Name ID, Voicemail (access voicemail on the Smartwatch device by dialing the host smartphone number and pin)), and RingBack Tones. Calls and messages to/from blocked contacts will not be blocked on the Smarthwatch when NumberSharing with a host smartphone. Verizon does not guarantee that NumberShare will work at all times in every situation and the service works only with eligible devices. 1. Only lines on select smartwatches with the NumberShare service can be activated on this plan. Certain conditions must be met prior to activation. This plan can only be used when paired with a Verizon Wireless Smartphone that has unlimited data. 2. Usage may be prioritized behind other customers in the event of network congestion. 3. Unlimited messaging from within the United States to anywhere in the world where messaging services are available. Verizon Mobile Device Management (MDM): Government Subscribers Only Verizon MDM is not eligible for the monthly access charge discount. No additional discounts apply. Verizon MDM Feature Access Fee Enterprise Firmware Over the Air (FOTA) Management1 $0.00 (license requirement with service) Device Diagnostics2 $0.99 / per device per month Broadband Hotspot Management3 $1.49 / per device per month OR $15.00 / per device per year Unified Endpoint Management $1.00 / per device per month OR $10.00 / per device per year July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 31 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Notes: See attached Calling Plan and Feature Details for important information about calling plans, features and options. MDM supports select devices and operating systems and may require installation of a software agent. MDM features are billed separately; however, all supported options will appear and cannot be blocked. Due to a number of features that require HTML 5, Verizon MDM requires Internet Explorer Version 10 and above to work efficiently. 1 Enterprise Firmware Over the Air (FOTA) Management supports Android devices, including Jetpacks and USB devices. 2 De vice Diagnostics supports Verizon Android devices operating on OS 4.0 and higher excluding Apple IOS and Google Pixel/Nexus Devices. 3 Broadband Hotspot Management currently supports the MiFi 7730L, AC791L, Jetpack MiFi 6620L, and USB730L. VZ MDM Implementation Services This service does not qualify for additional discounts A certified VZ Solutions Engineer (“SE”) will be assigned to provide a full and complete virtual implementation of the VZ MDM solution, including: ➢ Facilitate customer through onboarding of mobile devices in the Verizon Mobile Device Enrollment Program (DEP); ➢ Creation and assignment of policies and groups, ensuring group and policy orientation meets customer’s project needs ➢ Provide portal training; ➢ Oversee a testing phase with a control group; ➢ Oversee initial production rollout SKU# Description Term Cost VZ_IOT_VZMDM_1-10 (703559) License Quantity 1-10 One-time fee $99.00 VZ_IOT_VZMDM_11-499 (703503) License Quantity 11-499 One-time fee $350.00 VZ_IOT_VZMDM_500-999 (703602) License Quantity 500-999 One-time fee $650.00 VZ_IOT_VZMDM_1000_PLUS (703454) License Quantity 1000+ One-time fee $0.70/ license Notes: This service can be found under the VZ MDM category in BuSS. Multiple tiers cannot be combined during purchase. Separate configurations may use separate tiers. This service is to be used in conjunction with one of the following VZ MDM Services: 1. Enterprise Firmware Over the Air 2. Device Diagnostic 3. Broadband Management 4. Unified Endpoint Management MobileIron [Acquired by Ivanti] Secure Unified Endpoint Management (UEM) with Direct Support Bundles: Government Subscribers The pricing below reflects the monthly access fee discount. No further discounts apply MobileIron Secure UEM Bundle. Endpoint management for any device (iOS, android, macOS, Windows) Apps@Work, Help@Work, and Sentry. Optional ADD-ON features: Mobile Threat Defense (MTD) or Mobile Threat Defense Premium (MTD Premium) SKU Product Name Product Description Monthly Cost Per Unit/ Per Year Annual Cost Per Unit/ Per Year MI-UEM-D-1YMC- D MobileIron Secure UEM Per Device Cloud Subscription License for 1 Year with Direct Support. $3.00 (693472) $36.00 (693470) MI-UEM-U-1YMC- D MobileIron Secure UEM Per User (5 Devices/User) Cloud Subscription License for 1 Year with Direct Support. $4.50 (693516) $54.00 (693517) July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 32 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. MI-UEM-D-1YS-D MobileIron Secure UEM Per Device Subscription (On-Premise) License for 1 Year with Direct Support. $3.00 (693618) $36.00 (693620) MI-UEM-U-1YS-D MobileIron Secure UEM Per User (5 Devices/User) (On- Premise) Subscription License for 1 Year with Direct Support. $4.50 (693475) $54.00 (693476) MobileIron Secure UEM Premium Bundle: for UEM, Tunnel, AppConnect, Apps, Conditional Access, ZSO One The pricing below reflects the monthly access fee discount. No further discounts apply Optional ADD-ON features: Mobile Threat Defense (MTD), Mobile Threat Defense Premium (MTD Premium), Zero Sign-on (ZSO) SKU Product Name Product Description Monthly Cost Per Unit/ Per Year Annual Cost Per Unit / Per Year MI-UEMP-D- 1YMC- D MobileIron Secure UEM Premium Per Device Cloud Subscription License for 1 Year with Direct Support. $5.63 (693563) $67.50 (693562) MI-UEMP-U- 1YMC- D MobileIron Secure UEM Premium Per User (5 Devices/User) Cloud Subscription License for 1 Year with Direct Support. $9.00 (693511) $108.00 (693512) MI-UEMP-D-1YS- D MobileIron Secure UEM Premium Per Device Subscription (On-Premise) License for 1 Year with Direct Support. $5.63 (693614) $67.50 (693613) MI-UEMP-U-1YS- D MobileIron Secure UEM Premium Per User (5 Devices/User) Subscription (On-Premise) License for 1 Year with Direct Support. $9.00 (693464) $108.00 (693465) *Refer to the Additional Requirements below for important information MobileIron Zero Sign-On (ZSO) Feature: Cloud Adaptive security and conditional access for any cloud service or in-house apps The pricing below reflects the monthly access fee discount. No further discounts apply SKU Product Name Product Description Monthly Cost Per Unit / Per Year Annual Cost Per Unit / Per Year MI-ZSO-U-1YC-D MobileIron Secure UEM Per User (5 Devices/User) Subscription License for 1 Year with Direct Support. $2.25 (693523) $27.00 (693520) NOTE: This feature is an add-on to Secure UEM Premium SKUs only *Refer to the Additional Requirements below for important information MobileIron Threat Defense Features: Cloud Compatible with both MobileIron Cloud and MI Core/On premise The pricing below reflects the monthly access fee discount. No further discounts apply MobileIron Threat Defense Feature: Intrusion prevention system integrated into the MobileIron Client to defend against Device, Network, and Application based cyber-attacks The pricing below reflects the monthly access fee discount. No further discounts apply July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 33 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. SKU Product Name Product Description Monthly Cost Per Unit Annual Cost Per Unit MI-MTD-D-1YS-D MobileIron Threat Defense Per Device Cloud Subscription for 1 year with Direct Support. $3.00 (658460) $36.00 (633460) MI-MTD-U-1YS-D MobileIron Threat Defense Per User (5 devices/user) Cloud Subscription for 1 year with Direct Support. $4.50 (658463) $54.00 (633462) MobileIron Threat Defense Premium Feature: Intrusion prevention system integrated into the MobileIron Client and Advanced App Analysis The pricing below reflects the monthly access fee discount. No further discounts apply SKU Product Name Product Description Monthly Cost Per Unit Annual Cost Per Unit MI-MTDPLUS-D- 1YS-D MobileIron Threat Defense Premium Per Device Cloud Subscription for 1 year with Direct Support. $4.50 (658462) $54.00 (633461) MI-MTDPLUS-U- 1YS-D MobileIron Threat Defense Premium Per User (5 devices/user) Cloud Subscription for 1 year with Direct Support. $6.75 (658464) $81.00 (633463) Notes: Includes zConsole (Cloud-based Command & Control Center) Zimperium’s mobile threat management platform that monitors security incidents on zIPS-protected mobile devices and provides mobile forensic details (one per customer) *Refer to the Additional Requirements below for important information Additional Requirements: MobileIron Secure UEM Bundles, MobileIron Secure UEM Premuim Bundles, MobileIron Zero Sign- On (ZSO) Feture, MobileIron Threat Defense Features Purchase Requirements: ➢ MobileIron Cloud: Minimum first time purchase of 25 licenses of Unified Endpoint Management Bundle required ➢ MI Core/On premise: Minimum 500+ Licenses Required for initial order/installation required ➢ Deployment services are required for all first time deployments. ➢ Support levels must match across all products purchased ➢ Max of 5 devices/user for Secure UEM and Secure UEM Premium bundles ➢ Customers upgrading from per Device to per User cannot downgrade ➢ Enterprise Support requires Direct Support Customer may purchase MobileIron, Inc. [Aquired by Ivanti] (“MobileIron”) licenses and services (“MobileIron Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the MobileIron Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. MobileIron Services are manufactured by MobileIron, Inc. Any license for MobileIron Services must be obtained directly from MobileIron either upon purchase or installation of the MobileIron Services. MobileIron Services are subject to MobileIron’s terms and conditions and can be viewed here: https://www.ivanti.com/company/legal?miredirect. Verizon Wireless will direct MobileIron to fulfill Customer’s MobileIron Services order. Customer support for MobileIron Services must be obtained directly from MobileIron, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to MobileIron Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate MobileIron representatives. The pricing below reflects the monthly access fee discount. No further discounts apply July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 34 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. SKU Product Name Product Description Price Plan ID Annual Cost (Per 10 Apps) MI-INCAPPTIC- BAS-D-1YS-D MobileIron incapptic Connect Basic license with support for 10 apps using incapptic Connect, an app lifecycle management solution Subscription License for 1 year with Direct Support. 693468 $15,000.00 MI-INCAPPTIC- APP-D-1YS-D MobileIron incapptic Connect Extension package with 10 apps, using incapptic Connect Subscription License for 1 year with Direct Support. 693567 $15,000.00 Note: Statement of Work required. MobileIron Professional Services - Custom Scope SOW Required The pricing below reflects the monthly access fee. No discounts apply SKU Product Description Notes Price Plan ID Price per Hour MI-PS-SOW- PUF Professional Services - Custom defined scope (e.g. multi-site, certificate integration, health checks, follow-on services) provided by MobileIron Customer Success organization professionals. Billed upfront Rate per hour SOW required Billed Upfront 682954 $250.00 MI-RESIDENT- ANY Resident Services - Resource to assist with the management of MobileIron environment. SOW required. Rate per hour. 3-month period minimum. SOW required 510404 $130.00 Note: Statement of Work required. MobileIron Professional Services - Open Scope The pricing below reflects the monthly access fee discount. No further discounts apply SKU Product Description Notes Price Plan ID Price per Hour MI-PS- HOURS-PUF Professional Services -Custom undefined scope, services provided by MobileIron Customer Success organization professionals. Billed upfront Rate per hour 682955 $250.00 Note: Statement of Work required. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 35 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. doForms A discount has been applied. doForms Licenses and Professional services are not eligible for any further discounts Core Subscription Costs Sku Name Sku Per User Pricing Frequency Cost Monthly Annual 30 Day GDFT30 Per User 30 days $0.00 - Free Trial1 Standard GDFSTD Per User Monthly or 1 yr. $9.95 $99.95 (675956) Advanced GDFADV Per User Monthly or 1 yr. $14.95 $149.95 (675960) Premium GDFPRE Per User Monthly or 1 yr. $19.95 $199.95 (675958) Professional Services – One Time Charges Sku Name Sku Pricing Frequency Price Professional Services GDFPSV One Time Charge per Hour $95.00 (675953) One Time Charges3 The below credits do not expire 1000 Credits GDFCR1 One Time Charge $250.00 (675952) 5000 Credits GDFCR5 One Time Charge $1,000.00 (675954) Note: Core subscription include access to the doForms web portal to build, manage, and view mobile forms. All Subscriptions are per user and can be accessed via web or mobile on iOS or Android devices. Products cannot be mixed. See attached calling plan and feature details for important information about calling plans, features, and product details options. 1. 30 Day Free Trial. Limit 1 30-day trial at no cost per customer profile. 2. Professional Services. Provides custom forms, custom reports, custom PDF templates, integration support, training, product enhancements, design consulting, custom development. 3. Credit. Credits are required for forms completed or sent outside of the doForms mobile app. Credits are used to when forms are sent as links in emails or embedded in documents as hyperlinks for each form submitted. Website forms require a credit for each form submitted. Scheduled reports require a credit each time they are run (distribution is unlimited). Dispatched form links or Fill & Send forms require a credit when sent and submitted. C * doForms Credits do not expire as long as Customer’s subscription remains active* **Should a Business Associate Agreement (BAA) be required, the agreement would be between doForms and the Customer.** Products shown or referenced are provided by doForms Inc. (“doForms”), a Verizon Partner Program Member, which is solely responsible for the representations and the functionality, pricing and service agreements. doForms can connect to several different systems including cloud based and server based applications. Customer may purchase doForms licenses and services (“doForm Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the doForm Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. doForm Services are manufactured by doForms, Inc. Any license for doForm Services must be obtained directly from doForms either upon purchase or installation of the doForms Services. doForms Services are subject to doForms’ terms and conditions and can be viewed here: https://www.doforms.com/terms-of-use/ Verizon Wireless will direct doForms to fulfill Customer’s doForms Services order. Customer support for doForm Services must be obtained directly from doForms, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to doForms Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate doForms representatives. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 36 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. doForms Service Feature Options Features Standard Advanced Premium Web Portal / Web Browser Client X X X doForms Mobile App X X X Form Builder X X X Reporting X X X Dispatch Portal / Google Maps X X Job Dispatch / Scheduling X X Barcode Scanning / Labeling X X NFC Tag Reading X X Excel Plug-in X X Secure Email / Scheduled Reporting & Dashboard / Editable Document Forwarding/Transport X X Chain of Custody / Manifest Validation X X Web Services X Integration X Description: Premium product includes all of the features of Advanced plus the doForms integration options such the Integration Gateway (aka Sync & Save), Web Services, Dispatch Integration, POD Manifest Integration, Included Interfaces (Database Pack, Microsoft Pack, Utility Pack, QuickBooks, Salesforce.com, Verizon Connect). July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 37 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Knox Customization Knox Customization is a comprehensive set of tools and services that allow businesses to customize and deploy end-to-end mobile solutions. Transform Samsung devices into purpose-built solutions for any industry. *Requires upfront proof of device ownership. One Time Charge $3.00/per license Samsung Knox for Government Samsung Knox Workspace Samsung Knox licenses are not eligible for any further discounts. Knox Workspace is an on-device container that isolates business applications and data from personal ones with government-grade security. Knox Workspace also provides enhanced granular controls over device features to agency IT administrators. Requires an additional MDM/EMM (like Knox Premium) to manage the container. Manage the container by integrating Knox IT policies with your existing MDM solution. Only available for Samsung Devices. https://www.samsungknox.com/en/eula Subscription Monthly (Month to Month) 1 – Year Term (Prepaid) 2 – Y ear Term (Paid in advance) License Fee $2.70 (684455) $32.40 (684466) $64.80 (684464) SKU# MI-OSKPM01GUT2 MI-OSKP101GUT2 MI-OSKP201GUT2 Samsung Knox Configure Customization Knox Customization is a comprehensive set of tools and services that allow businesses to customize and deploy end-to-end mobile solutions. Transform Samsung devices into purpose-built solutions for any industry. *Requires upfront proof of device ownership. https://www.samsungknox.com/en/eula SKU# Description Term Price MI-OVKPS01G Customization Setup One Time Charge $1,499.00/ per license (684452) Samsung Knox Configure (Samsung Devices Only) Knox Configure is a cloud based management tool that allows organizations to remotely configure a large number of Samsung devices and tailor them to meet specific needs. Transform Samsung devices into purpose-built solutions for any industry. Upfront proof of device ownership is required, along with Samsung Knox Software v. 2.8+. There are 3 types of Knox Configure licenses: https://www.samsungknox.com/en/eula SKU# Description Term Price MI-OSKCS11GUT2 KC Setup- 1 Year 1 year (Prepaid) $3.75 (684463) MI-OSKCS21GUT2 KC Setup- 2 Year 2 year (Prepaid) $7.50 (684462) MI-OSKCD11GUT2 KC Dynamic- 1 Year 1 year (Prepaid) $7.50 (684461) MI-OSKCD21GUT2 KC Dynamic- 2 Year 2 year (Prepaid) $15.00 (684460) MI-OSKCD12GUT2 KC-D (per seat ) 1 years 1 year (Prepaid) $9.00 (684456) MI-OSKCD22GUT2 KC-D (per seat ) 2 years 2 year (Prepaid) $18.00 (686452) Knox Manage EMM Knox manage is a cloud-based cross-platform agency mobility management solution combined with an on-device secure container for Samsung devices. Manage devices in the cloud. Compatible with Samsung Android, Android, iOS and windows 10 devices. https://www.samsungknox.com/en/eula SKU# Description Term Price MI-OSKMM10GUT2 Manage Monthly Month – to – Month $1.50 (684459) MI-OSKM110GUT2 Manage- 1 Year 1 year (Prepaid) $18.00 (684458) MI-OSKM210GUT2 Manage- 2 Year 2 year (Prepaid) $36.00 (684457) Knox Quick Start SKU# Description Term Price MI-OVCPK2G Quickstart II One Time Charge $499.00 (684454) July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 38 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. IBM® MaaS360® Enterprise Mobility Management (EMM) A discount has been applied. IBM MaaS360 licenses and services are not eligible for any further discounts. IBM MaaS360 UEM offers a comprehensive, highly secure platform that manages and protects Devices and Things (smartphones, tablets, laptops, desktops,), People and Identity (authentication, authorization, Single Sign On, secure use access), Apps and Content combined with cognitive technology. Enterprise Mobility Suites: Core Products License Type Product SKU Description Monthly Annual Per Device: One (1) license per device Essentials D1P3GLL Essentials Suite per Device $2.25 598456 $27.00 598455 Deluxe D1P3LLL Deluxe Suite per Device $3.75 598457 $45.00 598458 Premiere D1P3RLL Premier Suite per Device $4.69 598459 $56.25 598460 Enterprise D1P3WLL Enterprise Suite per Device $6.75 598461 $81.00 598462 Per User: One (1) license per single user with multiple devices Essentials D1P3ILL Essentials Suite Per User $4.50 598463 $54.00 598464 Deluxe D1P3NLL Deluxe Suite per User $7.50 598465 $90.00 598466 Premiere D1P3TLL Premier Suite per User $9.38 598467 $112.50 598468 Enterprise D1P3YLL Enterprise Suite per User $13.50 598469 $162.00 598470 Notes: • No setup or deployment fee for 50 licenses and up. • All subscriptions are a 1-year term, and customer has the option to pay annually or monthly. • Any reduction in the number of licenses can only be made at the time of renewal for both annual and monthly plans. No proration. • IBM Fast Start Customer Setup is required for less than 50 licenses. IBM® MaaS360® Enterprise Mobility Management: Add-On Products A discount has been applied. IBM MaaS360 licenses and services are not eligible for any further discounts. • These SKUs require an active subscription from the Core Products list (see above). • This SKU must match the core product exactly (i.e., 1:1). Example: If the customer has 100 Essential Core Products then the customer must order 100 Team Viewer add-ons. License Type Product SKU Description Monthly Annual Per Device: One (1) license per device Mobile Threat Management D1AJPLL Mobile Threat Mgmt per Device $0.75 598473 $9.00 598474 Secure Mobile Browser D1AGWLL Secure Mobile Browser per Device $0.75 598953 $9.00 598954 MI-OVCPK3G Quickstart III One Time Charge $1,599.00 (684453) Notes: Customer may purchase Samsung Knox for Enterprise licenses and services (“Knox Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Knox Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Knox Services are manufactured by Samsung Electronics Co., Ltd. (“Samsung”). Any license for Knox Services must be obtained directly from Samsung either upon purchase or installation of the Knox Services. Knox Services are subject to Knox Services’ terms and conditions and can be viewed here: https://www.samsungknox.com/en/eula. Verizon Wireless will direct Knox Services to fulfill Customer’s Knox Services order. Customer support for Knox Services must be obtained directly from Samsung. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Knox Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Knox Services representatives. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 39 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. TeamViewer D0048ZX TeamViewer Remote Support SaaS for IBM MaaS360 per Device $0.75 625453 $9.00 714502 Per User: One (1) license per single user with multiple devices Mobile Threat Management D1AJSLL Mobile Threat Mgmt per User $1.88 599454 $22.50 599455 Secure Mobile Browser D1AGZLL Secure Mobile Browser per User $1.88 598955 $22.50 598956 TeamViewer D0047ZX TeamViewer Remote Support SaaS for IBM MaaS360 per User $1.50 625454 $18.00 714452 Product SKU Description Plan ID Monthly Annual Laptop Location D1AM8LL Laptop Location 598471 $0.38 598472 $4.50 IBM® MaaS360®Enterprise Mobility Management Professional Services IBM MaaS360 EEM Professional Services are not eligible for discounts. Product SKU Plan ID Description One-time Cost IBM Email Setup - One Time Charge D01XLZX 741452 Provides remotely delivered expertise and guidance in setting up and configuring the MaaS360 Email Access Gateway. The IBM consultant will participate in the discussions and setup remotely via WebEx. Through the initial conversation, the consultant will recommend the appropriate scenario to leverage, and also provide recommendations for redundancy and load balancing as needed. The consultant will assist in deploying any of the following scenarios: (1) Email gateway for any access, (2) Email gateway to allow only MaaS360 Secure Mail clients, (3) Email gateway with client authentication using corporate credentials. $730.00 Health Check Success Service D1RTALL 644452 IBM will assess your current deployment against your use cases, future goals, and industry best practices in a 1 day session. Receive a report with a score and recommendations on how to utilize MaaS360 to its full potential. $2,800.00 IBM Fast Start Customer Setup Service D1X6SLL 636958 Fast Start is required for accounts activating less than 50 licenses. Provides set up assistance during a 2-hour phone call with a MaaS360 expert $500.00 EMM 30-Day Trial D1P3TRL 598957 One-Time EMM 30-Day Trial. Customer can trial MaaS360 for 30 days. At the conclusion of the trial (but before the 30 day period ends), customer may convert the account to a paid subscription. Once the order is processed, the number of paid licenses can be provisioned to the account. Note. If the trial expires past the 30 day period customer must contact Verizon. $0.00 Mobility Training Success Service D1RTBLL 644453 A 2 day, curriculum based training workshop to skill up your helpdesk, operations team, and administrators on enterprise mobility and IBM MaaS360. Get hands-on with the product in this course with real world scenarios and demos. $5,700.00 Quick Start Success Service D1RT9LL 644454 Quick Start Services deliver fast and exceptional enterprise mobility implementation guidance to maximize your investment in less than a week. $14,000.00 IBM MaaS360 EMM Core Products Included features are determined by IBM MaaS360 UEM License Type Feature Functionality Included Features by License EMM Essential EMM Deluxe EMM Premier EMM Enterprise Device Management Manage smartphones, tablets & laptops featuring iOS, Android, Windows 10 Mobile, Windows 7, Windows 10 & macOS ✔ ✔ ✔ ✔ July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 40 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. App Management Deploy custom enterprise app catalogs Blacklist, whitelist & require apps ✔ ✔ ✔ ✔ Patch and Update Management Identify & report on missing OS patches Schedule distribution and installation of Windows OS & macOS patches ✔ ✔ ✔ ✔ Identity Management Single sign-on & touch access Conditional access to trusted devices Identity federation with apps ✔ ✔ ✔ ✔ Advisor Improve IT operational efficiency by applying best practices & learning from industry & peer benchmarks ✔ ✔ ✔ ✔ Container App A separate, corporate mobile workplace for iOS, Android & Windows Productivity apps for work in one place ✔ ✔ ✔ ✔ Mobile Expense Management Monitor mobile data usage with real-time alerts Set policies to restrict or limit data & voice roaming ✔ ✔ ✔ ✔ Secure Mobile Email Contain emails, attachments & chat to prevent data leakage Enforce authentication, copy/paste & forwarding restrictions FIPS 140-2 compliant, AES-256 bit encryption for data at res 🗶 ✔ ✔ ✔ Secure Mobile Chat Contain all chat mobile conversations and data Establish quick connections via corporate directory lookup 🗶 ✔ ✔ ✔ OS VPN Leverages the hosted MaaS360 Certificate Authority to issue authentication certs Deployed alongside your corporate VPN solution 🗶 🗶 ✔ ✔ Secure Browser A feature-rich web browser for secure access to intranet sites Define URL filters & security policies based on categories Block known malicious websites 🗶 🗶 ✔ ✔ Gateway for Browser Enable MaaS360 Secure Mobile Browser to access enterprise intranet sites, web apps & network resources Access seamlessly & securely without needing a VPN session on mobile device 🗶 🗶 ✔ ✔ Content Management Enforce authentication, copy/paste & view-only restrictions 🗶 🗶 ✔ ✔ Gateway for Documents Secure access to internal files: e.g., SharePoint & Windows File Share 🗶 🗶 ✔ ✔ App Security Enforce authentication & copy/paste restrictions 🗶 🗶 ✔ ✔ Gateway for Apps Add per app VPN to Application Security to integrate behind-the- firewall data in private apps 🗶 🗶 ✔ ✔ Mobile Document Editor Create, edit & save content in a secure, encrypted container 🗶 🗶 🗶 ✔ Mobile Document Sync Restrict copy/paste & opening in unmanaged apps Store content securely, both in the cloud & on devices 🗶 🗶 🗶 ✔ Mobile Threat Management Detect and analyze mobile malware on compromised devices Automate remediation via near real-time compliance engine Take action on jailbroken/rooted devices over-the-air 🗶 🗶 🗶 ✔ Notes. Customer may purchase IBM MaaS360 software licenses and services (“IBM MaaS360 Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the IBM MaaS360 Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. IBM MaaS360 Services are manufactured by International Business Machines Corporation, Inc. Any license for IBM MaaS360 Services must be obtained directly from IBM MaaS360 either upon purchase or receipt of notification from IBM of access to IBM MaaS360 Services. IBM MaaS360 Services are subject to IBM MaaS360’s terms and conditions and can be viewed here: http://www- 03.ibm.com/software/sla/sladb.nsf/sla/saas. Verizon Wireless will direct IBM MaaS360 to fulfill Customer’s IBM MaaS360 Services order. Customer support for IBM MaaS360 Services must be obtained directly from International Business Machines Corporation, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to IBM MaaS360 Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate IBM MaaS360 representatives. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 41 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Verizon Connect NWF Service Options for State of Florida The Service Options below have been discounted. No additional discounts apply. Service Options Purchase Cost (Monthly Recurring Charge) 5200-GPS Only $17.00 5500-Diagnostics + GPS $19.00 AssetGuard BX Non-Powered Asset Tracking $13.00 Connect $2.95 Customizable Update Rates (“CUR”) 1 Minute $0.00 Customizable Update Rates (“CUR”) 45 Seconds $1.00 Customizable Update Rates (“CUR”) 30 Seconds $2.00 Customizable Update Rates (“CUR”) 15 Seconds $3.00 Satellite $34.95 Data Services $0.00 Notes:. Must be on a 12 month service agreement. Applicable taxes are not included in the above pricing. Any applicable taxes will be applied to the billing invoice. Additional terms & conditions apply to Verizon Connect NWF Service that are subject to review by end user government agencies. Customizable Update Rates (CUR). Authorized registered user may change a device update rate through the Self Service Portal (SSP) to 60 seconds at no additional cost. Please note, if the device update rate is changed to a 45 (CUR45), 30 (CUR30), or 15 (CUR15) second update rate, an additional charge per device would apply per the CUR list price for the selected rate. Verizon Connect NWF Device/Hardware Options for State of Florida The Devices/Hardware Options below have been discounted. No additional discounts apply. Device/Hardware Options Purchase Cost (One Time Charge) 5200-GPS Only (must be purchased with a Harness from the list below under accessories) $.01 5500-Diagnostics + GPS (must be purchased with a Harness from the list below under accessories) $.01 AssetGuard BX Non-Powered Asset Tracking $150.00 Notes:. Must be on a 12 month service agreement. Applicable taxes are not included in the above pricing. Any applicable taxes will be applied to the billing invoice. Item Number Accessory Price (One Time Charge) PARTS030 Reinstallation Kit $3.00 PARTS031 Tamper Resistant Zip Ties (100 per pack) $50.00 PARTS032 Combination Antenna A (standard) $30.00 PARTS037 AT-1400 Replacement Battery $45.00 PARTS039 AT-1400 Bracket $20.00 PARTS040 Window-Mount GPS Antenna Module (5500/5200) $35.00 PARTS041 Sensor Input Harness (5500/5200) $10.00 PARTS042 OBD-II Adapter Kit only including Core Connector & 8 Adapters (5500/5200) $20.00 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 42 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. PARTS043 6-pin Heavy Duty Harness (5500/5200) $35.00 PARTS044 9-pin Heavy Duty Harness with Square Flange (5500/5200) $35.00 PARTS045 9-pin Heavy Duty Harness with “D” Mount (5500/5200) $35.00 PARTS069 OBD Harness Extension $10.00 PARTS070 16-Pin Heavy Duty Harness $35.00 PARTS046 Universal Harness (5200) $10.00 PARTS047 Light Duty Harness plus OBD-II Adapter Kit (5500/5200) $35.00 PARTS090 Alternate Power/Ground Adapter (5200/5500) $20.00 PARTS053 Garmin FMI 45 Cable with Traffic for Connect $145.95 PARTS054 Garmin FMI Modified Cable $55.00 PARTS057 Pelican Micro Case for 5200 w/ 15’ Universal Harness $74.95 A-PEM001 PEM Port Expansion Module $140.00 PARTS059 Quick Install Harness $10.00 A-SAT001 Satellite Modem $550.00 PARTSS063 Satellite Antenna $50.00 PARTSS064 Satellite Harness $50.00 KIT-SAT Satellite Kit (includes one modem, antenna & harness) $650.00 PARTS065 Asset Guard BX Replacement Batter (1) $75.00 PARTS066 Asset Guard BX Magnet Mount Kit (set of 4) *See Note $75.00 PARTS095 ID Reader Adapter Install Kit $30.00 PARTS060 Driver ID Reader $15.00 PARTS061 Driver ID Key $3.50 PARTS087 Audible Driver ID Alert $15.00 PARTS071 Bluetooth Extension $0.00 PARTS093 Universal Harness (6100) $10.00 PARTS058 Universal Harness $10.00 PARTS097 5000 9-Pin “D” Mount Harness Type 2 $35.00 PARTS098 5000 9-Pin Square Harness Type 2 $35.00 PARTS111 USM 9-Pin “D” Mount Harness Type 2 Pins F-G $35.00 PARTS112 USM 9-Pin Square Harness Type 2 Pins F-G $35.00 Notes: * Asset Guard BX Magnet Mount Kit includes CalAmp 133561 hardware and lanyard & CalAmp 1M101-MNC25 magnets (set of 4). Item Number Installation Type Pricing (per unit) Notes I-INSTALL-UNIT Base Installation – Plug/Play or 3 Wire $65.00 Base Installation includes 1 Device and 1 Harness I-INSTALL-FMI Add-On to Base Installation (Garmin) $35.00 I-INSTALL-SENSOR Add-On to Base Installation (Sensor) $65.00 Sensor Install is $65.00 PER SENSOR I-INSTALL-AG Add-On to Base Installation (AssetGuard BX) $65.00 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 43 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. I-INSTALL-PMC Add-On to Base Installation (Pelican Micro Case) $35.00 I-INSTALL-PEM Add-On to Base Installation (Port Expansion Module) $35.00 I-INSTALL-SAT Add-On to Base Installation (Satellite) $35.00 I-INSTALL-DID Add-On to Base Installation (Driver ID) $35.00 I-INSTALL –BTE Add-On to Base Installation (Bluetooth) $35.00 I-SWAP-UNIT Device Swap $65.00 I-TRANSFER-UNIT Device Transfer $65.00 I-REMOVAL-UNIT Removal $65.00 Removal of device. I-NOSHOW No Show $75.00 Applies per trip if the installer makes the trip and the designated vehicle is not available so the unit cannot be installed. I-TROUBLESHOOT- UNIT Troubleshoot; Mileage $65.00 Per Trip TRAINING-HALF ½ Day Installation Training $150.00 TRAINING-FULL Full Day Installation Training $300.00 1. DEFINITIONS. In these Terms and Conditions, the following terms, when capitalized, shall have the meaning set forth below: “Customer Website Pages” means the web pages on the Networkfleet Website designated by Networkfleet for use by Customer. "Devices" means the Networkfleet wireless device(s) identified on an accepted order. "Networkfleet Services" means the services ordered hereunder including, but not limited to: (a) collection of diagnostic and/or location information from a Vehicle; (b) any proprietary data feed or elements thereof or any APIs provided by Networkfleet; (c) analysis, delivery and posting of Vehicle information to the Networkfleet Website; (d) notification to Customer and/or a designated third party by e-mail of certain events or Vehicle information; (e) Customer access and usage of Customer Website Pages; and (f) Device installation services. "Networkfleet Website" means the Networkfleet website currently located at www.networkfleet.com. “Network Fleet” is a wholely owned subsidiary of Verizon Communications, Inc, and an affiliate of Cellco Partnership, d/b/a Verizon Wireless which is the “Contractor” under the Verizon Wireless State of Florida Contract DMS-10/11-008C "Service Partners" means the entities that Verizon Wireless works with, from time to time, to provide the Networkfleet Services, including, but not limited to, installers, website operators, mapping data providers and licensors. "Vehicle" means any vehicle equipment equipped with a Device and owned or under the control of Customer. 2. Verizon Connect NWF LICENSE. (a) During the time that Customer is entitled to receive Verizon Connect NWF Services hereunder, the Customer shall have a non- exclusive, non-transferable license to (i) use the Verizon Connect NWF Services in the United States and such other countries as may be approved by Verizon Wireless in writing, (ii) access and use the Customer Website Pages, and (iii) use the firmware and software included in the Devices, solely for use in connection with July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 44 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. the VerizonConnect NWF Services, and as provided in these Terms and Conditions. Redistribution or resale of this information by the Customer is prohibited without prior written consent. (b) Verizon Connect NWF Data Services, if applicable, are subject to the then current “VCN Data Services Use Policy and Procedure” which is located at https://static.verizonconnect.com/networkfleet/Data_Services_Use_Policy.pdf as it may be updated from time to time. 3. INSTALLATION SERVICES. If Verizon Wireless accepts an order for Device installation services, such services may be performed by Service Partners who will install the Device at a mutually agreed location, in accordance with Verizon Connect NWF’s Installation Policy, located at located at https://static.verizonconnect.com/networkfleet/Installation_Policy.pdf , as it may be amended from time to time, which is available at the Verizon Connect NWF Website. The parties will use reasonable efforts to schedule and complete the installation during normal working hours within thirty (30) calendar days of the date Verizon Wireless accepts the order for installation services was accepted. Before proceeding with any installation that involves more work than is standard and customary, Verizon Wireless will advise Customer that Customer’s needs exceed standard, customary work and will obtain Customer’s approval for the additional fees involved for such installation. Customer acknowledges and agrees that installation of the Device may involve drilling holes, rewiring and other similar alterations to the Vehicle and that Verizon Wireless is not obligated to restore the Vehicle after removal of the Device. 4. CUSTOMER OBLIGATIONS. Customer shall limit its use of the Devices, Verizon Connect NWF Services, Verizon Connect NWF Website, and Customer Website Pages to their intended purposes and shall comply, and cause its employees and agents to comply with all applicable laws and regulations and with Verizon Connect NWF's Website Acceptable Use Policy, Privacy Policy and all other policies that Verizon Connect NWF may establish from time to time, which are, or will be available, on the Verizon Connect NWF Website. Customer shall inform its drivers of Vehicles that such Vehicle has been enabled for Verizon Connect NWF Services and that the Verizon Connect NWF Services include the collection of data points associated with the Vehicle’s location and manner of operation. 5. LIMITED WARRANTY. (a) Verizon Wireless warrants to Customer that a Device purchased hereunder (other than an Asset Tracker device) will be free from defects in material and workmanship that prevent the Device from functioning in accordance with its specifications for the entire period of your right to use such Device pursuant to the terms hereof. “Customer shall benefit from any manufacturer warranty for the Device(s), (b) Verizon Wireless warrants to Customer that an Asset Tracker device which has been purchased new from Verizon Connect NWF by Customer, will be free from defects in material and workmanship that prevent it from functioning in accordance with its specifications for a period of three (3) years from initial activation, excluding the battery. (c) Verizon Wireless warrants to Customer that all accessories that are purchased new from Verizon Connect NWF by Customer will be free from defects in material and workmanship that prevent them from functioning in accordance with their specifications for a period of one (1) year from the date of shipment, (d) Verizon Wireless warrants to Customer that installation services will be free from defects in workmanship for a period of one (1) year from completion of any such installation services (unless Customer has purchased an extended installation warranty). Verizon Wireless warrants that extended warranty installation services will be free from defects in workmanship for a period of one (1) year following completion of such services. The period may be extended through the same period of time as the Customer has continuously paid for such extended warranty installation service. (e) Warranty claims must be made by notifying Verizon Wireless in writing promptly after Customer learns of the facts supporting a warranty claim, as specified in Verizon Connect NWF’s then-current applicable warranty policy. The warranty policy can be found at https://static.verizonconnect.com/networkfleet/Limited_Lifetime_Warranty_Policy_Direct_VAR.pdf Verizon Wireless will, at its discretion, either repair or replace any non-complying Device with a Device of equivalent functionality, and if applicable, remedy any defects in installation of the Device. (f) THE REMEDIES IN THIS SECTION ARE THE SOLE OBLIGATIONS AND REMEDY FOR BREACH OF ANY WARRANTY. 6. EXCLUSIONS. The Limited does not cover repair, replacement or correction of any defect, damage or malfunctions caused by: (i) failure to properly install the Devices as described in the Verizon Connect NWF installation guides (if installation is not performed by Verizon Connect NWF); (ii) accident, negligence, theft, vandalism, operator error, misuse or acts of Nature; (iii) failure of the facilities Customer uses to access the Verizon Connect NWF Website or to conform to Verizon Connect NWF specifications; (iv) modifications, attachments, repairs or unauthorized parts replacements performed by Customer or any third party not authorized by Verizon Connect NWF; or (v) use by Customer of hardware or software not provided or approved by Verizon Connect NWF. Customer will be responsible for the cost of Support Services provided by Verizon Connect NWF caused by any of the foregoing. 7. DISCLAIMER OF WARRANTIES. EXCEPT FOR THE LIMITED WARRANTY SET FORTH IN SECTION 5, VERIZON WIRELESS MAKES NO WARRANTY OR GUARANTEE OF ANY KIND WITH RESPECT TO THE DEVICES AND THE VERIZON CONNECT NWF SERVICES. TO THE FULLEST EXTENT PERMISSIBLE BY APPLICABLE LAW, VERIZON WIRELESS DISCLAIMS ALL REPRESENTATIONS AND WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO: IMPLIED WARRANTIES OF NONINFRINGEMENT, MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE; AND ANY IMPLIED WARRANTY ARISING FROM COURSE OF PERFORMANCE, COURSE OF DEALING OR USAGE OF TRADE. VERIZON WIRELESS DOES NOT WARRANT THAT THE RECEIPT OF DATA, MAPPING INFORMATION, AND OTHER CONTENT FROM THE DEVICES WILL BE AVAILABLE AT ALL TIMES, AT ALL GEOGRAPHIC LOCATIONS, UNINTERRUPTED OR ERROR-FREE, OR THAT THE TRANSMISSION OF DATA, MAPPING INFORMATION, AND OTHER CONTENT FROM VERIZON CONNECT NWF TO CUSTOMER OR TO THE CUSTOMER WEBSITE PAGES WILL ALWAYS BE ACCURATE, TIMELY OR COMPLETE. 8. LIMITATION OF LIABILITY. (a) NEITHER PARTY WILL BE LIABLE FOR CONSEQUENTIAL, SPECIAL, INDIRECT OR INCIDENTAL DAMAGES, INCLUDING LOST PROFITS OR LOST DATA, EVEN IF THAT PARTY IS INFORMED THAT THOSE DAMAGES MAY OCCUR. VERIZON WIRELESS’ CUMULATIVE LIABILITY UNDER ANY July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 45 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. LEGAL THEORY SHALL NOT EXCEED THE AMOUNT PAID TO VERIZON WIRELESS. (b) WITHOUT LIMITING THE FOREGOING, VERIZON WIRELESS AND THE SERVICE PARTNERS ARE NOT RESPONSIBLE FOR LIABILITIES OF ANY KIND RESULTING FROM DELAYS IN DELIVERY, INSTALLATION OR PROVIDING VERIZONCONNECT NWF SERVICES OR OTHER SERVICES, REGARDLESS OF THE CAUSE OF THE DELAY. CUSTOMER UNDERSTANDS AND AGREES THAT VERIZON WIRELESS SHALL NOT BE LIABLE FOR ANY DAMAGES OF ANY KIND RESULTING FROM AN ALLEGED OR ACTUAL LACK OF SECURITY RELATING TO CUSTOMER'S USE OF THE VERIZON CONNECT NWF SERVICES. (c) CUSTOMER UNDERSTANDS AND AGREES THAT: (i) THE DEVICE IS A WIRELESS DEVICE AND THAT WIRELESS COMMUNICATIONS NETWORKS ARE USED TO CONNECT THE DEVICES WITH VERIZON CONNECT NWFS DATA CENTER AND BY USING GPS (GLOBAL POSITIONING SYSTEM) TO DETERMINE A VEHICLE’S LOCATION; (ii) THE VERIZON CONNECT NWF SERVICES WILL NOT OPERATE UNLESS A VEHICLE IS IN AN AREA THAT HAS ADEQUATE WIRELESS COMMUNICATIONS COVERAGE AND, EVEN IF A VEHICLE IS IN SUCH AREA, THE VERIZON CONNECT NWF SERVICE IS SUBJECT TO WIRELESS SERVICE NETWORK AND TRANSMISSION LIMITATIONS AND MAY BE ADVERSELY AFFECTED BY TERRAIN, SIGNAL STRENGTH, WEATHER AND ATMOSPHERIC CONDITIONS, OR OTHER THINGS THAT VERIZON WIRELESS DO NOT CONTROL; AND (iii) INFORMATION ABOUT A VEHICLE’S LOCATION WILL NOT BE AVAILABLE UNLESS THE DEVICE IN THE VEHICLE IS ABLE TO RECEIVE GPS SIGNALS. 9. PROPRIETARY RIGHTS. Customer acknowledges and agrees that the Devices, the Verizon Connect NWF Service and the Verizon Connect NWF Website may include patent, copyright, trademark, service mark, trade secrets, or other intellectual property rights (collectively “Proprietary Rights”) of Verizon Connect NWF, its affiliates or the Service Partners (including, with respect to the Verizon Connect NWF Website, materials that may be proprietary to Service Partners and suppliers, and that Verizon Connect NWF, its affiliates, including Verizon Wireless and/or the Service Partners retain title to and ownership of those Proprietary Rights and any and all improvements, modifications, fixes or enhancements made by or for Verizon Connect NWF, its affiliates and/or the Service Partners to the Devices, the Verizon Connect NWF Service or the Verizon Connect NWF Website and grant such Customers a limited license for purposes of utilizing the services for the purposed outlined in this agreement. Customer will not copy, modify, reverse-engineer, disassemble or decompile any software or firmware included in any Device or the Verizon Connect NWF Website or otherwise provided to Customer by or on behalf of Verizon Connect NWF, and will not disclose such software or provide access to the Devices, such software or any Verizon Connect NWF Services to any third party for such a purpose. Customer agrees that with respect to the Verizon Connect NWF Services, it shall not, nor shall it permit any third party to (a) assign, transfer, lease, rent, sell, distribute or import such Verizon Connect NWF Services to any third party; (b) except with the express written consent of Verizon Wireless, combine, embed or incorporate the Verizon Connect NWF Services into any other product or service other than any Customer-owned or developed interface for purposes of receiving the data feed delivered from the Verizon Connect NWF Devices; (c) reverse engineer, translate, convert, decompile the Verizon Connect NWF Services; (d) remove or alter any proprietary notices in the Verizon Connect NWF Services;(e) use the Verizon Connect NWF Services in connection with the transmission, sale, license, or delivery of any infringing, defamatory, offensive, or illegal products, services, or materials; (f) use the Verizon Connect NWF Services in any manner that threatens the integrity, performance, or availability of the Verizon Connect NWF Service; or (g) use the Verizon Connect NWF Service in any manner that violates local, state or federal laws, regulations or orders. 10. MODIFICATIONS; WEBSITE MAINTENANCE. Verizon Connect NWF may alter or modify all or part of the Devices, the Verizon Connect NWF Services or the Verizon Connect NWF Website from time to time; provided such changes do not materially adversely affect Customer's use of the Verizon Connect NWF Services or Verizon Connect NWF Website. Subject to the foregoing, such changes may include, without limitation, the addition or withdrawal of features, information, products, services, software or changes in instructions. Verizon Connect NWF reserves the right to perform scheduled maintenance for the Verizon Connect NWF Services and Verizon Connect NWF Website from time to time. This may include application and database maintenance as well as general website maintenance and may or may not involve Verizon Connect NWF Website and Verizon Connect NWF Services unavailability. 12. EXPORT CONTROL. Customer understands and agrees that: (i) the software used in connection with the Service is controlled by US export control laws; (ii) further transfer or export of the software may be subject to US export control laws or similar laws of other countries; (iii) Customer will abide by such laws; and (iv) Customer will not re-export or divert the software to a country or activity in contravention of U.S. law. Customer represents and warrant that: (i) Customer is not now located in, does not maintain an office or residence in, is not a citizen of, nor does Customer intend to travel to (without agreeing to follow any specific federal regulatory parameters on such travel), any of the following countries: Cuba, Iran, North Korea, Sudan, Syria, or other locations where the United States or other governments may have restrictions; and (ii) Customer is not, nor does Customer anticipate being, listed on any U.S. Government, United Nations or other country’s prohibited parties list (including, but not limited to the U.S. Department of Commerce Denied Persons List or Entity List and the U.S. Treasury Department's Specially Designated Nationals, Terrorists or Narcotics Traffickers List). 13. OWNERSHIP AND ACCEPTANCE. Title transfer and acceptance of products and services occur upon shipment or provision of service. 14. GENERAL. (a) No amendment, change, modification or waiver to any provision of any accepted order or these Terms and Conditions will be binding unless signed by an authorized representative of each party. (b) The parties' respective rights and obligations under Sections 7. DISCLAIMER OF WARRANTIES, 9. PROPRIETARY RIGHTS, and 11. DATA survive termination of an order. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 46 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. One Talk Solution: Government Subscribers Only The plans/features below reflect any applicable discount. No additional discounts apply. One Talk is a mobile first business telephone system that combines Smartphones and Desk phones (standard and 4G) capabilities into a fully integrated office solution providing a single telephone number (“Mobile Data Number/MDN”) with the same type of advanced calling and messaging features. Desk Phone/Mobile Client (App) Price Plan Type Line Level Plans (e.g. Flexible Business Plans, Custom Flexible Business Plans, Nationwide) Account Level Plans (e.g. Verizon Plans, More Everything) One Talk Primary MDN Monthly Access Monthly Access One Talk Price Plan (100 MB Data) $10.00 (99116) $0.00 (the new Verizon Plans) One Talk Feature $15.00 $15.00 One Talk Line Access Charge N/A $10.00 Auto Receptionist (AR) and Hunt Group (HG) Price Plan Type Line Level Plans (e.g. Flexible Business Plans, Custom Flexible Business Plans, Nationwide) Account Level Plans (e.g. Verizon Plans, More Everything) One Talk Primary MDN Monthly Access Monthly Access One Talk AR Price Plan (100 MB Data) $10.00 (99117) $0.00 One Talk AR Feature $10.00 One Talk AR Line Access Charge N/A One Talk HG Price Plan (100 MB Data) $0.00 (16450) $0.00 One Talk HG Feature One Talk HG Line Access Charge N/A One Talk Side View (Smartphone, One Talk Dialers, and Mobile Client Apps) Only)3 Business App Integrations One Talk Basic Integrations3 provides access to the Google Workspace/Microsoft 365 apps Contacts, Email, Calendar, and productivity suite. This feature is included with One Talk Smartphone, One Talk Dialers, and Mobile Client App activations One Talk Basic Integrations $0.00 (SPO 1922) Optional Features One Talk Premium Visual Voicemail for Android Smartphone $2.99 One Talk Premium Visual Voicemail for Desk Phone & Mobile App July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 47 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. One Talk Voicemail To Text for iOS Smartphones One Talk Caller Name ID Additional Devices per MDN1 Standard One Talk Desk Phones: For MDN’s activated on a Smartphone, Standard Desk Phone or, Mobile App, a maximum of up to eight (8) additional devices can be shared with the MDN as follows: one (1) Smartphone, up to two (2) standard One Talk desk phones and up to five (5) mobile Apps. Additional Device Pricing Smartphone Device One Talk Standard Desk Phone Mobile Client (App)2 (Includes Smartphones and Tablets) Additional devices (endpoint) incur a $10.00 monthly access $0.00 for additional devices (excluding Smartphone devices with One Talk Dialers) $0.00 for additional devices (excluding Smartphone devices with One Talk Dialers) Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 4G network. One Talk service is applied to the Verizon Wireless MDN and is available on all of the user’s devices. One Talk is not compatible with Fax machines, credit card POS solutions, or Security Systems. One Talk calls originated from a Smartphone, or Mobile drop if either party leaves Verizon 4G and/or Wi-FI coverage. When outside of the 4G coverage area and without 4G or WiFi service, the Smartphone device operates as a standard device (1X calling) with standard voice and SMS messaging capabilities with no One Talk features available to the user. For the Service to work on wireless devices, Customer must select the line on your agency’s profile to which you wish to add the One Talk feature. 1Each One Talk phone number can be shared between devices with the following limits: Up to five smartphones and/or tablets using the One Talk Mobile App or Microsoft® Windows® and/or Apple® Mac® computers using the One Talk Desktop App, two standard desk phones and a single smartphone using One Talk. You may only make voice and/or video calls with up to three (3) devices per One Talk phone number at the same time. 2The Mobile App can be used in eligible devices (includes devices from other carriers); Smartphones (without One Talk Dialers (Basic, Enhanced, and Native)), wireless and WiFi tablets. The Desktop app can be used in Windows PCs and Mac OS devices, limit five (5) total per MDN (including primary device. Installing the One Talk Mobile App consumes an estimated 30MB of data, the Desktop App consumes approximately 110MB of data. 3All Google Workspace business plans are supported, however, Gmail is not supported; and all Microsoft 365 personal and business plans are supported. The Service is not compatible with all price plans and desk phones are not available under all contracts. Check with your sales representative for plan compatibility with the Service and the availability of desk phones under the Contract. This is a current retail plan and is subject to change or be discontinued without notice to the customer. This One Talk Connected desk phone is not compatible with Private Network Traffic Management (PNTM) or Private Network. For additional information regarding One Talk please visit: https://www.verizon.com/business/products/voice-collaboration/unified- communications/one-talk/ 4G Business Unlimited One Talk Plans Government Subscribers Only These plans are NOT eligible for monthly access fee discounts. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 48 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Auto Receptionist Monthly Access Fee $10.00 (99319) Voice Minutes Allowance Unlimited Data Allowance1 Unlimited Mobile Client (App)/Standard One Talk Desk Phone Monthly Access Fee $10.00 (99320) Voice Minutes Allowance Unlimited Data Allowance1 Unlimited SMS (Text) Domestic Messaging Unlimited (73503) One Talk Side View (Smartphone, One Talk Dialers, and Mobile Client Apps) Only)5 Business App Integrations One Talk Basic Integrations5 provides access to the Google Workspace/Microsoft 365 apps Contacts, Email, Calendar, and productivity suite. This feature is included with One Talk Smartphone, One Talk Dialers, and Mobile Client App activations One Talk Basic Integrations $0.00 (SPO 1922) Additional Devices per MDN3 Standard One Talk Desk Phones: For MDN’s activated on a Smartphone, Standard Desk Phone or, Mobile Client, a maximum of up to eight (8) additional devices can be shared with the MDN as follows: one (1) Smartphone, up to two (2) standard One Talk desk phones and up to five (5) mobile clients. One Talk Connected 4G Desk Phones: For MDN’s activated on a One Talk Connected desk phone, a maximum of up to seven (7) additional devices can be shared with the MDN as follows: one (1) One Talk Connected desk phone, one (1) additional One Talk standard desk phone and up to five (5) mobile clients Additional Device Pricing Smartphone Device One Talk Standard Desk Phone Mobile Client (App)4 (Includes Smartphones and Tablets) Additional devices (endpoint) incur a $10.00 monthly access $0.00 for additional devices (excluding Smartphone devices with One Talk Dialers) $0.00 for additional devices (excluding Smartphone devices with One Talk Dialers) Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 4G network. One Talk service is applied to the Verizon Wireless MDN and is available on all of the user’s devices. One Talk is not compatible with Fax machines, credit card POS solutions, or Security Systems. One Talk calls originated from a One Talk Connected desk phone drop if either party leaves Verizon 4G coverage. When outside of the 4G coverage area devices will only operate over Wi-Fi or LAN with standard voice and SMS messaging capabilities and all One Talk features available to the user. One Talk Connected desk phones will operate over LAN when no 4G service is available. For the Service to work on wireless devices, Customer must select the line on your agency’s profile to which you wish to add the One Talk feature. 3Each One Talk phone number can be shared between devices with the following limits: (a) up to five smartphones and/or tablets using the One Talk Mobile App or Microsoft® Windows® and/or Apple® Mac® computers using the One Talk Desktop App, a single LTE Desk phone and a single standard desk phone or (b) up to five smartphones and/or tablets using the One Talk Mobile App or Microsoft® Windows® and/or Apple® Mac® computers using the One Talk Desktop App, two standard desk phones and a single smartphone using One Talk. 4The Mobile App can be used in eligible devices (includes devices from other carriers); July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 49 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Smartphones (without One Talk Dialers (Basic, Enhanced, and Native)), wireless and WiFi tablets. The Desktop app can be used in Windows PCs and Mac OS devices, limit five (5) total per MDN (including primary device. Installing the One Talk Mobile App consumes an estimated 30MB of data, the Desktop App consumes approximately 110MB of data. 5All Google Workspace business plans are supported, however, Gmail is not supported; and all Microsoft 365 personal and business plans are supported. The Service is not compatible with all price plans and desk phones are not available under all contracts. Check with your sales representative for plan compatibility with the Service and the availability of desk phones under the Contract. 1After 22 GB of data usage on a line during any billing cycle, usage may be prioritized behind other customers in the event of network congestion. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at up to 1080p. For data usage in Canada and Mexico, after the first 512 MB of usage in a day, throughput speeds for additional usage will be reduced for the remainder of the day. Usage outside of the United States requires a 4G LTE GSM/UMTS global- capable device. For additional information regarding One Talk please visit https://www.verizonwireless.com/business/products/voice-collaboration/unified-communications/one-talk/ This is a current retail plan and is subject to change or be discontinued without notice to the customer. Business Unlimited One Talk Plans is not compatible with Private Network Traffic Management (PNTM) or Private Network. One Talk Call Queue Government Subscribers Only No Domestic Roaming or Long Distance Charges This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $25.00 $45.00 Calls in Queue 10 calls held in queue 25 calls held in queue Monthly Call Queue Agent Feature $1.00 per line/per month* July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 50 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 4G network. One Talk service is applied to the Verizon Wireless MDN and is available on all of the user’s devices. One Talk is not compatible with Fax machines, credit card POS solutions, or Security Systems. One Talk calls drop if either party leaves Verizon 4G LTE coverage. When outside of the 4G LTE coverage area and without 3G or WiFi service, the device operates as a standard device (1X calling) with standard voice and SMS messaging capabilities with no One Talk features available to the user. 1One (1) additional Desk Phone can be added as an additional device per MDN. 2Mobile Client (App) eligible devices (includes devices from other carriers); Smartphones (without One Talk Dialers), wireless and WiFi tablets; limit five (5) total per MDN (including primary device. Installing the One Talk Mobile App consumes an estimated 30MB of data, the Desktop App consumes approximately 110MB of data. 1. Call queue has a maximum limit of 40 agents per call queue setup. 2. Dial MDN direct or be routed through Auto Receptionist ... One Talk Messaging for Hunt Group This feature is not eligible for further discounts Monthly Access Fee $9.99 (88212) Hunt Group Recipients Up to 20 maximum per line SMS/MMS Unlimited1 Included Note: Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 4G network. One Talk service is applied to the Verizon MDN and Hunt Group delivers one or more One Talk Note: Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 4G network. One Talk service is applied to the Verizon MDN and Hunt Group delivers one or more One Talk One Talk Connected 4G Desk Phone Plans Government Subscribers Only These plans are NOT eligible for monthly access fee discounts. Plan Monthly Access Voice Minutes Allowance Data Allowance Data Overage 47598 – Flexible Business LTE Desk Phone Unlimited Talk and Text $10.00 Unlimited 500 MB (Share) $10.00/GB 48043 – Nationwide for Business LTE Desk Phone Unlimited Talk and Text phone numbers to provide specialized support to customers. Mobile devices associated with the One Talk App can send and receive text messages to Hunt Groups. 1One Talk SMS is only available on the Mobile Client (App). *Messaging for Hunt Groups can support having simultaneous call sequence – once a customer sends out an SMS it will be sent to all the Messaging for Hunt Group members* For additional information regarding One Talk please visit: https://www.verizon.com/business/products/voice-collaboration/unified- communications/one-talk/ July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 51 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 48083 - One Talk LTE Desk Phone Unlimited Talk and Text 500 MB 48084 - Business Unlimited LTE Desk Phone $10.00 Unlimited Unlimited1 Auto Receptionist (AR) and Hunt Group (HG) One Talk Primary MDN Monthly Access Line Level Plans Account Level Plans One Talk Auto Receptionist Feature $10.00 $0.00 One Talk Auto Receptionist Line Access Charge N/A One Talk Hunt Group Feature $0.00 One Talk Hunt Group Line Access Charge N/A Optional Features One Talk Premium Visual Voicemail for Android Smartphone $2.99 One Talk Premium Visual Voicemail for Desk Phone & Mobile Client (App) One Talk Voicemail To Text for iOS Smartphones One Talk Caller Name ID Additional Devices per MDN1 For MDN’s activated on a One Talk Connected desk phone, a maximum of up to seven (7) additional devices can be shared with the MDN as follows: one (1) One Talk Connected desk phone, one (1) additional One Talk standard desk phone and up to five (5) Mobile Clients (Apps). *Current One Talk customers adding a One Talk Connected desk phone must change to this configuration. One Talk Standard Desk Phone Mobile Client (App)2 (Includes Smartphones and Tablets) $0.00 for additional devices (excluding Smartphone devices with One Talk Dialers) $0.00 for additional devices (excluding Smartphone devices with One Talk Dialers) Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 4G network. Only One Talk Connected desk phone devices can be activated on this plan. One Talk service is applied to the Verizon Wireless MDN and is available on all of the user’s devices. One Talk is not compatible with Fax machines, credit card POS solutions, or Security Systems. One Talk calls originated from a One Talk Connected 4G desk phone drop if either party leaves Verizon 4G coverage. When outside of the 4G coverage area devices will only operate over Wi-Fi or LAN with standard voice and SMS messaging capabilities and all One Talk features available to the user. One Talk Connected desk phones will operate over LAN when no 4G service is available For the Service to work on wireless devices, Customer must select the line on your agency’s profile to which you wish to add the One Talk feature. 1Each One Talk phone number can be shared between devices with the following limits: 1Up to five smartphones and/or tablets using the One Talk Mobile App or Microsoft® Windows® and/or Apple® Mac® computers using the One Talk Desktop App, a single LTE Desk phone and a single standard desk phone. You may only make voice and/or video calls with up to three (3) devices per One Talk phone number at the same time. 2The Mobile App can be used in eligible devices (includes devices from other carriers); Smartphones (without One Talk Dialers (Basic, Enhanced, and Native)), wireless and WiFi tablets. The Desktop app can be used in Windows PCs and Mac OS devices, limit five (5) total per MDN (including primary device. Installing the One Talk Mobile App consumes an estimated 30MB of data, the Desktop App consumes approximately 110MB of data. The Service is not compatible with all price plans and desk phones are not available under all contracts. Check with your sales representative for plan compatibility with the Service and the availability of desk phones under the Contract. 1After 22 GB of data usage on a line during any billing cycle, usage may be prioritized behind other customers in the event of network congestion. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at up to 1080p. For data usage in Canada and Mexico, after the first 512 MB of usage in a day, throughput speeds for additional usage will be reduced for the remainder of the day. Usage outside of the United States requires a 4G LTE GSM/UMTS global-capable device This is a current retail plan and is subject to change or be discontinued without notice to the customer. This One Talk Connected desk phone is not compatible with Private Network Traffic Management (PNTM) or Private Network. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 52 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. For additional information regarding One Talk please visit:https://www.verizon.com/business/products/voice- collaboration/unified- communications/one-talk/ One Talk from Verizon, together with its related devices, software and applications ("Service" or “One Talk”), is a commercially available business telephone solution that brings together the functions of office phones and mobile devices (smartphones and tablets) into a unified system, with all devices sharing the same communication features. (See https://www.verizonwireless.com/support/one-talk- features/ for a listing of features currently available with the Service.) The following terms of service apply to the One Talk Service. “Customer” means the eligible entity purchasing the One Talk service under the Contract along with any Customer end users using the Service. Customer Agreement. Customer’s use of the Service is subject to all Contract terms. This applies regardless of whether the end user device is on the Customer’s account or paid for by the end user (e.g. a Bring Your Own Device arrangement between Customer and end user). How the Service Works. For the Service to work on wireless devices, Customer must select the line on your agency’s profile to which you wish to add the One Talk feature. Each One Talk phone number can be shared between devices with the following limits: (a) up to five smartphones and/or tablets using the One Talk Mobile App or Microsoft® Windows® and/or Apple® Mac® computers using the One Talk Desktop App, a single LTE Desk phone and a single standard desk phone or (b) up to five smartphones and/or tablets using the OneTalk Mobile App or Microsoft® Windows® and/or Apple® Mac® computers using the One Talk Desktop App, two standard desk phones and a single smartphone using One Talk. You may only make voice and/or video calls with up to three (3) devices per One Talk phone number at the same time. The Service is not compatible with all price plans and desk phones are not available under all contracts. Check with your sales representative for plan compatibility with the Service and the availability of desk phones under the Contract. Customer is solely responsible for managing its end user access to the One Talk Service, management of end user devices and management of information transmitted via the Service. Addition of devices and associated Service features is managed and administered by the Customer through Verizon Wireless’ web portal. A. One Talk Components One Talk Dialers. If available, the One Talk Dialers (Basic, Enhanced, and Native) add various business features to a compatible device’s native dialer, which on a compatible smartphones (see https://www.verizonwireless.com/support/compatible-one-talk-devices/ for a current list of supported devices.) With One Talk in Dialer mode, Customer’s One Talk phone number will be the same as its Verizon Wireless phone number. Customer can obtain access to One Talk features by dialing numeric codes. Other devices that you select will share the same One Talk phone number. One Talk Mobile App. The One Talk Mobile App is available for smartphone and tablets either from the Google PlayTM Store for devices with AndroidTM 6.0 or higher or from the Apple® App Store for devices with iOS 10.0 or higher. To use the Service, Customer must add a One Talk phone number to the Mobile App and end users must use the Mobile App to make voice and video calls and to send and receive messages. You can also obtain access to One Talk features through the Mobile App. With the Mobile App, the device will have two phone numbers – one for its original native dialer (if available), and the other for the One Talk number. Other associated devices will share the same One Talk number. Users may install the One Talk Mobile App on a compatible device, including devices receiving service from other carriers. In such circumstances, One Talk phone numbers must be added to their devices, and the users will be Verizon Wireless subscribers for purposes of the Service only, even if they continue to use a different carrier for their original mobile telephone numbers. In order to use messaging through the One Talk Mobile App, the customer also must add the Message + App. Message+ App. The Message+ App provides an integrated and customized messaging experience across an end user’s mobile phone, tablet, PC, and other devices, and an integrated calling experience across a user’s mobile phone and tablet. (Note that integrated calling is not part of the One Talk Service.) An end user can also send group, location and other multimedia messages (“MMS”) in addition to traditional text messages. The Message+ App includes an Integrated Messaging feature that lets users send and receive text and multimedia messages on an end user’s smartphone, tablet, computer or the web using a user’s Verizon One Talk mobile telephone number. The service syncs up to 90 days of messages across an end user’s devices. One Talk Desk Phones. Each One Talk Desk Phone is a device that must be approved by and purchased from Verizon Wireless. At your location, you will need separate AC power and connectivity (e.g., through cellular service, broadband service, Ethernet or Wi-Fi). Check with your Verizon Wireless sales representative for the availability of desk phones under the Contract. Auto Receptionist: Hunt Group. In order to utilize either of these features, Customer must activate a new Verizon Wireless line or port in a line from another carrier. The settings for the line must be configured using the One Talk section of the My Business web portal. B. Charges For each One Talk line, you will be charged a monthly recurring fee for the Service, in addition to the charges for data, voice, and messaging based on your service plan. Charges for international use may apply. You may be assessed additional 911 surcharges if required by law, for up to a maximum of three devices on each mobile phone number during the applicable billing cycle. One TalkSM and Message+ from Verizon - Government Terms of Service July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 53 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Desk Phones. Voice and video calls to and from One Talk desk phones will consume data on your existing broadband, cellular, or Wi-Fi connection. The following applies if you use the VZW network to connect to the Service: One Talk Dialers (Basic, Enhanced, and Native). Adding the One Talk feature to a smartphone does not consume any data. If you have a device that supports video calling, the voice portion will be billed as minutes of use and the video portion will be billed as data. Voice calls will be billed as minutes of use only. One Talk Mobile App. Your download of the One Talk Mobile App will consume approximately 30 MB of data. Your use of the Service (including your download of the One Talk Mobile App) will be billed as data. One Talk Desktop App. Your download of the One Talk Desktop App will consume approximately 110 MB of data. Voice and video calls to and from the One Talk Desktop App will consume data on your existing broadband connection. Desk Phones. Voice and video calls to and from One Talk desk phones will consume data on your existing broadband connection. Auto Receptionist; Hunt Group. You will be charged a monthly recurring fee for each Auto Receptionist and Hunt Group line in your company’s profile. Integrated Calling Charges (Message+). Integrated Calling does not have a separate monthly service fee, but data usage charges will be incurred in accordance with Customer’s service plan. If a call is transferred among connected devices, each transfer will be billed as a separate call. Also, depending on the service address, Customer may be assessed an additional 911 charge if required by law. Any call made from a tablet to a U.S. number will be treated as a domestic call, no matter where the call originates. Any call made from a tablet to a non-U.S. number will be treated as an international long distance call that originates in the U.S., which is subject to U.S. taxes, fees and Verizon surcharges, no matter where the call actually originates. These calls will be billed in accordance with Customer’s international calling plan and/or international Contract rates. Emergency 911 Calls. End users can make a 911 call over a Wi-Fi connection when using the Service, but whenever possible, end users should avoid doing so because 911 calls over a WiFi connection will not work if there is a failure of your broadband connection or electrical power, or if the 911 system doesn’t recognize the address. In addition, when using a One Talk desk phone, voice functionality (including the ability to make and receive 911 calls) will not be available during a power outage, connection failure or other service disruption. Before any desk phone can be activated or the Service can be activated on any device, Customer must enter the U.S. address where Customer wants emergency services to be sent if end users call 911. It is not necessary to use the same address for all devices. It is very important that Customer updates its 911 address whenever Customer changes its location for any of these devices because this is the location that will be given to emergency services when end users dial 911. End users can go to their mobile device’s Settings and change their 911 address at any time. Customer can change the 911 address for a desk phone on the One Talk section of the My Business web portal. Note: With a device using the One Talk Mobile App or the One Talk Desktop app, emergency services will use the 911 address you entered only if you use Wi-Fi to make the 911 call; otherwise, your device's built-in capabilities will provide the location of your device. Integrated Messaging Text Message Feature. To send and receive SMS messages, Mobile devices associated with either One Talk Basic Dialer (if available) or One Talk Mobile App must download the Message+ App to the device. The Integrated Messaging functionality of Message+ enables you to synchronize messages across multiple devices, including smartphones, tablets and the web. Text messages sent and received while using the Service are separate from the native texting app (dual numbers) and are only temporarily retained on the One Talk message platform in the cloud. End users with access to the Service on a Smartphone or the Mobile Client can retrieve/download any text message sent or received using the Service. HIPAA. Integrated Messaging is not designed for secure transmission or storage of personal healthcare information. Therefore, Customer agrees not to use Service to store or transmit Protected Health Information (PHI) as defined in the Health Insurance Portability & Accountability Act of 1996 and the Health Information Technology for Economic and Clinical Health Act of 2009 and accompanying regulations (collectively “HIPAA”). Covered Entities and Business Associates (as defined by HIPAA) will not use Integrated Messaging to store or transmit PHI. Customers that do not want its end users to save messages to the cloud (including all Covered Entities and Business Associates, as defined by HIPAA), must have an authorized representative block Integrated Messaging. For further information, go to https://web.vma.vzw.com/BusinessProduct. To learn more about HIPAA, go to: http://www.hhs.gov/ocr/privacy/hipaa/understanding/index.html. Third Party Products A. General. If Customer uses any third party products or applications with One Talk, you authorize us to share information with third parties that is necessary for these services to operate. Some information from those third party products or applications may be transmitted into your account with us if you authorize such transmissions (Third Party Account Information) and any such Third Party Account Information transmitted to our applications or services will then be covered by our Privacy Policy. You may opt not to disclose such information to us from third party products or applications, but keep in mind some information may be needed in order for you to take advantage of some or all of the applications' or products' intended features. B. Google Services. When you provide Google Account credentials to sign into Google services or applications, Verizon will not use any Third Party Account Information in any way except to present it to the user. VZW will retain the minimal amount of information necessary in log files for 30 days to troubleshoot any reported issues with the application. Verizon will not have access to any email content. Use or transfer of any Third Party Account Information received from Google accounts will adhere to the Google API Services User Data Policy, including Limited Use Requirements. C. Disclaimer. With respect to all third party products and applications, you agree that: (1) We disclaim all warranties, express or implied, (2) We are not responsible and shall have no liability for such products or applications, and (3) you are solely responsible and liable for your use of such products and applications. Service Limitations. The Service is not compatible with fax machines, credit card machines or certain security systems. Your Verizon Wireless representative July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 54 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. can suggest other possible solutions for some of these functions. Please check with your provider to confirm the compatibility requirements of your security system. Important Service Disclosures. CUSTOMER ACKNOWLEDGES AND AGREES THAT THE SERVICE IS IMPLEMENTED WITHOUT SPECIFIC CONTROLS THAT MAY GENERALLY BE REQUIRED OR CUSTOMARY FOR CUSTOMERS IN ANY PARTICULAR INDUSTRY AND ARE NOT DESIGNED TO SATISFY ANY SPECIFIC LEGAL OBLIGATIONS. CUSTOMER IS SOLELY RESPONSIBLE FOR DETERMINING THAT THE SERVICE SATISFIES ANY LEGAL, REGULATORY OR CONTRACTUAL OBLIGATIONS CUSTOMER MAY HAVE. CUSTOMER AGREES TO USE THE SERVICES IN ACCORDANCE WITH ALL APPLICABLE LAWS AND NOT TO USE THE SERVICES IN ANY MANNER THAT MAY IMPOSE LEGAL, REGULATORY OR CONTRACTUAL OBLIGATIONS ON VERIZON WIRELESS, OTHER THAN THOSE WITH WHICH WE HAVE EXPRESSLY AGREED TO COMPLY IN THIS ADDENDUM. CUSTOMER IS ON NOTICE THAT ANY TEXT MESSAGES DELIVERED TO A DEVICE USING THE SERVICE WILL REMAIN ON THAT DEVICE, EVEN AFTER THE MESSAGING FEATURE IS REMOVED OR END USER IS DEREGISTERED AND NO LONGER HAS ACCESS TO THE SERVICE. END USERS CONTROL THE DELETION OF MESSAGES RECEIVED ON THEIR DEVICES. Software. In connection with the Service, Verizon Wireless will provide software that is owned by us, our affiliates or third-party licensors ("Software"). Verizon Wireless may update the Software from time to time and Customer and/or end user failure to install any update may affect Customer’s Service and/or use of the Software. Customer may use the Software only as part of, or for use with, the Service as authorized in this Addendum.Verizon Wireless grants Customer a limited, non-exclusive, non-transferable license to use the Service and the Software solely as authorized in this Addendum. All rights regarding use of the Service and Software not expressly granted in this Addendum are reserved by Verizon Wireless and/or any third-party licensors. The Software contains some programming, scripts, tools, modules, libraries, components, or other items that were developed using "Open Source" code; which are available for download at www.verizon.com/opensource. Software was developed solely at private expense, and Customer has no other rights in software than those set forth herein. As such, customer may not adapt, alter, modify, reverse engineer, de-compile, disassemble, translate, attempt to derive source code from or create derivative works of the Service or Software, or otherwise tamper with or modify any security features or other Service components for any reason (or allow or help anyone else to do so). Customer also agrees to follow all rules and policies applicable to the Service, including the installation of required or automated updates, modifications and/or reinstallations of Software and obtaining available patches to address security, interoperability and/or performance issues. Disclaimer of Warranty. THE SERVICE AND SOFTWARE ARE PROVIDED “AS IS” AND “AS AVAILABLE” WITHOUT WARRANTIES, EXPRESS OR IMPLIED, OF ANY KIND BY EITHER VERIZON WIRELESS, OUR AFFILIATES, OFFICERS, EMPLOYEES, LICENSORS, CONTRACTORS, AND AGENTS (TOGETHER, THE "VERIZON PARTIES"), INCLUDING BUT NOT LIMITED TO WARRANTIES OF TITLE, NON-INFRINGEMENT OR IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. THE VERIZON PARTIES AND ANY THIRD PARTY MOBILE APPLICATION STORE OPERATORS FROM WHICH YOU DOWNLOAD THE ONE TALK MOBILE APP WILL NOT BE LIABLE TO YOU OR ANYONE ELSE FOR ANY LOSSES OR DAMAGES OF ANY KIND OR ANY SECURITY ISSUES THAT MAY RESULT FROM YOUR USE OF THE SERVICE. NO ADVICE OR INFORMATION GIVEN BY THE VERIZON PARTIES SHALL CREATE ANY WARRANTY HEREUNDER. NETMOTION These products Do Not qualify for additional discounts Service Item Software Plan ID SKU Frequency/ Payment Plan Price Function "Mobility VPN" (Virtual Private Network for wireless connections) - An encrypted, secure tunnel for mobile devices 651968 NMSVZW-GOV- SILVER-Monthly: MONTHLY Monthly $4.33 "Mobility VPN" (Virtual Private Network for wireless connections) An encrypted, secure tunnel for mobile devices -- Works with Android, iOS, Windows and Mac devices -- Criminal Justice Information Systems (CJIS) Compliance 651969 NMSVZW-GOV- SILVER-Annual: ANNUAL Annual $52.00 "Mobility VPN" + "Modules" (Policy, Network Access Control, Mobile Analysis) 651970 NMSVZW-GOV-GOLD- Monthly: MONTHLY Monthly $6.93 All features of the Mobility VPN base product, plus the Policy, Network Access Control (NAC) and Mobile Analysis Modules 651971 NMSVZW-GOV-GOLD- Annual: ANNUAL Annual $83.20 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 55 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. "Mobility VPN" + "Modules" + "Diagnostics" which includes connectivity problem identification, security reinforcement, improved end user productivity and powerful reporting. 651972 NMSVZW-GOV- PLATINUM-Monthly: MONTHLY Monthly $8.67 All features of the Mobility VPN base product and the Policy, Network Access Control (NAC) and Mobile Analysis Modules, Plus Diagnostics 651973 NMSVZW-GOV- PLATINUM-Annual: ANNUAL Annual $104.00 Mobility VPN + "Modules" + "Diagnostics" + "Mobile IQ" which includes performance assessment, threat defense, cost control, location intelligence and inventory, troubleshooting and system-wide status 651974 NMSVZW-GOV- DIAMOND-Monthly: MONTHLY Monthly $13.00 All features of the Mobility VPN base product and the Policy, Network Access Control (NAC) and Mobile Analysis Modules, Plus Diagnostics + MobileIQ 651975 NMSVZW-GOV- DIAMOND-Annual: ANNUAL Annual $156.00 Comprehensive data collection and root cause detection software (add-on feature) 651976 NMSVZW-GOV- DIAGS-Monthly: MONTHLY Monthly $4.33 Comprehensive data collection and root cause detection software 651977 NMSVZW-GOV- DIAGS-Annual: ANNUAL Annual $52.00 Visual troubleshooting, analytics and alerting dashboards (add-on feature) 651978 NMSVZW-GOV-MIQ- Monthly: MONTHLY Monthly $4.33 Visual troubleshooting, analytics and alerting dashboards 651979 NMSVZW-GOV-MIQ- Annual: ANNUAL Annual $52.00 Professional Services - Up to 8 Hours 651980 11NMPS-GOV-8HR-S - One Time: ONE TIME One-Time $2,000.00 Off-site Services Professional Services - Up to 4 Hours 651981 11NMPS-GOV-4HR-S - One Time: ONE TIME One-Time $1,000.00 Off-site Services Mobility Certification Training 651982 11NMTR-GOV-C - One Time: ONE TIME One-Time $2,295.00 Off-site Services Elite Technical Service (0 - 4,999 licenses) 651983 11NMETS-GOV - One Time: ONE TIME One-Time $30,000.00 Off-site Services Elite Technical Service (5,000+ licenses) 651984 11NMETS5K-GOV - One Time: ONE TIME One-Time $50,000.00 Off-site Services Dedicated Technical Account Manager (1 year) 651985 11NMPS-GOV-TAM - One Time: ONE TIME One-Time $40,000.00 Off-site Services July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 56 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Note: Customer may purchase NetMotion Software, Inc. (“NetMotion”) licenses and services (“NetMotion Services”) at the prices listed above. NetMotion Services listed in the pricing sheet marked with an asterisks *** cannot be mixed or matched with other NetMotion Licenses or Services. Verizon Wireless is not the licensor of the NetMotion Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. NetMotion Services are manufactured by NetMotion. NetMotion Software is subject to a separate End User License Agreement (EULA) with NetMotion attached hereto,. Use of the NetMotion licenses or NetMotion Services is deemed to be the Customer's acceptance of the terms of the EULA. Customer must accept the EULA as the party liable for each license, and agrees that the Customer will comply with the obligations under the EULA. Verizon Wireless reserves the right to (i) modify or discontinue the Solution in whole or in part and/or (ii) terminate the Solution at any time without cause. Customer's sole and exclusive remedy for any damages, losses, claims, costs, and expenses arising out of or relating to use of the Solution will be termination of service. A. Verizon Wireless will direct NetMotion to fulfill Customer’s NetMotion Services order. Basic functionality questions and other general customer support can be obtained by calling Verizon Wireless Customer Support. All other customer support questions and issues for NetMotion Services must be obtained directly from NetMotion Software, Inc. If Verizon Wireless, in its sole discretion, determines that an inquiry from a subscriber is related to NetMotion Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate NetMotion representatives. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 57 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Asavie Moda is a network-based “all-in-one” web portal security and data management solution that enables organizations to easily and effectively manage security and productivity, along with rich reporting insights on all their mobile devices. The Asavie Moda solution extends the security provided by the customer’s Mobile Device Management platform into the network by delivering real-time visibility, control and security of the data in transit for any mobile device. Asavie Moda Government Customers Only The price below reflects the monthly access discounts. No additional discounts apply. Description SKU Name Plan ID Quantity Annual Monthly 1Asavie Moda for MPN Gov Customers ModaMPNG 677970 (Annual) 677971 (Monthly) 1-199 $80.92 $7.49 200-499 $68.85 $6.38 500-999 $60.75 $5.63 1000-2499 $52.65 $4.88 2500-9999 $48.60 $4.50 10000+ $40.50 $3.75 2Asavie Moda Global (OTT) Gov Customers ModaGLOBAL 677969 (Annual) 677968 (Monthly) 1-199 $80.92 $7.49 200-499 $68.85 $6.38 500-999 $60.75 $5.63 1000-2499 $52.65 $4.88 2500-9999 $48.60 $4.50 10000+ $40.50 $3.75 Notes. Asavie Moda is an all-in-one web portal that is an easy to deploy security and data management solution for an entire mobile estate. 1Asavie Moda for MPN Gov Customers – Does require customers to use pricing and equipment in accordance with the Private Network terms and conditions as your contract allows. 2Asavie Moda Global (OTT) Gov Customers – Does not require Private Network. Products shown or referenced are provided by Asavie Technologies, Inc. (“Asavie”), a Verizon Partner Program Member, which is solely responsible for the representations and the functionality, pricing and service agreements. Asavie can connect to several different systems including cloud based and server based applications. Customer may purchase Asavie licenses and services (“Asavie Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Asavie Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Asavie Services are manufactured by Asavie Technologies, Inc. Any license for Asavie Services must be obtained directly from Asavie either upon purchase or installation of the Asavie Services. Asavie Services are subject to Asavie terms and conditionsattached hereto.. Verizon Wireless will direct Asavie to fulfill Customer’s Asavie Services order. Customer support for Asavie Services must be obtained directly from Asavie Technologies, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Asavie Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Asavie representatives. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 58 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Asavie IoT Connect® provides Private Network connectivity on demand for remote sites and IoT devices. Provides direct, enterprise- grade connection that bypasses the public Internet, helping to reduce exposure to possible cyber threats. Asavie IoT Connect® Government Customers Only The price below reflects the monthly access discounts. No additional discounts apply. Name SKU Name Plan ID Quantity Annual Monthly IoT MPN 25 MB IOTCMPN25MBG 677959 (Annual) 677958 (Monthly) 1-199 $24.22 $2.24 200-499 $20.59 $1.91 500-999 $18.16 $1.68 1000-2499 $15.74 $1.46 2500-9999 $14.53 $1.35 10000+ $12.11 $1.12 Notes. Asavie IoT Connect runs over Verizon’s secure Private Network. 1 Requires customers to use pricing and equipment in accordance with the Private Network terms and conditions as your contract allows. Products shown or referenced are provided by Asavie Technologies, Inc. (“Asavie”), a Verizon Partner Program Member, which is solely responsible for the representations and the functionality, pricing and service agreements. Asavie can connect to several different systems including cloud based and server based applications. Customer may purchase Asavie licenses and services (“Asavie Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Asavie Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Asavie Services are manufactured by Asavie Technologies, Inc. Any license for Asavie Services must be obtained directly from Asavie either upon purchase or installation of the Asavie Services. Asavie Services are subject to Asavie terms and conditionsattached hereto.. Verizon Wireless will direct Asavie to fulfill Customer’s Asavie Services order. Customer support for Asavie Services must be obtained directly from Asavie Technologies, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Asavie Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Asavie representatives. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 59 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Asavie IoT Connect® with Cloud Connect Government Customers Only The price below reflects the monthly access discounts. No additional discounts apply. IoT MPN 25 MB CC IOTCMPN25MBCCG 677953 (Annual) 677952 (Monthly) 1-199 31.46 2.99 200-499 26.74 2.54 500-999 23.59 2.24 1000-2499 20.45 1.95 2500-9999 18.87 1.80 10000+ 15.73 1.5 IoT MPN 150 MB IOTCMPN150MBG 677957 (Annual) 677956 (Monthly) 1-199 $40.42 $3.74 200-499 $34.36 $3.18 500-999 $30.31 $2.81 1000-2499 $26.27 $2.43 2500-9999 $24.25 $2.25 10000+ $20.21 $1.87 IoT MPN 150+ MB IOTCMPN150MBPLUSG 677955 (Annual) 677954 (Monthly) 1-199 $80.92 $7.49 200-499 $68.78 $6.37 500-999 $60.69 $5.62 1000-2499 $52.60 $4.87 2500-9999 $48.55 $4.50 10000+ $40.46 $3.75 Notes. Asavie IoT Connect runs over Verizon’s secure Private Network. 1 Requires customers to use pricing and equipment in accordance with the Private Network terms and conditions as your contract allows. Products shown or referenced are provided by Asavie Technologies, Inc. (“Asavie”), a Verizon Partner Program Member, which is solely responsible for the representations and the functionality, pricing and service agreements. Asavie can connect to several different systems including cloud based and server based applications. Customer may purchase Asavie licenses and services (“Asavie Services”), to be billed by Verizon Wireless, at the prices listed above. Verizon Wireless is not the licensor of the Asavie Services and makes no representations or warranties whatsoever, either express or implied, with respect to them. Asavie Services are manufactured by Asavie Technologies, Inc. Asavie Services are subject to Asavie terms and conditions attached hereto. Verizon Wireless will direct Asavie to fulfill Customer’s Asavie Services order. Customer support for Asavie Services must be obtained directly from Asavie Technologies, Inc. If Verizon Wireless in its sole discretion determines that an inquiry from a subscriber is related to Asavie Services and is not one concerning Equipment or Wireless Service, it may transfer the service request to appropriate Asavie representatives. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 60 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Verizon Secure Cloud Gateway Powered by iboss Secure Cloud Gateway is a cloud-based secure web gateway service that provides security for web traffic and protects users from internet- threats through enforcement of internet policy compliance. Built for the cloud and the modern, distributed organization, Secure Cloud Gateway helps meet the cybersecurity needs of today’s organizations who are challenged with enforcing internet policy and security across decentralized networks, branch offices, and remote and mobile users. The Secure Cloud Gateway service is powered by iboss, a leading web security company. These licenses are not eligible for monthly access discounts. SKU Price Plan ID Description Frequency Cost CF-WIRELESS-NNI- SLED Price plan ID 699515 Core Gateway Monthly $2.72 MDF-WIRELESS- NNI-SLED Price Plan ID 699514 Malware Defense Monthly $4.17 Note: Secure Cloud Gateway powered by iboss solution requires a Mobile Private Network Tiered Hierarchy design where iboss operates the parent private network and each mutual customer of iboss and Verizon Wireless must have a private network built as a child of the iboss parent. *A minimum quantity of 100 user licenses per order is required. Licenses bill in full monthly increments with no prorations with a one year line term. *Devices that are certified for private network include: • Verizon Jetpacks • LTE Enabled routers – [Consult with sales and product manager for the number of licenses associated with multi user devices.] • LTE enabled tablets, phones and laptops 1These SKUs are mutually exclusive and cannot be combined. Verizon Secure Cloud Gateway Core Package: Web Gateway Verizon Secure Cloud Gateway Plus Package: Malware Defense Core Package delivers compliance based web gateway features to all devices Plus Package delivers all Core Package features and advanced malware defense • Web and Content Filtering • Protection for outdated browsers and Operating System (OS) • Secured Socket Layer (SSL) visibility and traffic management • Single pane of glass management • Cloud apps and social media controls • Advanced, near real-time reporting • Flexible data traffic re-direction for devices, virtually everywhere • Advanced malware detection and prevention for polymorphic threats. • Command and Control (CnC) callback monitoring across enterprise ports and protocols. • Signature based intrusion detection and prevention. • Protection across all devices and locations including HQ, remote offices, mobile and Bring Your Own Device (BYOD). • Behavioral Malware Sandboxing Note: Pricing includes 24/7 Mission Critical Support and Basic Implementation Support (8 hours of policy setup and dashboard help). July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 61 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Lookout Mobile Endpoint Security These products do not qualify for further discounts. Lookout Mobile Endpoint Security helps organizations prevent data loss and leakage through mobile devices by delivering advanced security and comprehensive policy-based protection against the spectrum of mobile risk. SKU Description Term Price MES-GOV-C-P-U1Y-PU GOV Comprehensive - User w Phishing Annual $75.60 MES-GOV-C-P-U1Y-PD GOV Comprehensive/Dev w Phishing Annual $54.00 GOV-SPT-MES-PRMPLS-U1Y- PD GOV Prem Plus Support/Device Annual $8.10 GOV-SPT-MES-PRMPLS-U1Y- PU GOV Prem Plus Support/User Annual $11.34 GOV-SPT-MES-PRM-U1Y-PD GOV Premium Support/Device Annual $4.50 GOV-SPT-MES-PRM-U1Y-PU GOV Premium Support/User Annual $6.75 o Note: In order to be able to purchase Lookout Mobile Endpoint Security, Customer is required to maintain a minimum of one (1) active and billing Verizon Wireless line of service. Additionally, Customer is required to provide an active corporate email address to complete the activation process. o Verizon provides support for ordering Lookout Mobile Endpoint Security licenses, billing, and will provide Tier one (1) customer support for Lookout. o Lookout will provide Tier two (2) when required through a Verizon Wireless call transfer. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 62 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. LTE Vehicle Internet These hardware Sku bundles are not eligible for further discounts. The LTE Vehicle Internet solution supports in-Vehicle connectivity providing ruggedized routers and cloud- managed services. Services are designed to allow departments to deploy, configure, manage and scale quickly and in real time. Devices support dual carrier with SIM-based Auto-Carrier Selection, Public Safety and Data plans, and are available on many public-sector contract vehicles. SKU# Description OEM P/N Price 5642701 1-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR900 FIPS router with WiFi (1000Mbps modem) MA1-900F120B-XFA $1,097.10 5642703 5-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR900 FIPS router with WiFi (1000Mbps modem) MA5-900F120B-XFA $1,853.10 5642698 1-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR1700 FIPS router with WiFi (1200Mbps modem) MA1-170F120B-XFA $1,574.10 5642700 5-yr NetCloud Mobile FIPS Essentials and Advanced Plans and IBR1700 FIPS router with WiFi (1200Mbps modem) MA5-170F120B-XFA $2,330.10 5642692 1-yr NetCloud Mobile Essentials Plan and IBR900 router with WiFi (1000Mbps modem) MA1-0900120B-NNA $899.10 5642694 5-yr NetCloud Mobile Essentials Plan and IBR900 router with WiFi (1000Mbps modem) MA5-0900120B-NNA $1,358.10 5584528 1-yr NetCloud Mobile Essentials Plan and IBR1700 router with WiFi (1200Mbps modem) MA1-1700120B-NNA $1,448.10 5642691 5-yr NetCloud Mobile Essentials Plan and IBR1700 router with WiFi (1200Mbps modem) MA5-1700120B-NNA $1,943.10 5691111 3-yr NetCloud IoT Essentials Plan and IBR600C router with WiFi (150 Mbps modem), North America TB3-600C150M-NNN $458.10 5691112 5-yr NetCloud IoT Essentials Plan and IBR600C router with WiFi (150 Mbps modem), North America TB5-600C150M-NNN $512.10 5642722 1-yr NetCloud Branch Essentials Plan with AER2200 router with WiFi (1200Mbps modem), North America BA1-2200120B-NNN $1,412.10 5642723 3-yr NetCloud Branch Essentials Plan with AER2200 router with WiFi (1200Mbps modem), North America BA3-2200120B-NNN $1,655.10 5642724 5-yr NetCloud Branch Essentials Plan with AER2200 router with WiFi (1200Mbps modem), North America BA5-2200120B-NNN $1,916.10 5691113 3-yr NetCloud IoT Gateway Essentials Plan and IBR200 router with WiFi (10 Mbps modem) for Verizon TB3-020010M-VNN $278.10 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 63 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 5691114 5-yr NetCloud IoT Gateway Essentials Plan and IBR200 router with WiFi (10 Mbps modem) for Verizon TB5-020010M-VNN $332.10 5642707 LTE Advanced Pro (1200Mbps) modem upgrade for Mobile. Includes IBR1700 & COR Dock doors, no antennas MA-MC400-1200M-B $539.99 5584526 3-yr NetCloud Mobile Essentials Plan and IBR1700 router with WiFi (1200Mbps modem), no AC power supply or antennas, North America MA3-17001200-NNA $1,682.10 5642693 3-yr NetCloud Mobile Essentials Plan and IBR900 router with WiFi (1000Mbps modem), no AC power supply or antennas, North America MA3-09001200-NNA $1,123.20 Note: NetCloud functions vary for FIPS Hardware enabled devices. Consult the Cradlepoint website for specifics. . Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. These hardware bundles can be used with 4G Mobile Broadband, Machine to Machine, and Public Safety Mobile Broadband Price Plans. A data plan is required for each modem purchase. There are no returns or exchanges and no Proration’s. Reference Cradlepoint terms of service attached hereto. LTE Vehicle Internet These Accessories Sku’s are not eligible for further discounts. SKU# Description OEM P/N Price 4765224 COR IBR1700, IBR900 power supply North America 170716-000 $22.49 3715571 Dual-band 2.4/5.0 GHz external WiFi antenna for AER3100, AER2100, IBR900, IBR1100 (1X) 170628-000 $13.49 5427545 Black, Universal 600MHz-6GHz 3G/4G/LTE 2dBi/3dBi 6 in antenna with SMA connector (1x) 170760-000 $13.49 3774498 Vehicle power adapter for COR 170635-000 $22.49 5503087 3 meter power and GPIO cable (direct wire) for IBR1700, IBR9x0 170585-001 $13.04 4381062 Serial DB9 to GPIO cable, 3 meters 170676-000 $16.19 4979362 Panorama antenna 5IN1 Blk dome 2LTE 2WIFI 1GPS LP-IN1958-B $283.78 4979363 Panorama antenna 5IN1 Wht dome 2LTE 2WIFI 1GPS LP-IN1958-W $283.78 5166824 Panorama antenna 9IN1 Blk dome 4LTE 4WIFI 1GPS LG-IN2293-B $461.83 5166826 Panorama antenna 9IN1 Wht dome 4LTE 4WIFI 1GPS LG-IN2293-W $461.83 Note: There are no returns or exchanges. Accessories can be purchased separately from hardware bundles. Reference Panorama Antenna terms attached hereto. LTE Business Internet 10 Mbps Speed Tier Machine-to-Machine Plans* These plans are eligible for monthly access fee discounts. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 64 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Monthly Access Fee1 $70.00 (41121) $90.00 (41135) $140.00 (41205) $190.00 (41212) Speed Tier Limit (Up to)2 10 Mbps 10 Mbps 10 Mbps 10 Mbps Data Deprioritization Threshold3 25 GB 50 GB 100 GB 150 GB Data Throughput Limit Threshold4 50 GB 100 GB 200 GB 300 GB Throttled Speed (Up to) 600 Kbps 600 Kbps 600 Kbps 600 Kbps Notes: These plans are restricted to the Verizon Wireless 4G network (domestic and international roaming are not available). Only select Customer-provided 4G data routers can be activated on these plans. 1The monthly access fee will not be pro-rated when moving to a higher speed tier plan during a billing cycle (the higher access fee will be billed); a line cannot move to a lower speed tier during a billing cycle. 2Speeds represent the maximum speed but may be lower in the event of network congestion. 3After the data deprioritization threshold is met on a line during any billing cycle, usage may be prioritized behind other customers in the event of network congestion. 4If the data throughput limit threshold is exceeded on any line in any given billing cycle, Verizon Wireless will limit the data throughput speeds for additional usage for the remainder of the then-current billing cycle for the line that exceeds the data usage to the applicable throttled speed. Voice calls cannot be placed or received on these plans other than to 611 or 911 (these calls may be placed anywhere in the Nationwide Rate and Coverage Area). If the voice block feature is removed, there will be a $0.25 per minute charge for voice calls. Text messages cannot be sent or received on these plans. If the text message block feature is removed, there will be a $0.20 per message charge for messages sent or received. These plans can be used for point-of-sale, mobile terminal, and business productivity applications. Prohibited applications include, but are not limited to, continuously streaming video, web hosting, and public/guest Wi-Fi systems without prior approval from Verizon Wireless. *These plans are for machine-to- machine service (“M2M Service”). “M2M Service” refers to use of the Wireless Service for the transmission of data between wireless devices and computer servers or other machines, or between wireless devices, with limited or no manual intervention or supervision. 5G Business Internet Ultra Wideband Plan (C-Band) for Public Sector* This plan is not eligible for monthly access fee discounts. Monthly Access Fee $45.00 5G Ultra Wideband (C-Band) Speed Tier Limit (Up to)1 100 Mbps 5G Ultra Wideband (C-Band) Domestic Data Allowance Unlimited Service Rate Plan # 53974 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 65 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. These price plans are restricted to the Verizon Wireless 5G Ultra Wideband ® network and 4G network (domestic and international roaming are not available). Service may fall back to the 4G LTE network if the Verizon Wireless 5G Ultra Wideband network becomes temporarily unavailable. Verizon’s 4G LTE network is a separate network from Verizon’s 5G Ultra Wideband network. *This plan is for mobile broadband service and can only be activated on select compatible Customer-provided data routers that enable 5G Ultra Wideband (specifically C-Band) service. Customer will be required to purchase or provide a Verizon approved, compatible 5G-enabled C-Band receiver/router, and any necessary installation or connection to the Verizon Wireless network. Customer should contact Customer’s account representative to determine if a Customer-provided router is compatible. 1Speeds represent the maximum download speed but may be lower in the event of network congestion. Uplink speeds may be lower than downlink speeds. This plan is a fixed location plan, and 5G Ultra Wideband service is being provided at the qualified service address that Verizon Wireless approved at the time the Service was activated. Where Customer chooses to use the Service in a mobile environment, Customer acknowledges and agrees that Service may fall back to Verizon’s 4G LTE network where Verizon Wireless 5G Ultra Wideband service is not available. In order to protect its network, operations, and other customers, Verizon Wireless may suspend or terminate service to affected lines with prior written notice, deny activation of new lines or, upon Legal Notice, may terminate the Service, if Customer uses the Wireless Service or Devices (a) in an illegal or improper manner (including "spamming" or other abusive messaging or calling); (b) in a manner prohibited by these terms; or (c) in a manner that, in Verizon Wireless’s sole discretion, has an adverse impact on its network, operations or customers. Business Unlimited Plus Data Device Plan Corporate Subscribers Only This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee* $45.00 4G and 5G Ultra Wideband Data Allowance including Mobile Hotspot1, 2 Unlimited Notes: This is a generally available retail plan, and is subject to change without notice. Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon Wireless 5G Nationwide® network, 5G Ultra Wideband network, 4G network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Lines activating on this plan must be on a 5G or 4G mobile broadband data device, including jetpacks, USBs/air cards, netbooks, and notebooks. A 5G device is required to receive 5G Ultra Wideband (UWB) service. *Corporate Subscribers on this plan cannot place or receive voice calls other than to 611 or 911 (these calls may be placed anywhere in the Nationwide Rate and Coverage Area). If the voice block feature is removed, there will be a $0.25 per minute charge for voice calls. 1If the combined 4G and 5G data usage exceeds 60 GB of domestic data usage on any line in any given billing cycle, usage may be prioritized behind other customers in the event of 4G or 5G Nationwide network area congestion and Verizon Wireless will limit the data throughput speeds to up to 600 Kbps for additional usage while on the 4G and 5G Nationwide network, and up to 3 Mbps when on the 5G UWB network for the remainder of the then-current billing cycle for the line that exceeds the data usage. For data usage in Canada and Mexico, after the first 512 MB of usage in a day, throughput speeds for additional usage will be reduced for the remainder of the day. Usage outside of the United States requires a 4G LTE GSM/UMTS global-capable device. 2Mobile Hotspot is available on all capable devices and allows the line to share data allowance with multiple Wi-Fi enabled devices. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at up to 720p while on the 4G and 5G Nationwide networks, and, will apply video streaming up to 4K when on the 5G UWB network. 72169 Business Unlimited Tablet Pro Plan This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $40.00 Data Allowance1 Unlimited 5G Ultra Wideband Data Allowance Unlimited July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 66 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Mobile Hotspot2 Unlimited Notes: This is a generally available retail plan, and is subject to change without notice. Current coverage details and additional plan information can be found at www.verizonwireless.com. Coverage includes the Verizon 5G Nationwide® network, 5G Ultra Wideband network, and 4G LTE network; and the 3G and 3G Extended networks, while available. For avoidance of doubt, Verizon’s 5G Nationwide® network is a separate network from Verizon’s 5G Ultra Wideband network. Lines activating on this plan must be on a 5G or 4G HD tablet. 1This plan includes the United States, Canada, and Mexico for voice, messaging, and data. After 35 GB of data usage on a line during any billing cycle, usage may be prioritized behind other customers in the event of 4G and 5G Nationwide network area congestion. A 5G device is required to receive 5G Ultra Wideband (UWB) service. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at up to 1080p while in 4G and 5G Nationwide network areas, and, will apply video streaming up to 4K when in 5G UWB network service areas. For data usage in Canada and Mexico, after the first 512 MB of usage in a day, throughput speeds for additional usage will be reduced for the remainder of the day. Usage outside of the United States requires a 4G LTE GSM/UMTS global-capable device. 2Mobile Hotspot is available on all capable devices and allows the line to share data allowance with multiple Wi-Fi enabled devices. If the combined 4G and 5G Mobile Hotspot data usage exceeds 15 GB on any line in any given billing cycle, Verizon will limit the data throughput speeds to up to 600 Kbps for additional usage while in 4G and 5G Nationwide network areas, and, will apply up to 3 Mbps when in 5G UWB network service areas for the remainder of the then-current billing cycle for the line that exceeds the data usage. 72515 Single Basic Phone Unlimited Talk Plus 500MB Plan Government Subscribers Only No Domestic Roaming or Long Distance Charges This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $30.00 (36677) Monthly Anytime Minutes Unlimited BPC Data Rate 500 MB $10.00 per GB Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. *May only be activated on a Verizon Wireless Home Phone Approved Device (BPC100). This is not a Home Phone Service. This service is generally utilized to replace POTS lines. Custom wireless Home Phone Connect Plan Government Subscribers Only No Domestic Roaming or Long Distance Charges This plan is NOT eligible for monthly access fee discounts. Monthly Access Fee $20.00 Monthly Anytime Minutes Unlimited Notes: Current coverage details and additional plan information can be found at www.verizonwireless.com. Activation on this phone requires a separate billing account. Activations on this plan are limited to no more than 9 lines per account. *May only be activated on a Verizon Wireless Home Phone Approved Device. This is not a Home Phone Service. This service is generally utilized to replace POTS lines. Wireless Home Phone is not compatible with any data applications. PUBLIC SAFETY CUSTOM PLANS Custom 4G Unlimited Smartphone Plan with Mobile Broadband Priority and Preemption for July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 67 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only. This plan is not eligible for monthly access fee discounts. Mission Critical Only 4G LTE GSM/UMTS global-capable smartphones can be activated on this plan. Monthly Access Fee $39.99 Monthly Minutes in U.S Unlimited Domestic Data Allowance(1) Unlimited Domestic Messaging Allowance Unlimited Optional Features Domestic Mobile Hotspot $5.00 additional per month Push-to-Talk $2.00 additional per month Notes: . No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. (1) Data usage on this rate plan is not subject to speed reductions (“throttling”) within a given billing cycle. However, in the event a user consumes more than 25GB each billing cycle for three (3) consecutive billing cycles, data throughput speeds will automatically be reduced for data usage exceeding 25GB per billing cycle on a go-forward basis. Data usage for actively engaged and deployed fire, police, emergency medical technicians, emergency management agency, and assigned federal law enforcement users on this plan will not be subject to speed reductions regardless of data usage during any billing cycle. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at 480p. This service plan includes Mobile Broadband Priority and Preemption. Mobile Broadband Priority ensures customers can connect to the network with priority by leveraging a pool of radio resources dedicated to enable their connection. Mobile Broadband Priority identifies the user with an Access Priority setting, giving them higher priority for network access than lower Access Class users. Preemption automatically activates to provide approved personnel uninterrupted access to the network in those uncommon times when the network is fully utilized. 911 calls are never preempted. This service plan is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: (PP# 16807) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 68 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Custom Unlimited Basic Phone Plan for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only This plan is not eligible for monthly access fee discounts. This Public Safety Plan does not provide a Mission Critical service standard. Monthly Access Fee $22.99 Monthly Minutes in U.S Unlimited Domestic Data Allowance 100MB Domestic Messaging Allowance Unlimited Domestic Data Overage $10.00 per GB Notes: . No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. This service plan is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: (PP# 16810) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 69 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Custom Unlimited Push to Talk Only Plan for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only. This plan is not eligible for monthly access fee discounts. This Public Safety Plan does not provide a Mission Critical service standard. Monthly Access Fee $17.99 Monthly Push to Talk Minutes Unlimited Domestic Voice Per Minute Rate $0.25 Notes: No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. This service plan is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: (PP#96625/4G Only – PP#96625 3G/4G) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. Mobile Broadband Priority Feature for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only. Misson Critical Monthly Access Fee $0.00 Mobile Broadband Priority ensures customers can connect to the network with priority by leveraging a pool of radio resources dedicated to enable their connection. Mobile Broadband Priority identifies the user with an Access Priority setting, giving them higher priority for network access than lower Access Class users. This feature is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: (PP#86124) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 70 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Custom 4G Unlimited Mobile Broadband Plan with Mobile Broadband Priority and Preemption for National Security, Public Safety, and First Responders Government Liable Subscribers Only. This plan is not eligible for monthly access fee discounts. Mission Critical Only 4G LTE GSM/UMTS global-capable devices can be activated on this plan. Monthly Access Fee $36.05 Domestic Data Allowance(1) Unlimited Notes: . No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Data usage on this plan is restricted to Verizon Wireless network use only; roaming is not available. (1) Data usage on this rate plan is not subject to speed reductions (“throttling”) within a given billing cycle. However, in the event data usage exceeds 25GB each billing cycle for three (3) consecutive billing cycles, data throughput speeds will automatically be reduced for data usage exceeding 25GB per billing cycle on a go-forward basis. Data usage for actively engaged and deployed fire, police, emergency medical technicians, emergency management agency, and assigned federal law enforcement users on this plan will not be subject to speed reductions regardless of data usage during any billing cycle. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at 720p. This service plan includes Mobile Broadband Priority and Preemption. Mobile Broadband Priority ensures customers can connect to the network with priority by leveraging a pool of radio resources dedicated to enable their connection. Mobile Broadband Priority identifies the user with an Access Priority setting, giving them higher priority for network access than lower Access Class users. Preemption automatically activates to provide approved personnel uninterrupted access to the network in those uncommon times when the network is fully utilized. 911 calls are never preempted. Devices utilized in conjunction with this plan are limited to mobile device applications. Dedicated internet connections (including but not limited to, stationary wireless networking router devices), streaming video on non-smartphone devices (including but not limited to, body cameras and stationary video surveillance cameras), and Internet of Things (“IoT”) devices* are expressly prohibited on this rate plan. This plan is only available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes**: (PP# 20664) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices *Internet of Things (“IoT”) devices. Devices other than smartphones, aircards, jetpacks, modems, and tablets that transfer data over the network (e.g. M2M). **Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 71 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Verizon Wireless Preemption Service Feature for National Security, Public Safety, and First Responders Government Liable Subscribers Only, Mission Critical Monthly Access Fee Per MDN $0.00 NOTE: Preemption Service (“Preemption”) is a capability that reallocates network resources to customers so that they can connect in emergencies. In those uncommon times when the network is fully utilized, Preemption automatically activates to provide approved personnel uninterrupted access to the network. It helps ensure our national security, public safety, and first responder customers can continue to communicate with each other during times of high network use. Preemption capability is available on the Verizon Wireless 3G and 4G LTE data network. While Preemption capability may also be available on the networks of Verizon Wireless’s domestic roaming partners, Verizon Wireless makes no representation of Preemption availability or reliability on such networks. Preemption is limited to select service rate plans and cannot be used in conjunction with devices or service plans utilized with dedicated internet connections (including but not limited to, stationary wireless networking router devices), streaming video on non-smartphone devices (including but not limited to, body cameras and stationary video surveillance cameras), and IoT devices are expressly prohibited from using this feature. Please note: Calls to 911 are never preempted. This feature is available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes: (PP# 86428 Basic/Smart Phone and 86433 Non-Phone) 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 923120 Administration of Public Health Programs 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, Utilities 921150 American Indian and Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 72 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Private Responder Core Service for National Security, Public Safety, and Emergency Preparedness Government Liable Subscribers Only. Mission Critical Monthly Access Fee $0.00 Verizon Wireless Private Responder Core Service for National Security, Public Safety, and Emergency Preparedness (“Private Core”): Private Core extends Customer’s IP network to its wireless equipment by segregating the data between such devices and Customer’s servers from the public Internet (the “Internet”). This service is available to National Security, Public Safety, and Emergency Preparedness customers only as defined by the following NAICS (formerly SIC) Codes*: National Security/ First Responders / Public Safety • 621910 Ambulance Service • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order and Safety Activities • 928110 National Security • 921190 Other General Government Support • 921110 Executive Offices 921150 American Indian/Alaska Native Tribal Governments Water • 924110 Water Infrastructure • 221320 Sewage Treatment Facilities • 221310 Water Supply and Irrigation Systems Transportation • 482111 Railway Transportation • 481111 Passenger Air Transportation • 481112 Freight Air Transportation • 483111 Shipping Transportation • 926120 Transportation Administration • 491110 Postal Service • 926120 Public Transportation • 926120 Regulation and Administration of Transportation Programs Information Technology • 541512 Computer Integration • 541519 Computer Disaster Recovery Chemical • 561612 Protective Services • 541330, 541690 Chemical Engineering and Consulting • 239210 Pharmaceutical Communications • 517110 Telecommunications, Wired • 517212 Cellular and other Wireless Telecommunications • 238210, 334290 and 561620 Alarm Systems Critical Manufacturing • 237310 Highway, Street and Bridge Construction • 811310 Industry Equipment Repair • 236210 Industrial Building Construction • 211113 Extraction; 236220 Construction Management • 926150 Regulation, Licensing and Inspection of Miscellaneous Commercial Sectors Energy • 333611 Wind Turbine • 221111 Hydroelectric Power Generation • 221122 Electric Power Distribution • 221118 Other Electric Power Generation • 221210 Natural Gas Distribution • 926130 Regulation and Administration of Communications, Electric, Gas and Other Utilities • 221113 Nuclear Electric Power Generation • 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health • 621112 Health Care Practitioners • 923120 Public Health Programs *Standard Industrial Classification (SIC) and North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 73 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 4G LTE Private Network Traffic Management (PNTM) Private IP Only (fixed WAN) Government Subscribers Only Metered Data Pricing only. Not compatible with Unlimited Data Plans. Mission Critical The plans below reflect any applicable discount. No additional discounts apply. Class of service (“CoS”) Customer can allocate bandwidth for applications into the Mission Critical CoS according to the PNTM Service Option selected. Mission Critical CoS Applications Recommended for video, Voice over IP, interactive services, and other mission critical applications. Best Effort CoS Applications Suitable for best effort applications (e.g. email, web browsing) PNTM Service Options: Enhanced (Entry Level) Premium (Mid Level) Public Safety (Highest Level) (Qualifying Public Safety NAICS Only) Monthly Access Fee (per line) Waived - $0.00 Waived - $0.00 Waived - $0.00 Mission Critical CoS Speeds Mapped Up to 0.5 Mbps Mapped Up to 2 Mbps Mapped Up to 2 Mbps Best Effort CoS Applications Speeds Remaining available 4G LTE bandwidth Remaining available 4G LTE bandwidth Remaining available 4G LTE bandwidth RF Priority on access network N/A N/A During heavy network usage periods Qualifying Public Safety NAICS: Public Safety Subscribers classified with the following NAICS codes*, performing First Responder responsibilities only. The Public Safety PNTM service option is not an on demand service. The Public Safety PNTM must be provisioned on the account prior to use in the event of an emergency situation. 621910 Ambulance Services 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order, and Safety Activities 928110 National Security 926120 Regulation and Administration of Transportation Programs 926150 Regulation, Licensing, and Inspection of Misc. Commercial Sectors 926130 Regulation and Administration of Comms, Electric, Gas, and Other Utilities 921150 American Indian/Alaska Native Tribal Governments 921190 Other General Government Support 921110 Executive Offices Notes. 4G LTE Private Network subscribers with unlimited data plans are ineligible for Private Network Traffic Management. This service is only available while on Verizon Wireless’ 4G network and is not available while roaming. VZ Private IP (MPLS) connectivity required. PNTM relies on customer’s applications (VoIP, video, etc.) to appropriately mark IP sessions in order to prioritize their application over the 4G LTE Private Network using Internet Protocol Differentiated Services Code Point (IP DSCP). PNTM 4G LTE device must be certified for use on the Verizon Wireless network (e.g. Open Development/Open Access certified, validated for Private Network and Private Network Traffic Management.) * North American Industrial Classification System (NAICS) codes identify an entity’s primary business activity. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 74 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. DNS Safeguard Plus Feature for Public Safety National Security, Public Safety, and First Responders Government Liable Subscribers Only Mission Critical These features are not eligible for access discounts. DNS Safeguard Plus Feature for Public Safety is a network feature that will provide enhanced Domain Name Service (DNS) security for Responder Private Core customers to proactively detect and prevent cyberattacks. Code Description Device Provisioning Monthly Access Fee 87898 DNS Safe Guard Plus RPC PS Android and other OS devices only (Non-Apple).Provisions PSINTERNET and DNS Security Plus $0.00 87901 DNS Safe Guard Plus RPC PS APPLE Apple Devices only (Smartphones and tablets). Provisions PSINTERNET and DNS Security Plus. $0.00 Note: These features are stacked with Responder Private Core Internet Access Core as a mandatory feature. The DNS Safeguard Plus features are not compatible with Wireless Private Network, Private Network Traffic Management, or One Talk. These features are open to all plans and devices as allowed with Responder Private Core Internet Access Core. These features are available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes: National Security/ First Responders / Public Safety • 485111 Mixed Mode Transit Systems (Rail & Buses) • 485112 Commuter Rail Systems • 621910 Ambulance Services • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order, and Safety Activities • 923120 Administration of Public Health Programs • 928110 National Security • 926120 Regulation and Administration of Transportation Programs • 926150 Regulation, Licensing, and Inspection of Commercial Sectors • 926130 Regulation and Administration of Comms, Electric, Gas, Utilities • 921150 American Indian and Alaska Native Tribal Governments • 921190 Other General Government Support • 921110 Executive Offices July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 75 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. DNS Safeguard Plus Feature for Public Sector National Security, Public Safety, and First Responders Government Liable Subscribers Only Mission Critical DNS Safeguard Plus Feature for Public Sector is a network feature that will provide enhanced Domain Name Service (DNS) security for Responder Private Core customers to proactively detect and prevent cyberattacks. Code Description Device Provisioning Monthly Access Fee 87896 DNS Safe Guard Plus RPC PS Android and other OS devices only (Non-Apple).Provisions PSINTERNET and DNS Security Plus $1.25 87900 DNS Safe Guard Plus RPC PS APPLE Apple Devices only (Smartphones and tablets). Provisions PSINTERNET and DNS Security Plus. $1.25 Note: These features are stacked with Responder Private Core Internet Access Core as a mandatory feature. The DNS Safeguard Plus features are not compatible with Wireless Private Network, Private Network Traffic Management, or One Talk. These features are open to all plans and devices as allowed with Responder Private Core Internet Access Core. These features are available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes: Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 491110 Postal Service Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction; 236220 Construction Management Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 76 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. DNS Safeguard Advance Feature for Public Safety and Public Sector National Security, Public Safety, and First Responders Government Liable Subscribers Only Mission Critical DNS Safeguard Advance Feature for Public Sector is a network feature that will provide enhanced Domain Name Service (DNS) security for Responder Private Core customers to proactively detect and prevent cyberattacks. Code Description Device Provisioning Monthly Access Fee 87897 DNS Safe Guard Adv RPC Android and Other OS Devices only (Non-Apple) Smartphones, Tablets, Routers, Modems, etc. Provisions PSINTERNET and DNS Security Advanced. $2.00 87899 DNS Safe Guard Adv RPC APPL Apple Devices only (Smartphones and tablets). Provisions PSINTERNET and DNS Security Advanced. $2.00 Note: These features are stacked with Responder Private Core Internet Access Core as a mandatory feature. The DNS Safeguard Advance features are not compatible with Wireless Private Network, Private Network Traffic Management, or One Talk. These features are open to all plans and devices as allowed with Responder Private Core Internet Access Core. These features are available to National Security, Public Safety, and First Responder customers only as defined by the following NAICS (formerly SIC) Codes: National Security/ First Responders / Public Safety 621910 Ambulance Service 922110 Courts 922120 Police Protection 922130 Legal Counsel and Prosecution 922140 Correctional Institutions 922150 Parole Offices and Probation Offices 922160 Fire Protection (except private) 922190 Other Justice, Public Order and Safety Activities 928110 National Security 921190 Other General Government Support 921110 Executive Offices 921150 American Indian/Alaska Native Tribal Governments Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 926120 Transportation Administration 491110 Postal Service Public Transportation 926120 Regulation and Administration of Transportation Programs 485111 Mixed Mode Transit Systems (Rail & Buses) 485112 Commuter Rail Systems Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction 236220 Construction Management 926150 Regulation, Licensing and Inspection of Miscellaneous Commercial Sectors Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 926130 Regulation and Administration of Communications, Electric, Gas and Other Utilities 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs Push To Talk Responder July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 77 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Public Sector Customers (extended NAICS Codes) Mission Critical Product Description Monthly Access Notes Push to Talk Responder Service Voice Only 1 $15.00 per month Calls will not be rated Optional Feature Must be added with above if selected Push to Talk Responder with Interoperability 2 $10.00 per month Calls will not be rated Software Push to Talk Responder license are not eligible for any further discounts. Dispatch SW License VZMCPTTDISPCLSW $3,000 per chair One time charge Note: Coverage includes the Verizon Wireless 4G network only. Usage outside of the United States Is not supported. Lines activating on these plans must be on 4G HD voice-capable smartphones. ^ As a condition for accessing and using Push to Talk Responder, the Purchasing Entity must have authorized access from Verizon to use Responder Private Core Internet Access. Push to Talk Responder users have the capability to make PTT calls, video calls, send and receive message and send/receive data files via the Push to Talk Responder application. Push to Talk Responder services will be charged based on the type of services the user is using as follows: 1. Push to Talk Responder service w/o video can be added to any Smartphone plan as a stand-alone feature. 2. Push to Talk Responder Interoperability calls cannot be stand-alone features with any Smartphone plan. They must be added with the Push to Talk Responder service w/o video. **These features cannot be used with any other Push to Talk Plus plans or features** Customers must be on the below qualifying NAICS Codes: Water • 924110 Water Infrastructure • 221320 Sewage Treatment Facilities • 221310 Water Supply and Irrigation Systems Transportation • 482111 Railway Transportation • 481111 Passenger Air Transportation • 481112 Freight Air Transportation • 483111 Shipping Transportation • 926120 Transportation Administration • 491110 Postal Service • 926120 Public Transportation Information Technology • 541512 Computer Integration • 541519 Computer Disaster Recovery Healthcare and Public Health • 621112 Health Care Practitioners Chemical • 561612 Protective Services • 541330, 541690 Chemical Engineering and Consulting • 239210 Pharmaceutical Communications • 517110 Telecommunications, Wired • 517212 Cellular and other Wireless Telecommunications • 238210, 334290 and 561620 Alarm Systems Critical Manufacturing • 237310 Highway, Street and Bridge Construction • 811310 Industry Equipment Repair • 236210 Industrial Building Construction • 211113 Extraction; 236220 Construction Management Energy • 333611 Wind Turbine • 221111 Hydroelectric Power Generation • 221122 Electric Power Distribution • 221118 Other Electric Power Generation • 221210 Natural Gas Distribution July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 78 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. • 221113 Nuclear Electric Power Generation • 562211 Hazardous Waste Treatment and Disposal Group First Response provides the next tier, in terms of Push To Talk features. Specifically it allows, fast setup time, ability to handle very large groups, and a strong security and priority handling. Group First Response is based on international 3GPP standards (Mission Critical Push To Talk (MCPTT)) that ensures that the user gets “LMR like” features Group First Response for National Security, Public Safety, and First Responders Government Subscribers Only Features are NOT eligible for monthly access discounts. Description Feature Code Monthly Access Fee ^Group First Response1 87781 $23.75 Push to Talk Plus Video1, 2 87787 $20.00 Note: Group First Response features work with 5G Nationwide@ network and 4G network plans. For avoidance of doubt, Verizon’s 5G Nationwide@ network is a separate network from Verizon’s 5G Ultra-Wideband network. 1Group First Response is a Push to Talk Plus bolt-on feature. All lines must have a Push to Talk Plus feature to be eligible to purchase Group First Response. 2Customers must have the Group First Response feature enabled to be eligible for the Push To Talk Plus Video bolt-on feature. ^As a condition for accessing and using Group First Response, the Purchasing Entity must have authorized access from Verizon to use Responder Private Core Internet Access. Group First Response compatible device required. Group First Response is only supported on certain devices, as it requires the device to support specific hardware capabilities. ****Disclaimer: These direct services (plus any development or modification of software related to the services) may be performed outside of the borders of the United States, and restricted and sensitive data or other secure or sensitive data or personal customer data, may be collected, developed, analyzed, or otherwise used or obtained by persons or entities working outside the boundaries of the United States. These services cannot be subject to any requirements to limit the performance of the services or storage of data within the United States and should not be ordered if these are requirements in your jurisdiction. These features are available to National Security, Public Safety, and First Responder customers only as defined by the below NAICS (formerly SIC) codes. National Security/ First Responders / Public Safety • 485111 Mixed Mode Transit Systems (Rail & Buses) • 485112 Commuter Rail Systems • 621910 Ambulance Services • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order, and Safety Activities • 923120 Administration of Public Health Programs • 928110 National Security • 926120 Regulation and Administration of Transportation Programs • 926150 Regulation, Licensing, and Inspection of Commercial Sectors • 926130 Regulation and Administration of Comms, Electric, Gas, Utilities • 921150 American Indian and Alaska Native Tribal Governments • 921190 Other General Government Support • 921110 Executive Offices Group First Response for Non Public Safety Customers Features are NOT eligible for monthly access discounts. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 79 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Description Feature Code Monthly Access Fee ^Group First Response1 89355 $30.00 Push to Talk Plus Video1, 2 87787 $20.00 Note: Group First Response features work with 5G Nationwide@ network and 4G network plans. For avoidance of doubt, Verizon’s 5G Nationwide@ network is a separate network from Verizon’s 5G Ultra-Wideband network. 1Group First Response is a Push to Talk Plus bolt-on feature. All lines must have an active Push to Talk Plus feature to be eligible to purchase Group First Response. 2Customers must have the Group First Response feature enabled to be eligible for the Push To Talk Plush Video bolt-on feature. ^Group First Response requires each line to have Responder Private Core Internet Access (RPC IAC) on their lines to enable the feature. Group First Response compatible device required. Group First Response is only supported on certain devices, as it requires the device to support specific hardware capabilities. ****Disclaimer: These direct services (plus any development or modification of software related to the services) may be performed outside of the borders of the United States, and restricted and sensitive data or other secure or sensitive data or personal customer data, may be collected, developed, analyzed, or otherwise used or obtained by persons or entities working outside the boundaries of the United States. These services cannot be subject to any requirements to limit the performance of the services or storage of data within the United States and should not be ordered if these are requirements in your jurisdiction. These features are available to the below NAICS codes. Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 491110 Postal Service Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction; 236220 Construction Management Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs Group First Response Dispatch and Video Bundles Government Subscribers Only July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 80 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. License bundles are NOT eligible for a monthly access discount Description License Bundles Frequency Price Dispatch Group Command With Video DIS_PTT_GROUP_CMD_VIDEO Monthly $300.00 Dispatch Group Advance with LMR and Video DIS_PTT_GROUP_ADV_LMR_VIDEO Monthly $281.00 Dispatch Group Command with LMR and Video DIS_PTT_GROUP_CMD_LMR_VIDEO Monthly $306.00 Dispatch PTT+ with LMR and Video DIS_PTT_LMR_VIDEO Monthly $236.00 Dispatch Group Advance with Video DIS_PTT_GROUP_ADV_VIDEO Monthly $275.00 Dispatch PTT+ with Video DIS_PTT_VIDEO Monthly $230.00 PTT Cross Carrier Group Advance LMR Video PTT_CC_GROUP_ADV_LMR_VIDEO Monthly $35 PTT Cross Carrier Group Advance Video PTT_CC_GROUP_ADV_VIDEO Monthly $29 PTT Cross Carrier Group Command LMR Video PTT_CC_GROUP_CMD_LMR_VIDEO Monthly $41 PTT Cross Carrier Group Command Video PTT_CC_GROUP_CMD_VIDEO Monthly $35 PTT Cross Carrier LMR Video PTT_CROSS_CARRIER_LMR_VIDEO Monthly $31 PTT Cross Carrier Video PTT_CROSS_CARRIER_VIDEO Monthly $25 PTT Tablet Group Advance LMR Video PTT_TABLET_GROUP_ADV_LMR_VIDEO Monthly $35 PTT Tablet Group Advance Video PTT_TABLET_GROUP_ADV_VIDEO Monthly $29 PTT Tablet Group Command LMR Video PTT_TABLET_GROUP_CMD_LMR_VIDEO Monthly $41 PTT Tablet Group Command Video PTT_TABLET_GROUP_CMD_VIDEO Monthly $35 PTT Tablet LMR Video PTT_TABLET_LMR_VIDEO Monthly $31 PTT Tablet Video PTT_TABLET_VIDEO Monthly $25 Note: All Licenses must have a Group First Response compatible device with an active Push to Talk Plus and MCPTT feature to be eligible to purchase Group First Response Dispatch and Video Bundles. Description License Bundles Frequency Price PTT Dispatch Group First Response DISP_PTT_GFR Monthly $300 PTT Dispatch LMR Group First Response DISP_PTT_LMR_GFR Monthly $306 PTT Dispatch Video LMR Group First Response DISP_PTT_LMR_VIDEO_GFR Monthly $506 PTT Dispatch Video Group First Response DISP_PTT_VIDEO_GFR Monthly $500 Note: All Licenses must have a Group First Response compatible device with an active MCPTT feature to be eligible to purchase Group First Response Dispatch and Video Bundles. Verizon Wireless Network Performance Service Addendum 1. Service Description. Verizon Wireless will provide Customer with Wireless Network Performance, which is a self-service tool that provides certain network transparency, including, but not limited to, device, account experience and additional features as described herein (the “Service”). The purpose of this tool is to assist customers make faster decisions with more information about the Verizon network. Key functionalities include near-real time LTE, device and account experience, and site proximity information. 2. Service Features. The Service includes basic and premium features. Premium can be added for an additional fee. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 81 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 1. Basic features. Basic features include the following: 1. Ticket Tracking. Shows the number of network tickets in open status and the number of tickets opened in the last 30 days. 2. Unplanned Events. Near real-time network events displayed on a map, hover over to get more details. 3. Planned Maintenance. Details of planned maintenances in the next 2 weeks (data updates every 30 minutes). Table shows planned maintenance detail for the specific customer. 4. Data Usage. Shows the enterprise level data usage for the time period of the 15th to the 14th of each month. 5. Device Models. Bar chart for the top 10 devices used by the enterprise customer. 6. Static Coverage Map. Verizon static coverage maps for 1X, EVDO, LTE, 5G (where available) AWS, CatM, 1X roaming and EVDO roaming. 2. Premium features. Premium features include all of the basic features in addition to the following: 1. Experience. Single device’s overall performance, score trend and anomaly devices. Users can access decision tree to see components making up the score. 2. Site Proximity. Shows the azimuth and approximate distance for the nearest servicing nodes 3. Near-Real Time LTE coverage. Provides map of LTE network coverage, updated about every 15 minutes. 4. Device Location. Shows the general location (within 1000 meters) of connected 3G and 4G devices 5. Connected Devices. Number of devices connected to the network in the last one hour. 6. Weather Overlays. Provides weather overlays, including radar from last 2 hours. 7. Custom map Analytics. Check network and device analytics in a selected custom service area (Network Event Analytics and Impacted devices). 8. Service Notifications. Virtualized self-portal for setting up custom alert on different features. 9. Service Diagnostics Tool. Device level troubleshooting reports. 3. Service Limitations. The coverage maps depicted are not a guarantee of coverage and may contain areas with no service. These maps reflect a general depiction of predicted and approximate wireless coverage of the Verizon Wireless Network and the networks of other carriers. Even within a coverage area, there are many factors, including a customer's equipment, terrain, proximity to buildings, foliage, and weather that may impact service. An all-digital device will not operate or be able to make 911 calls when digital service is not available. Some of the coverage area includes networks run by other carriers whose coverage depiction is based on their information and public sources, and we cannot ensure its accuracy. Although some alerts displayed on this service may generally impact your coverage area, your wireless service may not be affected. Some alerts reflect scheduled maintenance and have no impact on services. Your authorized contact will receive notifications regarding potential outage impacts. 4. Customer Obligations. 1. Customer should use the user’s guide before contacting Verizon Wireless for support. The user’s guide contains many helpful tools and can be accessed by clicking on the question mark icon in the upper right corner of the tool.Customer must provide its users access to the Wireless Network Performance tool through My Business. Customer acknowledges and agrees that the provision of such access to individual users will allow such users to have access to the Device Location feature, if Customer selects the Premium option. Customer shall be solely responsible for any use by its users of that Device Location functionality, including, but not limited to, providing any training that may be required regarding the appropriate business use of such functionality and ensuring compliance with the terms of section 6 below. 5. Fees. Customer can select between the basic and premium packages (the “Fees”). The Fees are set forth in Exhibit A for the features described in Section 2 above. Customer can choose between monthly or annual billing and can choose the auto renewal option. Customer may change its subscription to the Service within the MyBusiness portal as described in this Section 5. If Customer chooses the monthly billing option, Customer can upgrade to the annual billing and such upgrade will July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 82 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. be effective at the beginning of the next monthly billing cycle. Customer acknowledges that in the event of such an upgrade, Customer’s monthly charge for the current month will not be prorated. If Customer is on the monthly billing plan, the monthly fee will be determined on the billing cycle date based on the number of active Devices that are on the same profile/Company ID and billing cycle. Any Active devices that are added or removed from Customer’s account during a billing cycle will incur the monthly charge associated with such active devices, which will be reflected on the invoice for the following monthly billing cycle. If Customer selects annual billing, Customer will incur a one-time charge that will be included in Customer’s next monthly invoice. If Customer requests a change from annual to monthly billing, Customer may only make such a selection at the end of the annual term and prior to such term auto renewing, if Customer selected the auto-renew option. For such a change from annual to monthly billing to be effective, Customer must cancel annual billing at the end of the annual billing term and place a new order for monthly billing. For any Customer requested downgrade from the Premium to Basic package, Customer must cancel the Premium package and place a new order for the Basic package. For any Customer requested upgrade from Basic to the Premium package, the monthly fee will be prorated. 6. Privacy; Notice and Consent. “Mobile Device” (means any mobile device, including, but not limited to, smartphones, tablets, smartwatches or other wearables, laptops and netbook computers) that Customer provides to its End Users with Verizon Wireless MTNs. “End User” means any person (e.g., employee, contractor) to whom Customer has provided a Mobile Device and whose Location Information can be viewed by Customer using the Wireless Network Performance Service. “Location Information” means data that can be used to describe, determine or identify the location of the Mobile Device. Location Information may be presented in many forms such as latitude/longitude data, cell site/sector data, WiFi SSID, device signal strength or other format regardless of accuracy, type or source. Customer will be able to access information about all Mobile Devices associated with Customer’s Verizon Wireless account. 1. Customer will obtain affirmative, opt-in consent from End Users as appropriate to access, use, copy, store, collect or disclose Location Information. Customer will not access, use, copy, store or disclose any Location Information until the consent outlined below has been obtained. Customer shall ensure that each End User is provided with clear, conspicuous and comprehensive notice about how Location Information will be accessed, used, copied, stored, collected or disclosed by Customer and/or third parties (as applicable) in Customer’s privacy policy and ensure that such notice is presented to End Users for acceptance prior to use of the Service and readily available and easily accessible by End Users. Depending upon the type of service and the means by which the notices can be presented to the End User, the notices shall be displayed on a device, a website or a formal written paper contract or other mechanism as appropriate. 2. Revocation of Consent. As appropriate, Customer will ensure that each End User may deny, revoke or withdraw consent, through readily available means and/or mechanisms at any time. If consent is denied, revoked or withdrawn, Customer may not access or collect End User's Location Information or perform any other actions for which the End User’s consent has been denied, revoked or withdrawn. 3. Use and Storage of Location Information. Customer may only use Location Information for the sole purpose of using the Service and as provided in the notice to the End User and shall only access, use, disclose and maintain Location Information as long as notice, consent and all other legal and End User requirements have been satisfied and July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 83 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. maintained. Location Information shall not be accessed, used, copied, stored or disclosed for any other purpose without the explicit prior consent of the End User. Verizon does not provide Customer with access to any stored Location Information. 4. Privacy and Safeguard Considerations. Customer must implement security measures and safeguards that protect End User privacy and safety. It may be necessary to encrypt Location Information, provide periodic notices to End Users, send reminder messages to End Users, utilize audible, visual or other types of notifications and/or implement report abuse processes as appropriate in order to mitigate the risk of End Users being located without their knowledge and consent. 5. Record Retention. Customer must maintain records of any notice, consent and revocation for as long as the Wireless Network Performance Services are in use, plus an additional five (5) years. VZW can request this information at any time and it shall be provided to VZW within seven (7) business days of request. 7. Customer Representations and Warranties. Customer understands and agrees that Customer and any Customer agents and representatives may be subject to additional unanticipated obligations and legal requirements as a result of developing, distributing, operating or permitting distribution and/or use of the Service. In addition and supplemental to Customer’s compliance with laws and obligations under the Agreement, the Service must, at all times, comply with all applicable federal, state and local government laws, criminal, civil and statutory laws, rules and regulations, industry practices, third party guidelines, policies and requirements, including but not limited to (a) all applicable consumer protection, marketing, data security, export and privacy laws, (b) Federal Trade Commission Privacy Initiatives, and (c) the CTIA Best Practices and Guidelines for Location-Based Services. The licenses are not eligible for further monthly access discounts. Description SKU Name Perpetual Plan ID Monthly Plan ID Tiers Monthly Cost Annual Cost WNP-BASIC-GOV WNP-BASIC-GOV 709053 709052 1-499 $ 7.70 $ 88.55 500 – 999 $ 11.55 $ 123.20 1,000 – 4,999 $ 19.25 $ 207.90 5,000 - 9,999 $ 38.50 $ 415.80 10,000 – 99,999 $ $57.75 $ 616.00 100K -5M $ 77.00 $ 770.00 Premium License WNP-PREMIUM- GOV WNP-PREMIUM- GOV 709103 709102 1-499 $ 77.00 $ 770.00 500 – 999 $ 385.00 $ 4,158.00 1,000 – 4,999 $ 770.00 $ 8,316.00 5,000 - 9,999 $ 1,925.00 $20,790.00 10,000 – 99,999 $ 3,850.00 $41,580.00 100K -5M $ 7,700.00 $80,850.0 0 Note: Verizon’s Wireless Network Performance (WNP) is a central portal that will provide two broadband capabilities that can be leveraged: • Analytics • Mapping Customers will be able to access WNP through My Business after purchase and must be subscribed to the MyBiz portal to use these licenses. Customer’s Tier is determined by the number of active lines in service at the time of purchase. See your account representative for additional information. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 84 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Exhibit A Wireless Network Performance Fees Wireless Network Performance (WNP) is a self-serve portal that allows a customer quick, convenient access to network and device analytics. The tool allows a customer to better manage devices, track usage, be notified of outages and use the best information available to make long-term plans or develop on-the-fly contingency plans. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 85 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Interoperability Mission Critical Interoperability licenses are not eligible for any further discounts. Software Sku’s Sku Sku Description Pricing Frequency Price U960-985-005-GOV Public Safety IWS Edge Clients1 Monthly $139.95 U960-991-001-GOV Public Safety Multimedia PTT Clients2 Monthly $7.95 U960-610-001-GOV Public Safety Radio Gateway Interconnection3 Monthly $39.95 U960-240-001-GOV Public Safety Video Gateway Interconnection4 Monthly $46.95 U960-260-001-GOV Public Safety Telephone Interconnection5 Monthly $19.98 U961-985-001-GOV Public Safety Soft Panic SW6 Monthly $112.50 Hardware Sku’s One time charge Sku Sku Description Pricing Frequency Price U980-100-001 All Network provisioning One time $795.00 U990-800-001 All Staging Testing One time $300.00 U500-614-001 4 PORT HW RADIO GATEWAY One Time $3,000.00 U500-612-001 2 PORT HW RADIO GATEWAY One Time $2,400.00 U500-610-001 1 PORT HW RADIO GATEWAY One Time $1,995.00 M840-475 VIDEO STREAMING DEVICE One Time $2,100.00 M400-351 SMART CABLE FOR VIDEO SCARPING One Time $399.00 Note: Coverage includes the Verizon Wireless 4G network only. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing, which can be found at www.verizonwireless.com/international. Lines activating on these plans must be on 4G HD voice-capable smartphones. Mutualink solution provides the interoperability required when an active incident occurs (robbery, shooting etc.), and there is a need for different public safety agencies, schools, or commercial establishments to work together. Specifically allow all parties to exchange video, files (e.g. floor plans), messages, in addition to instant Push To Talk for voice communication. Interoperability – Mutualink solution improves collaboration (Audio, Video, Data) during emergencies in real-time. Overcome silos by enabling you to share information, between first responders, schools, and private security personnel, when you need it. 1. IWS Edge Client – Has a way of allowing drag and drop of participants and creating an active incident. Sharing audio/video data. 2. Multimedia PTT Client – Group communication to share audio/video data. 3. Radio Gateway Interconnection – Monthly charge for connecting the radio gateway to the hosted solution 4. Video Gateway Interconnection - Monthly charge for connecting the radio gateway to the hosted solution 5. Telephone Interconnection - Monthly charge for connecting the radio gateway to the hosted solution (Wireline) 6. Soft Panic SW – Allows customer to create an incident with predefined participants automatically ** The above Sku’s are mutually exclusive from one another. They cannot be used on the same MDN at the same time** July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 86 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Local Network Command – National Security, Public Safety, and First Responders This feature is NOT eligible for monthly access fee discounts. Mission Critical Monthly Access Fee for First Responders (88112) $0.00 Customers may process an uplift that may auto renew within a 23 hr. period Notes: Local Network Command (LNC) is a tool that provides on-demand local control of pre-selected users’ network quality of service enhancement on a temporary basis. LNC requires each line to have Responder Private Core Internet Access (RPC IAC) on their lines to enable the feature. Below are the eligible NAICS codes: **Uplift will renew up to three (3) times after original uplift request, based on the length of time of the original uplift. Total uplift time (original and renewed) cannot exceed 23 hours. National Security/ First Responders / Public Safety • 485111 Mixed Mode Transit Systems (Rail & Buses) • 485112 Commuter Rail Systems • 621910 Ambulance Services • 922110 Courts • 922120 Police Protection • 922130 Legal Counsel and Prosecution • 922140 Correctional Institutions • 922150 Parole Offices and Probation Offices • 922160 Fire Protection (except private) • 922190 Other Justice, Public Order, and Safety Activities • 923120 Administration of Public Health Programs • 928110 National Security • 926120 Regulation and Administration of Transportation Programs • 926150 Regulation, Licensing, and Inspection of Commercial Sectors • 926130 Regulation and Administration of Comms, Electric, Gas, Utilities • 921150 American Indian and Alaska Native Tribal Governments • 921190 Other General Government Support • 921110 Executive Offices Local Network Command – Government Subscribers This feature is NOT eligible for monthly access fee discounts. Mission Critical Monthly Access Fee for Government Agencies (88111) $1.00 Customers may process an uplift that may auto renew within a 23 hr. period Notes: Local Network Command (LNC) is a tool that provides on-demand local control of pre-selected users’ network quality of service enhancement on a temporary basis. LNC requires each line to have Responder Private Core Internet Access (RPC IAC) on their lines to enable the feature. Below are the eligible NAICS codes: **Uplift will renew up to three (3) times after original uplift request, based on the length of time of the original uplift. Total uplift time (original and renewed) cannot exceed 23 hours. Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 491110 Postal Service Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction; 236220 Construction Management Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 87 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs Local Network Command – Enterprise Customers This feature is NOT eligible for monthly access fee discounts. Mission Critical Monthly Access Fee for Enterprise/B2B Customers (NAICS Qualified) (8776) $2.50 Customers may process an uplift that may auto renew within a 23 hr. period Notes: Local Network Command (LNC) is a tool that provides on-demand local control of pre-selected users’ network quality of service enhancement on a temporary basis. LNC requires each line to have Responder Private Core Internet Access (RPC IAC) on their lines to enable the feature. Below are the eligible NAICS codes: **Uplift will renew up to three (3) times after original uplift request, based on the length of time of the original uplift. Total uplift time (original and renewed) cannot exceed 23 hours. Water 924110 Water Infrastructure 221320 Sewage Treatment Facilities 221310 Water Supply and Irrigation Systems Transportation 482111 Railway Transportation 481111 Passenger Air Transportation 481112 Freight Air Transportation 483111 Shipping Transportation 491110 Postal Service Information Technology 541512 Computer Integration 541519 Computer Disaster Recovery Chemical 561612 Protective Services 541330, 541690 Chemical Engineering and Consulting 239210 Pharmaceutical Communications 517110 Telecommunications, Wired 517212 Cellular and other Wireless Telecommunications 238210, 334290 and 561620 Alarm Systems Critical Manufacturing 237310 Highway, Street and Bridge Construction 811310 Industry Equipment Repair 236210 Industrial Building Construction 211113 Extraction; 236220 Construction Management Energy 333611 Wind Turbine 221111 Hydroelectric Power Generation 221122 Electric Power Distribution 221118 Other Electric Power Generation 221210 Natural Gas Distribution 221113 Nuclear Electric Power Generation 562211 Hazardous Waste Treatment and Disposal Healthcare and Public Health 621112 Health Care Practitioners 923120 Public Health Programs July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 88 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. WIRELESS EQUIPMENT Equipment Pricing (NEW) Description One (1) Basic voice device at no charge on rate plans with a monthly access fee of $14.99 or higher per 24 months/ per line. Make and model at Verizon Wireless sole discretion, subject to availability. SOFL Approved Government Equipment Matrix devices. Verizon Wireless Government 10K 2yr matrix pricing only. All devices shall include an AC charger at no additional cost with the initial purchase. Additional or replacement AC chargers may be purchased Enterprise Network Extender at 25% off retail. 25% discount applies to the non-discounted, full retail price only of qualifying equipment. Notes: Verizon Wireless reserves the right to add or discontinue models. Equipment is subject to availability. Verizon Wireless’ Government Equipment Matrix is updated at a minimum quarterly based upon equipment availability, changes in technology, and market conditions. Not eligible for any other promotional pricing offers. Equipment becomes eligible for upgrade after 24 months in service. Accessory Discount Government Subscribers are eligible to receive a 25% discount from the non-discounted, retail price of qualifying accessories. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 89 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Other Services and Fees Non-recurring Verizon Wireless Fees Insufficient Funds Check Waived Bill Reprint Waived Late Fee Waived Record Change/Upgrade Fee Waived Fulfillment/Shipping Standard: 2-day (orders received before 4PM) Waived Urgent: Priority Overnight (delivery by 10:30 AM) (orders received before 4PM) $14.99 Saturday: (shipping by noon) $19.99 Directory Assistance: 411 SearchSM Our wireless 411 SearchSM is an enhanced directory assistance service with automatic connection. 411 Search offers phone numbers, addresses and information providing quick, safe and convenient service with up to three listings and one call connection per call or text. Voice call $1.99 (subject to change) per call plus applicable airtime, toll, wireless long distance and landline charges Message Sent via text With messaging bundle: $1.99 plus airtime for the call, and the message will be subtracted from the monthly allowance Per text message: $1.99 plus airtime for the call and $0.20 for the text message Block all calls except local calls (as defined by call plan): This is not permissible, but Flexible Business Plans are toll free nationwide. No blocking available to Canada or for premium calls such as 411. Toll charges may apply. Block spam and robocalls: Verizon Call Filter helps you avoid unwanted callers with spam protection, and allows you to set up a spam filter by level of risk, preventing unsolicited calls by sending them directly to voicemail. The basics (spam detection, blocking and reporting) are available at no charge. Block inbound/outbound text messages: Inbound and outbound text messaging can be blocked, including both at the same time at no charge. Block international calls to and from North America only: International Services Enabled (ISE) is required to permit calls to Mexico. Blocking is available within the North America dialing pattern, which includes the U.S. and Canada. Toll charges may apply. Incoming calls can originate anywhere in the world. Feature Basic Voicemail Basic Visual Voicemail iPhone Visual Voicemail Voicemail to Text for iPhone Premium Visual Voicemail July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 90 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Monthly Access Fee Free Free + Data Free + Data $2.99 + Data $2.99 + Data Storage Capacity (Messages) 20 20 40 40 40 Message Duration 3 minutes 3 Minutes 3 Minutes 3 Minutes 5 Minutes Transcription NA NA NA X X Distribution Lists 15 15 NA NA 20 Distribution Members 10 10 NA NA 50 Call Return NA X X X X Save Voicemails to device NA X NA NA X Caller Dependent Greetings NA NA NA NA 20 Caller Dependent Greeting Members per group NA NA NA NA 50 Reply by Text and E-Mail NA X X X* X Forward by Text and E-Mail NA NA NA NA X Voicemail to Text NA NA NA X X Mobile Application** NA X X X X Reply by FaceTime** NA NA X X NA July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 91 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Legacy Pricing LEGACY: Custom State of Florida Nationwide Push to Talk Plus (PTT) Per Line Calling Plan or Feature The calling plan below reflects the monthly access charge discount. No additional discounts apply. Conventional (Basic) Device Plan Smartphone Device Feature SOFL Plan Number Monthly Access Charge Per Line Tier Domestic Anytime PTT Plus Lines Per Month Domestic Anytime Voice Allowance Minutes Per Month Conventional (Basic) Device Plan Smartphone Device Feature 2B.1 through 2B.18 (PTT+ 94976) $10.00 1 - 8,999 0 Per selected voice calling plan requirements Mobile to Mobile Calling Unlimited Data Sent/Received Per the data package selected or Per the voice calling plan. PTT Plus service requires PTT Plus enabled device and coverage. Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS-10/11-008C for further details. Legacy: Custom State of Florida Nationwide Push to Talk Plus (PTT) Per Line Calling Plan or Feature (INTEROPERABILITY) The calling plan below reflects the monthly access charge discount. No additional discounts apply. Conventional (Basic) Device Plan Smartphone Device Feature SOFL Plan Number Monthly Access Charge Per Line Domestic Anytime PTT Plus Lines Per Month Domestic Anytime Voice Allowance Minutes Per Month 2B.1 through 2B.18 (PTT+ 94976) $10.00 1 - 8,999 As a plan: 0 As a feature: Per the voice calling plan Mobile to Mobile Calling Unlimited Data Sent/Received Per the data package selected or Per the voice calling plan. PTT Plus service requires PTT Plus enabled device and coverage. PTT Plus Interoperability requires an Interoperability Gateway, PTT Plus enabled device, and coverage. Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS- 10/11-008C for further details. LEGACY: Custom State of Florida SMS Per Message Feature The calling features below reflect the monthly access charge discount. No additional discounts apply. SMS (Text Messaging) SOFL Plan Number Monthly Access Charge Domestic Message Allowance Domestic Messages Per Month Per SMS Message Rate (Sent/Received) 3.1 through 3.13 (77847) $0.00 0 1 - 450,999 $0.02 July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 92 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. SMS (Text) Messaging: Text Messaging includes Short Message Service (SMS up to 160 characters) and Enhanced Messaging Service (EMS up to 1120 characters). Enhanced Text Messages sent to most SMS handsets will be delivered as multiple Text messages of up to 160 characters each. Subscribers have the option to have text messages disabled entirely without affecting voicemail or other related services. Text Messaging plans do not include Operator Assisted Messaging or International Messaging, which is available for 25¢ per message sent and 20¢ per message received see attached International services pricing for further details... Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS- 10/11-008C for further details. LEGACY: Custom State of Florida MMS Per Message Feature The calling features below reflect the monthly access charge discount. No additional discounts apply. MMS (Picture and Video Messaging) SOFL Plan Number Monthly Access Charge Domestic Message Allowance Domestic Messages Per Month Per MMS Message Rate (Sent/Received) 3.1 through 3.25 (77848) $0.00 0 1 - 1,608,999 $0.05 Multi-Media Messaging (MMS): Multi-Media Messaging (MMS) includes picture and video messaging and is only available within the National Enhanced Services Rate and Coverage Area. In addition, MMS messages are $0.25 per message, per address. In addition to the MMS per message charges, MMS uses calling plan Anytime Minutes or kilobytes. Subscribers have the option to have text messages disabled entirely without affecting voicemail or other related services. Text Messaging plans do not include Operator Assisted Messaging or International Messaging, which is available for 25¢ per message sent and 20¢ per message received. Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS-10/11-008C for further details. LEGACY: Custom State of Florida SMS Broadcast Per Message Feature The calling features below reflect the monthly access charge discount. No additional discounts apply. SMS Broadcast (Text) Messaging SOFL Plan Number Monthly Access Charge Domestic Message Allowance Domestic Messages Per Month Per SMS Message Rate (Sent/Received) 3B.1 through 3B.25 (77847) $0.00 0 1 – 130,999 $0.02 SMS (Text) Messaging: Text Messaging includes Short Message Service (SMS up to 160 characters) and Enhanced Messaging Service (EMS up to 1120 characters). Enhanced Text Messages sent to most SMS handsets will be delivered as multiple Text messages of up to 160 characters each. Subscribers have the option to have text messages disabled entirely without affecting voicemail or other related services. Pricing is based on the current State of Florida, Department of Management Services’ quarterly commitment selection and is subject to change. Please refer to the Mobile Communication Services (MCS) Contract DMS-10/11-008C for further details. LEGACY: Custom State of Florida Voice Calling Plans The calling plans below reflect the monthly access charge discount. No additional discounts apply. Unlimited Night & Weekend Minutes SOFL Plan Number Domestic Anytime Minutes Conventional and Smartphone Devices Monthly Access Charge Overage Rate Domestic Voice Roaming (Outside Florida) 6.1a (86192) 250 $20.60 $0.041 $0.103 6.4a (86193) 600 $30.90 $0.041 $0.103 Data Sent or Received $1.99 per MB or per Data Package Optional Feature Domestic Push-to-Talk Plus $0.00 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. 3G/4G Smartphones and 3G/4G Multimedia Phones require a data package. 4G service requires 4G equipment and 4G coverage. PTT Plus service requires PTT Plus enabled device and coverage. LEGACY: Custom State of Florida Unlimited Voice Calling Plan The calling plan below reflects the monthly access charge discount. No additional discounts apply. No Domestic Long Distance Charges July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 93 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. SOFL Plan Number Domestic Anytime Allowance Minutes* Conventional and Smartphone Devices Monthly Access Charge Overage Rate Domestic Voice Roaming (Outside Florida) 6.6a(86194) Unlimited $41.20 N/A $0.103 (includes PTT+) Data Sent or Received $1.99 per MB or per Data Package Optional Feature Domestic Push-to-Talk Plus $0.00 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. *Overage Rate applies after allowance. 3G/4G Smartphones and 3G/4G Multimedia Phones require a data package. 4G service requires 4G equipment and 4G coverage. PTT Plus service requires PTT Plus enabled device and coverage. LEGACY: Custom State of Florida Unlimited Nationwide Voice Calling Plan The calling plans below reflect the monthly access charge discount. No additional discounts apply. SOFL Plan Number Domestic Anytime Allowance Minutes* Conventional and Smartphone Devices Monthly Access Charge Overage Rate Voice Roaming (Canada and Mexico) 6.6a (86197) Unlimited $51.50 N/A $0.69 (includes PTT+) Data Sent or Received $1.99 per MB or per Data Package Optional Feature Domestic Push-to-Talk Plus $0.00 Notes: See attached Plan and Feature Details for important information about calling plans, features and options. *Overage Rate applies after allowance. 3G/4G Smartphones and 3G/4G Multimedia Phones require a data package. 4G service requires 4G equipment and 4G coverage. PTT Plus service requires PTT Plus enabled device and coverage. LEGACY: Custom State of Florida All Inclusive Unlimited Nationwide Voice & Messaging Plan The calling plans below reflect the monthly access charge discount. No additional discounts apply. Conventional and Smartphone/BlackBerry Devices SOFL Plan Number Monthly Access Charge Per Line Nationwide Voice Allowance Domestic Tethering Allowance Overate Rate Unlimited Text, Picture, Video Messaging and Data 6.1d(86768-3G) $51.00 Unlimited 5GB $10.30/GB Included Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. 4G service requires 4G equipment and 4G coverage. LEGACY: Custom State of Florida All Inclusive Unlimited Nationwide Voice & Messaging Plan (Hotspot) The calling plans below reflect the monthly access charge discount. No additional discounts apply. Conventional and Smartphone/BlackBerry Devices SOFL Plan Number Monthly Access Charge Per Line Nationwide Voice Allowance 4G Domestic Hotspot/Tethering Overate Rate Unlimited Text, Picture, Video Messaging and Data 6.1d (86769-4G) $51.00 Unlimited 5GB $10.30/GB Included Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. 4G service requires 4G equipment and 4G coverage. LEGACY: Custom State of Florida BlackBerry Data Feature Packages July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 94 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. The calling plans below reflect the monthly access charge discount. No additional discounts apply. Data for BlackBerry devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Text and MMS Messaging 6.10b(77294 and 79789) $15.45 500MB $0.00849per MB Included* 6.11b(77295 and 79790) $20.60 1,000MB Exhibit 6B(79740 and 79791) $23.69 2,000MB Notes: See attached Plan and Feature Details for important information about calling plans, features and options. Overage Rate applies after allowance. 4G service requires 4G equipment and 4G coverage. *Not included with the State of Florida Nationwide Custom Pooled Voice Services Plans LEGACY: Custom State of Florida BlackBerry Unlimited Data Feature Package The calling plan below reflects the monthly access charge discount. No additional discounts apply. Data for BlackBerry devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Overage Rate Unlimited Text and MMS messaging and tethering 6.12b(79407-4G and 79409-3G), (79781-4G and 79780-3G $32.96 Unlimited* N/A Included** Notes: See attached Plan and Feature Details for important information about calling plans, features and options. 4G service requires 4G equipment and 4G coverage. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice **Not available when bundled with the State of Florida Nationwide Custom Pooled Voice Services Plans LEGACY: Custom State of Florida Mobile Broadband Connect Feature The calling feature below reflects the monthly access charge discount. No additional discounts apply. With a Mobile Broadband Connect capable Smartphone/BlackBerry devices only SOFL Plan Number Monthly Access Charge Per Line Domestic Data Allowance Per Minute Rate and Long distance 6.1f (76404-4G, 76405-3G) $10.00 Unlimited* Per the Voice Plan Notes: See attached Plan and Feature Details for important information about plans, features and options. Mobile Broadband Connect is currently available on select voice and data devices, and provides Mobile Broadband service utilizing the device as a modem. A mobile office kit, VZAccess Manager Software, a cable for tethering and/ or a software update may be required. Bluetooth® is not supported with Mobile Broadband Connect. Feature may only be added onto an eligible plan coupled with a Custom State of Florida Smartphone or BlackBerry Data Feature Package (SOFL Plans 6.6b, 6.7b, 6.10b, 6.11b and Exhibit 6B). Per Minute Rate applies to voice calls and other data usage in the United States. For optional features, the underlying calling plan determines the rates for voice airtime, and domestic long distance. *Verizon Wireless will limit the data throughput speeds should 25 GB of data usage be reached in any given billing cycle on any line. Data throughput speeds for additional usage will be limited for the remainder of the then-current bill cycle for the line(s) that exceed the 25 GB high-speed data usage threshold. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB with prior written notice July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 95 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. LEGACY: Custom 4G Unlimited Smartphone Plan for Public Sector State of Florida - Government Subscribers Only This plan is not eligible for additional monthly access fee discounts. Monthly Access Fee $50.00 Data Allowance1 Unlimited Mobile Hotspot2 Unlimited Monthly Anytime Minutes Unlimited Domestic Long Distance Toll Free Included Domestic and International Messaging Allowance3 Unlimited Notes: No domestic roaming or long distance charges. Coverage includes the Verizon Wireless 4G network; and the 3G and 3G Extended networks, while available. Usage outside of the United States will be billed at the international travel feature rate, if applicable, or pay as you go pricing see attached International services pricing for further details.. Only a 4G smartphone can be activated on this plan. 1After 10 GB of data usage on a line during any billing cycle, usage may be prioritized behind other customers in the event of network congestion. To ensure users are able to maximize their high-speed data use for business applications, video applications will stream at up to 480p. 2Mobile Hotspot is available on all capable devices and allows the line to share data allowance with multiple Wi-Fi enabled devices. If 10 GB of Mobile Hotspot data usage is exceeded on any line in any given billing cycle, Verizon Wireless will limit the data throughput speeds for additional usage for the remainder of the then-current billing cycle for the line that exceeds the data usage. 3Unlimited messaging from within the United States to anywhere in the world where messaging services are available. See attached International services pricing for further details. The “Custom 4G Unlimited Smartphone Plan for Public Sector – State of Florida Government” is eligible to use Travel Pass SPO code 383. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 96 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Verizon Wireless Plan and Feature Details Plans and Associated Charges: Billing, shipping and end-user address must be within an area where Verizon Wireless is licensed and provides service. Charges for calls will be based on the cell sites used, which may be outside the calling plan coverage area even when the subscriber is physically within the coverage area. Time of the call is based on the telephone switching office that carries the call, which may be different from the time of day shown on subscriber’s phone. Unused monthly minutes and/or Megabytes are lost. On outgoing calls, charges start when subscriber first presses SEND or the call connects to a network, and on incoming calls, when the call connects to a network (which may be before it rings). A call may end several seconds after subscriber presses END or the call disconnects. Calls made on the Verizon Wireless network, are only billed if they connect (which includes calls answered by machines). Billing for airtime and related charges may sometimes be delayed. Calls to "911" and certain other emergency services are toll-free and airtime-free, Airtime may be charged when dialing toll-free numbers. Anytime Minutes: Anytime Minutes apply when making or receiving calls from a calling plan’s rate and coverage area. . Airtime is rounded up to the next full minute. Allowance minutes/Megabytes are not transferable except as may be available on plans with sharing. In order to gain access to coverage in newly expanding markets, subscribers must periodically dial *228 to update roaming information from voice or Smartphone devices; from the VZAccess Manager, go into “Options” and click “Activation,” while in the National Enhanced Services Rate and Coverage Area every three months. This may alter the rate and coverage area. Automatic roaming may not be available in all areas and rates may vary. Roaming charges may be delayed to a later bill. Long Distance: Unlimited domestic long distance is included when calling from the calling plan’s home rate and coverage area, unless otherwise specified in the calling plan. Unlimited Messaging: Unlimited Messaging is included with select plans and is available in the National Enhanced Services rate and coverage area in the United States. Messaging applies when sending and receiving (i) text, picture and video messages to and from Verizon Wireless and Non-Verizon Wireless customers in the United States, (ii) Text, picture, and video messages sent via email, (iii) Instant messages, and (iv) Text messages with customers of wireless carriers in Canada, Mexico, Puerto Rico, and the U.S. Virgin Islands. Messaging is subject to Text, Picture, and Video Messaging Terms and conditions. Premium messages are not included. Mobile to Mobile Calling: Mobile to Mobile Calling minutes apply when making calls directly to or receiving calls directly from another Verizon Wireless subscriber while in the Nationwide Rate and Coverage area. Mobile to Mobile calls must originate and terminate while both Verizon Wireless subscribers are within the Mobile to Mobile Calling area. Mobile to Mobile Calling is not available (i) with fixed wireless devices with usage substantially from a single cell site, (ii) for data usage including Push to Talk Plus calls, Picture or Video Messaging (iii) if Call Forwarding or No Answer/Busy Transfer features are activated, (iv) for calls to Verizon Wireless customers using any of the International services, (v) for calls to check Voice Mail, (vi) in those areas of Louisiana and Mississippi where the users roaming indicator flashes, (vii) in Canada and Mexico and (viii) to users whose current wireless exchange restricts the delivery of Caller ID And (viiii) for incoming calls if Caller ID is not present or Caller ID Block is initiated. Mobile to Mobile Calling minutes will be applied before Anytime Minutes. Night and Weekend Minutes: Apply to calls made in a calling plan’s rate and coverage area only during the following hours: 12:00 am Saturday through 11:59 pm Sunday and 9:01 pm to 5:59 am Monday through Friday. If both Night and Weekend and Mobile to Mobile Calling minute allowances apply to a given call, Mobile to Mobile Calling minutes will apply before Night and Weekend minutes. However, if either allowance is unlimited, the unlimited allowance will always apply first. Push to Talk Plus: Push to Talk Plus capable Equipment required. Push to Talk Plus capable Equipment can only be used with a Push to Talk Plus calling plan. Subscribers switching from a Push to Talk Plus Calling Plan to another calling plan may not be able to use certain Push to Talk Plus capable Equipment with the new plan. Push to Talk Plus calls may only be made with other Verizon Wireless Push to Talk Plus subscribers. Push to Talk Plus Subscribers may initiate or participate on a call, simultaneously, with as many as 250 total participants (total is limited to (50) if interoperating between 3G and 4G participants). Administrators can be designated to manage the Push to Talk contact lists via a single website interface with a single user name/password. Existing Push to Talk Subscriber Equipment may require a software upgrade to use Push to Talk Plus or replacement with a Push to Talk Plus capable device. Push to Talk Plus is only available within the National Enhanced Services Rate and Coverage Area and WiFi access points. There will be a delay from the time a Push to Talk Plus call is initiated until the Push to Talk Plus call is first received by the called party.. If an incoming voice call is received while on a Push to Talk Plus call the voice call may be answered and the Push to Talk Plus placed on hold. If an incoming Push to Talk Plus call is received while on a Push to Talk Plus call the PTT call icon can be selected to connect to the Push to Talk Plus call. If the incoming voice or Push to Talk Plus call is not answered a missed call alert will display. Network registration information will be sent to the Equipment each time it is powered on in the National Enhanced Services Rate and Coverage Area, each time the Subscriber travels into the National Enhanced Services Rate and Coverage Area, and every 12 hours if the Subscriber stays within the National Enhanced Services Rate and Coverage Area. While the updated network registration information is being sent to the July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 97 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Equipment, incoming voice calls will go directly to voice mail. Contact list cannot be modified from certain Equipment. Subscriber cannot prevent others who have the Subscriber’s MTN from entering the MTN into their Push to Talk contact list. Only one person can speak at a time during a Push to Talk Plus call. . In-Call Talker Override (Talker Priority) allows a pre-determined user priority to take the floor to communicate urgent message over participant. Push to Talk Plus services cannot be used for (i) access to the Internet, intranets or other data networks, except as the device’s native applications & capabilities permit, (ii) any applications that tether Equipment to laptops, personal computers or other devices for any purpose. Please refer to the attached One Talk terms of service. International Long Distance: You need International Eligibility to make international calls to most countries, but you can make calls to some North American destinations without it. Additional surcharges may apply when calling certain countries.. International Roaming Some services, such as premium text messaging, directory assistance, entertainment lines and third-party services, may be available, and charges for these services will be billed (along with applicable toll charges) in addition to roaming rates. Message-waiting-indicator service is not available where Text Messaging is not available. When using International Phone, or International Data services, or if you subscribe to a Nationwide Plus Canada or Nationwide Plus Mexico Plan, and you’re roaming near country borders, calls may be carried by a cell site located in a neighboring country and billed at that country’s rates. Verizon Wireless will terminate your service for good cause if less than half of your voice or data usage over three consecutive billing cycles is on the Verizon Wireless National Enhanced Services Rate and Coverage Area. International rates and destinations are subject to change without notice. You must add International Eligibility to your account to roam in many destinations. By using Equipment outside the United States, Subscriber is solely responsible for complying with all applicable foreign laws, rules and regulations (“Foreign Laws”), including Foreign Laws regarding use of wireless phones while driving and use of wireless camera phones. Verizon Wireless is not liable for any damages that result from subscriber’s failure to comply with Foreign Laws. Roaming in GSM countries: GSM International Phone, activated in the United States with compatible Subscriber Identity Module (SIM) card required. Rates terms and conditions apply only when roaming on participating GSM networks in published International Phone countries. Service may be available in additional countries, but airtime rates, availability of calling features, and ability to receive incoming calls (including return calls from emergency services personnel) may be restricted. Service in certain countries may be blocked without prior notice. Where Text messaging is available, Customer will be charged $0.50 for each message sent and $0.05 for each message received. Text messaging rates are subject to change. Text messages may be sent only to MTNs of (i) Verizon Wireless customers, and (ii) customers of foreign wireless carriers that participate in international text messaging. Ask your account manager for the most current list of participating foreign carriers. Data Services Data Services: Verizon Wireless charges you for all data and content sent or received using our network (including any network overhead and/or Internet Protocol overhead associated with content sent or received), as well as resolution of Internet Protocol addresses from domain names. Sending or receiving data using a virtual private network (VPN) involves additional VPN overhead for which you will be charged. Please note that certain applications or widgets periodically send and receive data in the background, without any action by the user, and you will be billed for such data use. Applications may automatically re-initiate data sessions without you pressing or clicking the SEND or connect button. Data sessions automatically terminate after 24 hours. A data session is inactive when no data is being transferred. Data sessions may seem inactive while data is actively being transferred, or may seem active when the data is actually cached and data is not being transferred. If you have a Data Only plan and use voice service, domestic voice calls will be billed at $0.25/minute. Verizon Wireless is implementing optimization and transcoding technologies in our network to transmit data files in a more efficient manner to allow available network capacity to benefit the greatest number of users. These techniques include caching less data, using less capacity, and sizing the video more appropriately for the device. The optimization process is agnostic to the content itself and to the website that provides it. While Verizon Wireless invests much effort to avoid changing text, image, and video files in the compression process, and while any change to the file is likely to be indiscernible, the optimization process may minimally impact the appearance of the file as displayed on your device. For a further, more detailed explanation of these techniques, please refer to the Network Performance attachment. . Verizon Wireless strives to provide customers with the best experience when using our network, a shared resource among tens of millions of customers. To further this objective, Verizon Wireless has implemented Network Optimization Practices designed to ensure that the overwhelming majority of data customers aren’t negatively impacted by the inordinate data consumption of a few users. If you use an extraordinary amount of data and fall within the top 5% of Verizon Wireless data users, Verizon Wireless may reduce your data throughput speeds when connected to a congested cell site. The reduction can last for the remainder of the current bill cycle and the immediately following bill cycle to ensure high quality network performance for other users at locations and times of peak demand. For a further more detailed explanation of these techniques please refer to the Network Performance attachment.. Data transfer amounts will vary based on application. If you download an audio or video file, the file may be downloaded in sections or in July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 98 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. its entirety; data charges will apply to the portion downloaded, regardless of whether you listen to or watch all of it. You may access and monitor your own data usage during a particular billing period, including during the Return Period, by accessing My Verizon online or by contacting Customer Service. Data Services: Permitted Uses: You can use Verizon Wireless Data Services for accessing the Internet and for such uses as: (i) Internet browsing; (ii) email; (iii) intranet access (including accessing corporate intranets, email and individual productivity applications made available by your company); (iv) uploading, downloading and streaming of audio, video and games; and (v) Voice over Internet Protocol (VoIP). Data Services: Prohibited Uses. You may not use our Data Services for illegal purposes or purposes that infringe upon others' intellectual property rights, or in a manner that interferes with other users' service, that violates trade and economic sanctions and prohibitions as promulgated by the Departments of Commerce, Treasury or any other U.S. government agency, that interferes with network's ability to fairly allocate capacity among users, or that otherwise degrades service quality for other users. Examples of prohibited usage include: (i) server devices or host computer applications that are broadcast to multiple servers or recipients such that they could enable “bots” or similar routines (as set forth in more detail (ii) below) or otherwise denigrate network capacity or functionality; (ii) “auto-responders, ”cancel-bots,” or similar automated or manual routines that generate amounts of net traffic that could disrupt net user groups or e-mail use by others; (iii) generating “spam” or unsolicited commercial or bulk e-mail (or activities that facilitate the dissemination of such e-mail); (iv) any activity that adversely affects the ability of other users or systems to use either Verizon Wireless’ services or the Internet-based resources of others, including the generation of dissemination of viruses, malware, or “denial of service” attacks; (v) accessing or attempting to access without authority, the information, accounts or devices of others, or to penetrate, or attempt to penetrate Verizon Wireless’ or another entity’s network or systems; or (vi) running software or other devices that maintain continuous active Internet connections when a computer’s connection would otherwise be idle or “any keep alive” functions, unless they adhere to Verizon Wireless” requirements for such usage, which may be changed from time to time. Verizon Wireless further reserves the right to take measures to protect our network and other users from harm, compromised capacity or degradation in performance. These measures may impact your service, and Verizon Wireless reserves the right to deny, modify or terminate service, with or without notice, to anyone Verizon Wireless believes is using Data Services in a manner that adversely impacts the Verizon Wireless network. Verizon Wireless may monitor your compliance, or other subscribers’ compliance, with these terms and conditions, but Verizon Wireless will not monitor the content of the communications except as otherwise expressly permitted or required by law. [See the attached Verizon Full Privacy Policy] Unlimited Data Plans and Features (such as Mobile BroadbandAccess, , and Push to Talk Plus) may ONLY be used with wireless devices for the following purposes: (i) Internet browsing; (ii) email; and (iii) intranet access (including access to corporate intranets, email, and individual productivity applications like customer relationship management, sales force, and field service automation). The Unlimited Data Plans and Features MAY NOT be used for any other purpose. Examples of prohibited uses include, without limitation, the following: (i) continuous uploading, downloading or streaming of audio or video programming or games; (ii) server devices or host computer applications, including, but not limited to, Web camera posts or broadcasts, automatic data feeds, automated machine–to– machine connections or peer–to–peer (P2P) file sharing; or (iii) as a substitute or backup for private lines or dedicated data connections. This means, by way of example only, that checking email, surfing the Internet, downloading legally acquired songs, and/or visiting corporate intranets is permitted, but downloading movies using P2P file sharing services and/or redirecting television signals for viewing on laptops is prohibited. For individual use only and not for resale. We will protect our network from harm, which may impact legitimate data flows. We reserve the right to limit throughput or amount of data transferred exceeding 25 GB in any given billing cycle on any line, in any given billing cycle, for all additional usage for the remainder of the then-current bill cycle for the line that exceeds the data usage, and reserve the right to deny or terminate service, without notice, to anyone we believe is using an Unlimited Data Plan or Feature in any manner prohibited above or whose usage adversely impacts our network or service levels. Anyone using more than 25 GB per line in a given billing cycle is presumed to be using the service in a manner prohibited above, and we reserve the right to immediately terminate the service of any such person without notice. We reserve the right to adjust data throughput limitation thresholds to as low as 5GB in with prior written notice. We also reserve the right to terminate service upon notification to the customer. Unlimited , Mobile BroadbandAccess, and InternationalAccess data sessions may be used for the following purposes: (i) Internet browsing, (ii) e-mail, and (iii) intranet access (including access to corporate intranets, e-mail and individual productivity applications like customer relationship management, sales force and field service automation). Unlimited Mobile BroadbandAccess and Push to Talk Plus services cannot be used (i) for uploading, downloading or streaming of movies, music or games, (ii) with server devices or with host computer applications, other than applications required for Wireless Sync service, including, but not limited to, Web camera posts or broadcasts, automatic data feeds, Voice over IP (VoIP), automated machine-to-machine connections, or peer-to-peer (P2P) file sharing, or (iii) as a substitute or backup for private lines or dedicated data connections. Additionally, Unlimited Mobile BroadbandAccess services cannot be used for, (i) access to the Internet, intranets or other data networks, except as the Equipment’s July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 99 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. native applications and capabilities permit, or (ii) for any applications that tether Equipment to laptops or personal computers other than for use of the Wireless Sync. Unlimited Mobile BroadbandAccess and data sessions automatically terminate after 2 hours of inactivity, unless Subscriber has Mobile IP (MIP) capable Equipment. Data Roaming: International Eligibility is needed to roam in many destinations. See attached International services pricing for further details. International Data Optional Features: International PC Card required for international use. International PC Cards will not work in the United States or Canada and GlobalAccess Subscribers will need a Mobile BroadbandAccess PC card for domestic use. The domestic and International PC Cards cannot be used at the same time. International Data Optional Features subscribers must activate and update their Preferred Roaming lists while in the National Enhanced Services Rate and Coverage Area every three months. Verizon Wireless reserves the right to terminate the service of any subscriber whose total usage is less than half on the Verizon Wireless National Enhanced Services Rate and Coverage Area over three consecutive billing cycles. A data session is inactive when no data is being transferred, and may seem inactive while data is actively being transferred to a device, or seem active when actually cached and not transferring data. Customer must maintain virus protection when accessing the service and is responsible for all data sent and received including “overhead” (data that is in addition to user-transmitted data, including control, operational and routing instructions, error-checking characters as well as retransmissions of user-data messages that are received in error) whether or not such data is actually received. Verizon Wireless will not be liable for problems receiving Service that result from Customer’s device. Megabyte (MB) Data Plans: M2M data usage is rounded to next full kilobyte at end of each billing cycle. Any unused portion of the megabyte allowance is lost. Equipment will not indicate kilobyte usage. Data Roaming:International eligibility is needed to roam in many destinations. Only the Canadian Broadband Rate and Coverage Area supports EV-DO. Please refer to the attached international services pricing for additional details. M2M Data Plan Share Options: Share Options: Sharing is available only among Government Subscribers on applicable M2M Low Usage and High Usage calling plans. Account Share: Customer may activate up to 15 share groups per account. Sharing is available only among M2M Lines on the Mobile Broadband M2M Account Share Plans on the same billing account, in the same usage group (e.g. Low Usage and High Usage plans cannot share with each other). Unused allowance will be distributed to M2M Lines with an overage on an as needed basis to M2M Lines on the same billing account that have exceeded their allowance during the same monthly billing period. At the end of each bill cycle any unused allowances will be applied to the overages of the other M2M Lines on the same account beginning with the line with the lowest overage need until depleted. Customers subscribing to Mobile Broadband M2M Account Share Plans will be billed on separate billing accounts and invoices from Subscribers to the Mobile Broadband M2M Profile Share Plans. Profile Share: Customer may activate one (1) share group per profile (e.g. Low Usage and High Usage plans cannot share with each other); however, customer may have multiple bill accounts on the same profile. Sharing is available only among M2M Lines on the Mobile Broadband M2M Profile Share Plans on the same profile, in the same usage group. Each sharing M2M Lines unused KBs will pass to other sharing M2M Lines that have exceeded their data allowance during the same monthly bill cycle. Unused KBs will be distributed proportionally as a ratio of the KBs needed by each applicable M2M Line to the total KBs needed by all sharing M2M Lines on the same profile. Customers subscribing to Mobile Broadband M2M Profile Share Plans will be billed on separate billing accounts and invoices from Subscribers to the Mobile Broadband M2M Account Share Plans. Note: 1A profile is defined as a Customer’s overarching account of record under which Customer may have multiple billing accounts 1. Networkfleet Terms and Conditions 1. DEFINITIONS. In these Terms and Conditions, the following terms, when capitalized, shall have the meaning set forth below: “Customer Website Pages” means the web pages on the Networkfleet Website designated by Networkfleet for use by Customer. M2M Data Plans and Feature Details July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 100 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. "Devices" means the Networkfleet wireless device(s) identified on an accepted order. "Networkfleet Services" means the services ordered hereunder including, but not limited to: (a) collection of diagnostic and/or location information from a Vehicle; (b) any proprietary data feed or elements thereof or any APIs provided by Networkfleet; (c) analysis, delivery and posting of Vehicle information to the Networkfleet Website; (d) notification to Customer and/or a designated third party by e-mail of certain events or Vehicle information; (e) Customer access and usage of Customer Website Pages; and (f) Device installation services. "Networkfleet Website" means the Networkfleet website currently located at www.networkfleet.com. “Network Fleet” is a wholely owned subsidiary of Verizon Communications, Inc, and an affiliate of Cellco Partnership, d/b/a Verizon Wireless which is the “Contractor” under the Verizon Wireless State of Florida Contract DMS-10/11-008C "Service Partners" means the entities that Verizon Wireless works with, from time to time, to provide the Networkfleet Services, including, but not limited to, installers, website operators, mapping data providers and licensors. "Vehicle" means any vehicle equipment equipped with a Device and owned or under the control of Customer. 2. NETWORKFLEET LICENSE. During the time that Customer is entitled to receive Networkfleet Services hereunder, the Customer shall have a non exclusive, non transferable license to (i) use the Networkfleet Services in the United States and such other countries as may be approved by Verizon Wireless in writing, (ii) access and use the Customer Website Pages, and (iii) use the firmware and software included in the Devices, solely for use in connection with the Networkfleet Services, and as provided in these Terms and Conditions. Redistribution or resale of this information by the Customer is prohibited without prior written consent. 3. INSTALLATION SERVICES. If Verizon Wireless accepts an order for Device installation services, such services may be performed by Service Partners who will install the Device at a mutually agreed location, in accordance with Networkfleet’s Installation Policy, located at in the Networkfleet attachements., as it may be amended from time to time, which is available at the Networkfleet Website. Customer acknowledges and agrees that installation of the Device may involve drilling holes, rewiring and other similar alterations to the Vehicle and that Verizon Wireless is not obligated to restore the Vehicle after removal of the Device. 4. CUSTOMER OBLIGATIONS. Customer shall limit its use of the Devices, Networkfleet Services, Networkfleet Website, and Customer Website Pages to their intended purposes and shall comply, and cause its employees and agents to comply with all applicable laws and regulations and with Networkfleet's Website Acceptable Use Policy, Privacy Policy and all other policies that Networkfleet may establish from time to time, which are, or will be available, on the Networkfleet Website. Customer shall inform its drivers of Vehicles that such Vehicle has been enabled for Networkfleet Services and that the Networkfleet Services include the collection of data points associated with the Vehicle’s location and manner of operation. 5. LIMITED WARRANTY. (a) Verizon Wireless warrants to Customer that a Device purchased hereunder (other than an Asset Tracker device) will be free from defects in material and workmanship that prevent the Device from functioning in accordance with its specifications for a period of three (3) years following the initial activation of a Device. The period may be extended though the same period of time as the Customer has continuously paid for Networkfleet Services for the Device; (b) Verizon Wireless warrants to Customer that an Asset Tracker device which has been purchased new from Networkfleet by Customer, will be free from defects in material and workmanship that prevent it from functioning in accordance with its specifications for a period of three (3) years from initial activation, excluding the battery. (c) Verizon Wireless warrants to Customer that all accessories that are purchased new from Networkfleet by Customer will be free from defects in material and workmanship that prevent them from functioning in accordance with their specifications for a period of one (1) year from the date of shipment, (d) Verizon Wireless warrants to Customer that installation services will be free from defects in workmanship for a period of one (1) year from completion of any such installation services (unless Customer has purchased an extended installation warranty). Verizon Wireless warrants that extended warranty installation services will be free from defects in workmanship for a period of one (1) year following completion of such services. The period may be extended through the same period of time as the Customer has continuously paid for such extended warranty installation service. (e) Warranty claims must be made by notifying Verizon Wireless in writing promptly after Customer learns of the facts supporting a warranty claim, as specified in Networkfleet’s current applicable warranty policy as attached hereto. Verizon Wireless will, at its discretion, either repair or replace any non-complying Device with a Device of equivalent functionality, and if applicable, remedy any defects in installation of the Device. (f) THE REMEDIES IN THIS SECTION ARE THE SOLE OBLIGATIONS AND REMEDY FOR BREACH OF ANY WARRANTY. 6. EXCLUSIONS. The Limited does not cover repair, replacement or correction of any defect, damage or malfunctions caused by: (i) failure to properly install the Devices as described in the Networkfleet installation guides (if installation is not performed by Networkfleet); (ii) accident, negligence, theft, vandalism, operator error, misuse or acts of Nature; (iii) failure of the facilities Customer uses to access the Networkfleet Website or July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 101 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. to conform to Networkfleet specifications; (iv) modifications, attachments, repairs or unauthorized parts replacements performed by Customer or any third party not authorized by Networkfleet; or (v) use by Customer of hardware or software not provided or approved by Networkfleet. Customer will be responsible for the cost of Support Services provided by Networkfleet caused by any of the foregoing. 7. DISCLAIMER OF WARRANTIES. EXCEPT FOR THE LIMITED WARRANTY SET FORTH IN SECTION 5, VERIZON WIRELESS MAKES NO WARRANTY OR GUARANTEE OF ANY KIND WITH RESPECT TO THE DEVICES AND THE NETWORKFLEET SERVICES. TO THE FULLEST EXTENT PERMISSIBLE BY APPLICABLE LAW, VERIZON WIRELESS DISCLAIMS ALL REPRESENTATIONS AND WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO: IMPLIED WARRANTIES OF NONINFRINGEMENT, MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE; AND ANY IMPLIED WARRANTY ARISING FROM COURSE OF PERFORMANCE, COURSE OF DEALING OR USAGE OF TRADE. VERIZON WIRELESS DOES NOT WARRANT THAT THE RECEIPT OF DATA, MAPPING INFORMATION, AND OTHER CONTENT FROM THE DEVICES WILL BE AVAILABLE AT ALL TIMES, AT ALL GEOGRAPHIC LOCATIONS, UNINTERRUPTED OR ERROR-FREE, OR THAT THE TRANSMISSION OF DATA, MAPPING INFORMATION, AND OTHER CONTENT FROM NETWORKFLEET TO CUSTOMER OR TO THE CUSTOMER WEBSITE PAGES WILL ALWAYS BE ACCURATE, TIMELY OR COMPLETE. 8. LIMITATION OF LIABILITY. (a) NEITHER PARTY WILL BE LIABLE FOR CONSEQUENTIAL, SPECIAL, INDIRECT OR INCIDENTAL DAMAGES, INCLUDING LOST PROFITS OR LOST DATA, EVEN IF THAT PARTY IS INFORMED THAT THOSE DAMAGES MAY OCCUR. VERIZON WIRELESS’ CUMULATIVE LIABILITY UNDER ANY LEGAL THEORY SHALL NOT EXCEED THE AMOUNT PAID TO VERIZON WIRELESS. (b) WITHOUT LIMITING THE FOREGOING, VERIZON WIRELESS AND THE SERVICE PARTNERS ARE NOT RESPONSIBLE FOR LIABILITIES OF ANY KIND RESULTING FROM DELAYS IN DELIVERY, INSTALLATION OR PROVIDING NETWORKFLEET SERVICES OR OTHER SERVICES, REGARDLESS OF THE CAUSE OF THE DELAY. CUSTOMER UNDERSTANDS AND AGREES THAT VERIZON WIRELESS SHALL NOT BE LIABLE FOR ANY DAMAGES OF ANY KIND RESULTING FROM AN ALLEGED OR ACTUAL LACK OF SECURITY RELATING TO CUSTOMER'S USE OF THE NETWORKFLEET SERVICES. (c) CUSTOMER UNDERSTANDS AND AGREES THAT: (i) THE DEVICE IS A WIRELESS DEVICE AND THAT WIRELESS COMMUNICATIONS NETWORKS ARE USED TO CONNECT THE DEVICES WITH NETWORKFLEETS DATA CENTER AND BY USING GPS (GLOBAL POSITIONING SYSTEM) TO DETERMINE A VEHICLE’S LOCATION; (ii) THE NETWORKFLEET SERVICES WILL NOT OPERATE UNLESS A VEHICLE IS IN AN AREA THAT HAS ADEQUATE WIRELESS COMMUNICATIONS COVERAGE AND, EVEN IF A VEHICLE IS IN SUCH AREA, THE NETWORKFLEET SERVICE IS SUBJECT TO WIRELESS SERVICE NETWORK AND TRANSMISSION LIMITATIONS AND MAY BE ADVERSELY AFFECTED BY TERRAIN, SIGNAL STRENGTH, WEATHER AND ATMOSPHERIC CONDITIONS, OR OTHER THINGS THAT VERIZON WIRELESS DO NOT CONTROL; AND (iii) INFORMATION ABOUT A VEHICLE’S LOCATION WILL NOT BE AVAILABLE UNLESS THE DEVICE IN THE VEHICLE IS ABLE TO RECEIVE GPS SIGNALS. 9. PROPRIETARY RIGHTS. Customer acknowledges and agrees that the Devices, the Networkfleet Service and the Networkfleet Website may include patent, copyright, trademark, service mark, trade secrets, or other intellectual property rights (collectively “Proprietary Rights”) of Networkfleet, its affiliates or the Service Partners (including, with respect to the Networkfleet Website, materials that may be proprietary to Service Partners and suppliers, and that Networkfleet, its affiliates, including Verizon Wireless and/or the Service Partners retain title to and ownership of those Proprietary Rights and any and all improvements, modifications, fixes or enhancements made by or for Networkfleet, its affiliates and/or the Service Partners to the Devices, the Networkfleet Service or the Networkfleet Website and grant such Customers a limited license for purposes of utilizing the services for the purposed outlined in this agreement. Customer will not copy, modify, reverse-engineer, disassemble or decompile any software or firmware included in any Device or the Networkfleet Website or otherwise provided to Customer by or on behalf of Networkfleet, and will not disclose such software or provide access to the Devices, such software or any Networkfleet Services to any third party for such a purpose. Customer agrees that with respect to the Networkfleet Services, it shall not, nor shall it permit any third party to (a) assign, transfer, lease, rent, sell, distribute or import such Networkfleet Services to any third party; (b) except with the express written consent of Verizon Wireless, combine, embed or incorporate the Networkfleet Services into any other product or service other than any Customer-owned or developed interface for purposes of receiving the data feed delivered from the Networkfleet Devices; (c) reverse engineer, translate, convert, decompile the Networkfleet Services; (d) remove or alter any proprietary notices in the Networkfleet Services;(e) use the Networkfleet Services in connection with the transmission, sale, license, or delivery of any infringing, defamatory, offensive, or illegal products, services, or materials; (f) use the Networkfleet Services in any manner that threatens the integrity, performance, or availability of the Networkfleet Service; or (g) use the Networkfleet Service in any manner that violates local, state or federal laws, regulations or orders. The Networkfleet Website includes aerial, satellite imagery from Digital Globe, one of the Service Partners, as a mapping option. If Customer uses such mapping option, Customer agrees to comply with the terms of use contained in Digital Globe’s End User License Agreement reference Networkfleet MAXAR DigitalGlobe attached hereto. 10. MODIFICATIONS; WEBSITE MAINTENANCE. Networkfleet may alter or modify all or part of the Devices, the Networkfleet Services or the Networkfleet Website from time to time; provided such changes do not materially adversely affect Customer's use of the Networkfleet Services or Networkfleet Website. Subject to the foregoing, such changes may include, without limitation, the addition or withdrawal of features, information, products, services, software or changes in instructions. Networkfleet reserves the right to perform scheduled maintenance for the Networkfleet Services and Networkfleet Website from time to time. This may include application and database maintenance as well as general website maintenance and may or may not involve Networkfleet Website and Networkfleet Services unavailability. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 102 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 11. DATA. Customer represents and warrants that it has all rights and authority with respect to the data Verizon Wireless, Networkfleet, and the Service Partners acquire and transmit through Customer's use of the Devices, the Networkfleet Services and the Networkfleet Website ("Business Data") and grant the rights and approvals set forth in this Agreement and further grants to Verizon Wireless, Networkfleet, its affiliates and the Service Partners the nonexclusive, license and right to collect, access and use Business Data, and to access, copy and use the Business Data in the course of performing the Networkfleet Services and to analyze, measure and optimize the performance of the Devices and the Networkfleet Services and to develop new offerings for Customer and others and for other purposes of Networkfleet and its affiliates, including the development of data products for sale, licensing and distribution to third parties during the term of its contract with the Customer; provided, however, that except as may be required under law or court order, Networkfleet will not disclose or distribute Business Data to a third party in a form that permits identification of Customer. 12. EXPORT CONTROL. Customer understands and agrees that: (i) the software used in connection with the Service is controlled by US export control laws; (ii) further transfer or export of the software may be subject to US export control laws or similar laws of other countries; (iii) Customer will abide by such laws; and (iv) Customer will not re-export or divert the software to a country or activity in contravention of U.S. law. Customer represents and warrant that: (i) Customer is not now located in, does not maintain an office or residence in, is not a citizen of, nor does Customer intend to travel to (without agreeing to follow any specific federal regulatory parameters on such travel), any of the following countries: Cuba, Iran, North Korea, Sudan, Syria, or other locations where the United States or other governments may have restrictions; and (ii) Customer is not, nor does Customer anticipate being, listed on any U.S. Government, United Nations or other country’s prohibited parties list (including, but not limited to the U.S. Department of Commerce Denied Persons List or Entity List and the U.S. Treasury Department's Specially Designated Nationals, Terrorists or Narcotics Traffickers List). 13. OWNERSHIP AND ACCEPTANCE. Title transfer and acceptance of products and services occur upon shipment or provision of service. 14. GENERAL. (a) No amendment, change, modification or waiver to any provision of any accepted order or these Terms and Conditions will be binding unless signed by an authorized representative of each party. (b) The parties' respective rights and obligations under Sections 7. DISCLAIMER OF WARRANTIES, 9. PROPRIETARY RIGHTS, and 11. DATA survive termination of an order. This Call Filter Service Attachment (“Call Filter Attachment”) to the Agreement between Customer and Verizon Wireless sets forth the terms and conditions specific to the Call Filter Service (described below) to be provided by Verizon Wireless to Customer hereunder. If there are any inconsistencies between this Call Filter Attachment and the Agreement, this Call Filter Attachment shall control with respect to the Call Filter Service functionality or operation. Any capitalized but undefined terms used in this Call Filter Attachment shall have the meanings given such terms in the Agreement. 1. Call Filter Service Overview. Verizon Wireless’s Call Filter Service allows Customer to take manage its calls (the “Service”). 2. Call Filter and Call Filter Plus Service Description. Call Filter is available to Customer for no additional monthly charges, and provides spam protection (spam alerts, blocking and reporting). Call Filter Plus provides added protection with caller ID and other premium features for a monthly charge, which are set forth in the Call Filter Plus Service Fees exhibit attached hereto. Call Filter utilizes network-based functionality to provide spam alerts and caller ID information on Customer’s devices, and will not require the Call Filter application for these features. Spam blocking and other enhanced spam protection tools require the Call Filter application and a compatible device. Availability of certain features will vary depending on the device. . Basic phones will receive network-based spam protection. Call Filter requires Verizon Wireless's 4G LTE network; limited features of the Service may be available if Customer is roaming on a VoLTE network outside of Verizon Wireless’s 4G coverage area. 3. Call Filter Limitations. Call Filter is not available for incoming calls from restricted or unlisted numbers. Call Filter does not detect spam calls from international numbers, but Customer may choose to block calls from international numbers. Call Filter utilizes analytics and databases that are continually evolving, including spam reporting by customers. Call Filter may not work with some of our other services like NumberShare or eSIM lines. 4. Spam Protection and the Call Filter Application. Call Filter will alert Customer when Customer receives potential spam calls and allows Customer to turn on the spam filter to automatically block (send directly to voicemail) spam calls based on Customer’s preferred risk level (as determined by Customer in the Call Filter application). If Customer enrolls in Call Filter through the Call Filter application, Verizon will automatically turn on Customer’s spam filter to block all high-risk spam calls, Call Filter Service Attachment to Verizon Wireless Agreement: Government Terms of Service July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 103 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. but Customer can always turn off or adjust the blocking within the Call Filter application. Call Filter Plus, provides additional protection with caller ID for unknown numbers, access to a risk assessment meter for each spam call, reverse spam number lookup, and additional categories of spam alerts including "Robo Caller" or "Potential Fraud." With Call Filter Plus, depending upon Customer’s device, Customer may also be able to view a list of callers that have been identified as spam or blocked, and block and un-block specific numbers. Call Filter's spam detection and block management may inadvertently mislabel or block legitimate callers including those to whom Customer may have given consent to communicate with via Customer mobile number. Customer should check Customer voicemail to determine if the caller is legitimate (if they left a voice message and if Customer have voicemail enabled). Verizon Wireless does not guarantee that all calls that are spam will be detected. Customer’s spam settings such as spam filters and personal block and spam lists will be permanently deleted once Customer changes devices, uninstalls the Call Filter application, unsubscribes or downgrades the Service, or in the case of Android users, disables the Call Filter application or clear application cache or data. 5. Caller ID. Caller ID, available with Call Filter Plus, displays the name, phone number, city and state of a caller's phone number, if these details are available and supported by Customer’s device. Some devices may only display the caller's name as the Call Filter may not be available on all devices. Some devices also allow identification of text messages when using an eligible messaging application. Android users may also see the caller's uploaded photo if available. 6. The caller's identity may not show if they are labelled as Robo Caller, Potential Spam or Potential Fraud on certain operating systems. Customer’s saved contact names will show instead of the caller identification (so if a call would normally show as a Robo Caller with the Service, but is in Customer’s list of contacts, that contact name will show instead). If Customer uploads a photo, Customer’s photo will be seen by other Verizon Wireless customers that use the Service but will not override a Customer's contact photo (uploading is not available for all devices). 7. Data Charges. Subject to the Agreement, data charges may apply for download of the application and use of the Service. Call Filter does not operate on Wi-Fi, so data charges may apply when using the Service even if Customer device is also connected to Wi-Fi. If Customer’s device is eligible for the uploading or receiving of a picture, data charges apply to such uploading and also for receiving pictures. Such data charges will be billed to Customer’s Verizon Wireless account according to Customer’s data plan. The Service will automatically renew every month unless canceled. For Call Filter Plus, Customer will be billed a Monthly Access Fee as specified in the Call Filter Plus Service Fees exhibit. 8. Privacy. Verizon Wireless may use information about Customer’s activity in the Service, subject to our Privacy Policy, please refer to the attached Verizon Full Privacy Policy. . In order to provide the Service to Customer, Verizon Wireless will access the following information: MTN, contacts, call log, and messages (Android devices only). Verizon Wireless does not share information for any other purposes other than to render the Service. While a Customer end user can review or turn off these permissions at any time in the device settings, without access to that information, the Service will not be provided to that device. 9. Licenses and Restrictions. Call Filter is the property of Verizon Wireless or its licensors. Call Filter software and any application installed on Customer devices are licensed and not sold to Customer. Verizon Wireless and its licensors grants to Customer a limited, non-exclusive, revocable, non-transferable, personal, non-commercial license to use the Service for its intended use, in the United States. 10. Restrictions on Use. Customer will not, or permit anyone else to, sell, resell, distribute, sublicense, loan, lease, otherwise transfer, alter, modify, merge, adapt, copy, delete, record, translate, publish, upload, transmit, export, create derivative works of, make any commercial use of, reverse engineer, decompile, attempt to derive the source code, or disassemble the Service of any software that forms part of the Service. Customer may not use the Service or any part of it for any improper use (including infringement of copyright or other intellectual property rights) and must follow all laws. Customer will not alter, disable, or circumvent any features embedded in the software. All rights not expressly granted to Customer herein are reserved. Verizon Wireless may revoke this license at any time without notice. 11. Branding. All trademarks, service marks, trade names, logos, domain names, and any other features of Verizon Wireless's brand are the sole property of Verizon Wireless and Verizon Wireless does not grant any rights to such branding to Customer for any use at all. Customer may not remove or alter any copyright, trademark, or other intellectual property notices of the Service. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 104 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 12. User Content. For certain eligible devices, the Service allows Customer to upload a photo to display. Customer may choose to attach a photo from Customer own photo gallery, a new photo that Customer take, or a photo available for use from an Internet search that Customer conducts. Customer is responsible for any content that Customer uploads to the Service. Verizon Wireless does not monitor or control the content Customer chooses to send via the Service and, Verizon Wireless disclaims all responsibility for such content. Photos that Customer did not take may be subject to copyright protection which limits or prohibits their copying, transmission and/or use. Customer agrees that Customer will not attach copyrighted content in a way that infringes any copyright, and that Customer is wholly responsible for any copyright infringement resulting from Customer’s conduct. If Customer is unsure about whether Customer’s conduct is lawful, Customer should not attach the content. 13. Digital Millennium Copyright Act Notice. If Customer believe that Customer content has been improperly used in the Service in a way that constitutes copyright infringement please contact Verizon at the address below. Pursuant to Title II of the DMCA, all claims alleging copyright infringement for material that is believed to be residing on Verizon's system or network should be promptly sent in the form of written notice to Verizon's Designated Agent. The Designated Agent for DMCA Notice is: Verizon Copyright Department 1320 North Courthouse Road, Floor 9 Arlington, Virginia 22201, U.S.A. Fax 703.351.3669 Email DMCA@verizon.com NOTE: No other notices or communications should be sent to the Designated Agent, who is appointed solely for the purpose of receiving notices of claims alleging copyright infringement under the DMCA. Specific requirements for proper notification of claimed infringement are set forth in the DMCA (see 17 U.S.C. § 512(c)(3)). Valid notification must be a written communication that includes all of the following elements: 1. Signature of copyright owner or person authorized to act on behalf of the owner; 2. Identification of copyrighted work claimed to be infringed; 3. Identification of the material claimed to be infringing or to be the subject of infringing activity and information reasonably sufficient to permit the service provider to locate the material; 4. Information reasonably sufficient to permit the service provider to contact the complaining party (address, phone number and, if available, email address); 5. A statement that the complaining party has a good faith belief that use of the material in the manner complained is not authorized by the copyright owner, its agent, or the law; and 6. A statement that the information in the notification is accurate, and under penalty of perjury, that the complaining party is authorized to act on behalf of the owner of the exclusive right allegedly being infringed. It is the policy of Verizon that upon receipt of a valid DMCA notice Verizon will remove or disable access to allegedly infringing material. There are substantial penalties for false claims (see 17 U.S.C. § 512(f)). 14. Open Source and Third Party Licenses. Customer’s use of the Service is subject to open source licenses that form part of the Service. Certain software or technical information is licensed from third parties, and may be covered by one or more U.S. Patents, pending U.S. patent applications, and pending counterpart European and international patents. The open source licenses that form part of the Service. Please refer to the Call Filter open source licenses attached hereto. : • [This link is broken. Our technical team reached out to the vendor and that vendor is working on the links, but it has not yet been resolved. • • This link is broken. Our technical team reached out to the vendor and that vendor is working on the links, but it has not yet been resolved. 15. Termination. Subject to the dispute resolution provision in the Agreement, Verizon may limit, suspend, terminate or discontinue the Service, or certain features or functions of the Service, at any time without notice, including if Customer breaches this Call Filter Attachment. Customer may terminate Customer’s use of the Service at any time by unsubscribing to the Service. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 105 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 16. DISCLAIMER OF WARRANTIES. THE SERVICE AND ANY INCLUDED APPLICATION IS PROVIDED BY VERIZON OR ITS LICENSORS 'AS IS', WITHOUT WARRANTIES, EXPRESS OR IMPLIED, OR CONDITIONS OF ANY KIND, INCLUDING FOR MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE OR NON-INFRINGEMENT. CUSTOMER USES THE SERVICE AT ITS OWN RISK. VERIZON WIRELESS AND ITS LICENSORS, AND VENDORS MAKE NO WARRANTY, EITHER EXPRESS OR IMPLIED, AS TO THE ACCURACY, AVAILABILITY, COMPLETENESS, USEFULLNESS, SECURITY, RELIABILITY, INTEROPERABILITY, OR THAT THE SERVICE WILL BE UNINTERRUPED, VIRUS FREE, OR COMPATIBLE WITH YOUR DEVICE OR THAT THE SERVICE WILL MEET YOUR EXPECTATIONS AT ALL OR AS TO THE IDENTIFICATION, LABELING, SPAM OR BLOCK MANAGEMENT, OR BLOCKING OF CALLS. VERIZON WIRELESS AND ITS LICENSORS, AND VENDORS DO NOT PROVIDE ANY WARRANTY (EXPRESS OR IMPLIED) OR GUARANTEE THAT ALL SPAM, ROBOCALLER AND FRAUDLENT CALLERS WILL BE IDENTIFIED, LABELED CORRECTLY OR BLOCKED. THE SERVICE COULD CAUSE DAMAGE TO CUSTOMER, ITS DATA, DEVICES, SOFTWARE OR HARDWARE. 17. LIMITATIONS OF LIABILITY. TO THE MAXIMUM EXTENT ALLOWED BY LAW, THE LIABILITY OF VERIZON WIRELESS OR ITS LICENSORS, AND VENDORS FOR MONETARY DAMAGES FOR ANY CLAIMS, THAT CUSTOMER MAY HAVE UNDER THESE TERMS ARE LIMITED TO NO MORE THAN THE PROPORTIONATE AMOUNT OF THE SERVICE CHARGES ATTRIBUTABLE TO THE AFFECTED PERIOD, AND THE MAXIMUM IN DAMAGES RECOVERABLE SHALL BE TEN ($10) U.S. DOLLARS. UNDER NO CIRCUMSTANCES ARE VERIZON WIRELESS, ITS LICENSORS, AND VENDORS LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, PUNITIVE, MULTIPLE, OR SPECIAL DAMAGES OF ANY NATURE WHATSOEVER INCLUDING, BUT NOT LIMITED TO, LOST PROFITS, LOST DATA, REPUTATION, LOSS OF BUSINESS, OR COST OF REPLACEMENT PRODUCTS AND SERVICES ON ANY THEORY OF LIABILITY, ARISING OUT OF OR RELATED TO THE SERVICE OR THE INABILITY TO USE THE SERVICE IN ANY WAY WHETHER FORESEEABLE OR NOT OR WHETHER ADVISED OF THE POSSIBLITY OF SUCH DAMAGES. VERIZON WIRELESS SHALL NOT BE LIABLE FOR ANY DAMAGES, COSTS OR PENALTIES (DIRECT OR INDIRECT) AS A RESULT OF MIS-IDENTIFICATION, MIS-MANAGEMENT OR BLOCKING OF A CALLER OR FAILURE TO PROPERLY IDENTIFY, MANAGE OR BLOCK A CALLER. 18. [Reserved] 19. Export Control. Use of the Service may be subject to the export and import laws of the Unites States and other countries. Customer agrees to comply with all applicable export and import laws and regulations. By using the Service and/or by downloading the applicable Application, Customer agrees that Customer are not located in, under the control of, or a resident or national of any country, or person, on the United States Treasure Department's list of Specially Designated Nationals or the United States Commerce Department Table of Deny Orders. Customer also agrees that Customer are not located in a country that is subject to the U.S. government embargo, or that is designated by the U.S. as a terrorist supporting country and Customer are not listed on any U.S. government list of prohibited or restricted parties. Customer agrees also not to attempt to export or import any encrypted information, materials, hardware or software. 20. Safety. Customer must not endanger either Customer or others by using the Service while driving or engaging in any other activity that requires Customer’s full attention. Verizon Push to Talk Responder (PTT Responder) Terms and Conditions This Agreement is between you, as our Customer or End User, and Verizon Wireless (“VZW”) and it sets forth the terms and conditions under which you agree to use and we agree to provide PTT Responder, a mission-critical push to talk solution (also known as the “Service”). By using or accessing PTT Responder, you accept these Terms & Conditions. VZW may change these terms and conditions from time to time as permitted by applicable law. By continuing to use the Service after VZW has notified you of changes, you are accepting those changes. 1. Customer Agreement. For business customers, PTT Responder is subject to your company’s major account agreement with VZW. 2. How the Service Works. You can access PTT Responder in the following ways: (i) through a mobile application (the "Mobile App"), or (ii) by downloading computer software from the VZW website (the "Computer Client"). Not all PTT Responder service features are available through all access methods. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 106 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 3. Charges. Your download of PTT Responder will be billed according to the applicable data plan. Your use of PTT Responder will be billed according to the monthly recurring fee that you agreed to pay, and use on certain devices will be billed according to the applicable data plan. For a list of those devices that will be billed according to your data plan, please see the Public Safety Services document attached 4. Privacy. VZW may use information about your activity in PTT Responder, subject to our Privacy Policy and applicable law attached hereto. . 5. Licenses. Mobile App, Computer Client, or any other executable associated with your access or use of PTT Responder is referred as “PTT Responder Software”. You have a limited, non-exclusive, non-transferable license to use PTT Responder in the U.S. and the object code version of PTT Responder Software solely for the purposes for which it is provided and only in accordance with all documentation provided by VZW or its licensors or suppliers and, for the sake of clarity, is not for resale and is not sublicensable. The PTT Responder Software contains some programming, scripts, tools, modules, libraries, components, or other items that were developed using "Open Source" code, and information about these items is available in the attached Open Source document. . Nothing in this Agreement will be construed to limit any rights granted under such open source licenses. 6. Maps. If you are using PTT Responder Dispatcher Request Location from Client and PTT Responder Dispatch with MAP Integration as standalone products (not in conjunction with Push to Talk Plus), such use will require use of OpenStreetMap (© OpenStreetMap contributors). Use of OpenStreetMap within PTT Responder is subject to the Open Data Commons Open Database License (ODbL) licensed by the OpenStreetMap Foundation (OSMF). Please refer to the attached Open Street map document. . The ODbL may be updated from time to time and are incorporated into these Terms and Conditions by reference, as if set forth fully herein. If you do not accept the ODbL including all limitations and restrictions therein as may be updated by OpenStreetMap from time to time, you may not use PTT Responder. Your use of the OpenStreetMap service within PTT Responder will constitute your acceptance of the ODbL. If there is a conflict between these Terms and that license, the ODbL license terms will control. 7. Consent to Share Location Information. PTT Responder Dispatcher Request Location from Client and PTT Responder Dispatch with MAP require sharing of your “Location Information” (data that can be used to describe, determine or identify the location of the mobile device you use while accessing PTT Responder). With your consent, your Location Information will be shared with your employer, for business purposes only. 8. Additional Terms for Device Call Logging and Recording. For PTT Responder, the Device Call Logging and Recording feature within PTT Responder permits your employer to log and record your calls while you are using a mobile device with PTT Responder. By using PTT Responder, you consent to calls on your mobile device being logged and recorded by your employer, and you consent to any person authorized by your employer listening to your conversation(s) for training and other legitimate business purposes. Employers shall restrict access to the Device Call Logging and Recording feature of PTT Responder to only authorized employees, who shall only use the feature during business hours for training and other legitimate business purposes. 9. Restrictions on Use. You may not, or allow others to (i) transfer, assign or sublicense its license rights to any other person or entity or use the PTT Responder Software on any equipment other than the equipment on which it was originally installed, and You acknowledges that any attempted transfer, assignment, sublicense or use shall be void; (ii) make error corrections to or otherwise modify or adapt the PTT Responder Software, create derivative works based upon the PTT Responder Software, or permit third parties to do the same; (iii) reverse engineer or decompile, decrypt, disassemble or otherwise reduce the PTT Responder Software to human-readable form or attempt to reconstruct or discover the source code, underlying ideas or algorithms of any components of the PTT Responder Software, except to the extent otherwise expressly permitted under applicable law notwithstanding this restriction; (iv) use or permit the PTT Responder Software to be used to perform services for third parties, whether on a service bureau or time-sharing basis or otherwise, without the express written authorization of Verizon; (v) remove or obscure any proprietary notices from the PTT Responder Software, documentation or other materials furnished or made available hereunder; (vi) disclose, provide, or otherwise make available trade secrets contained within the PTT Responder Software and documentation in any form to any third party without the prior written consent of Verizon; (vii) enable any PTT Responder Software features or capacity (e.g., additional storage hours, agents, ports or mailboxes) which is licensed as separate products without Verizon’s prior written consent; and/or (viii) permit or encourage July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 107 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. any third party to do any of the foregoing. Customer shall implement reasonable security measures to protect such trade secrets. 10. Termination. VZW may terminate or discontinue PTT Responder at any time without notice, including if you breach these Terms and Conditions, subject to the applicable contracts disputes act if you are a government entity. 11. Disclaimer of Warranty; Limitation on Liability. PTT RESPONDER AND ANY INCLUDED SOFTWARE IS PROVIDED ‘AS IS’, WITHOUT WARRANTIES, EXPRESS OR IMPLIED, OF ANY KIND BY EITHER VZW OR ITS LICENSORS OR SUPPLIERS. VZW’S LIABILITY SHALL BE LIMITED AS SET FORTH IN THE CUSTOMER AGREEMENT (AND THE LIABILITY OF EACH VZW LICENSOR AND SUPPLIER SHALL BE LIMITED TO THE SAME EXTENT). 12. Export Control. You shall comply with all export laws and restrictions and regulations of the Department of Commerce, the United States Department of Treasury Office of Foreign Assets Control (“OFAC”), or other United States or foreign agency or authority, and not export, or allow the export or re-export of PTT Responder in violation of any such restrictions, laws or regulations. By downloading or using PTT Responder, you agree to the foregoing and you represent and warrant that you are not located in, under the control of, or a national or resident of any restricted country or on any restricted parties list. 13. Safety. Please do not endanger yourself and others by using PTT Responder while driving or engaging in any other activity that requires your full attention. Verizon Local Network Command Terms and Conditions 1. GENERAL 1.1 Service Definition 1.2 Service Availability 2. SUPPLEMENTAL TERMS 2.1 Customer Agreement 2.2 Privacy 2.3 Licenses 2.4 Consent to Share Location Information 2.5 Disclaimer of Warranty; Limitation of Liability 3. CUSTOMER RESPONSIBILITIES 3.1 Restrictions on Use 4. FINANCIAL TERMS 4.1 Responsibility for Charges 1. GENERAL 1.1 Service Definition. Local Network Command is a local control solution allowing for temporary uplift of mobile devices to enhanced network performance (also known as the “Service”). 1.2 Service Availability. You can access the Service through a web-based tool hosted at the VZW MyBiz portal. The account single point of contact (SPOC) must preselect the users for uplift through the Service. The account SPOC can preselect users individually or as part of a group. The account SPOC must also create and designate specific users as Incident Commanders. Incident Commanders will have the ability to create incidents using the Service and uplift preselected users during an incident. 2. SUPPLEMENTAL TERMS 2.1 Customer Agreement. For enterprise customers, the Service is subject to your organization’s major account agreement with VZW. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 108 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 2.2 Privacy. VZW may use information about your activity in using the Service, subject to our Privacy Policy and applicable law, which are attached hereto 2.3 Licenses. You have a limited, non-exclusive, non-transferable license to use the Service solely for the purposes for which it is provided and only in accordance with all documentation provided by VZW or its licensors or suppliers. For Location Information (defined below), the Service requires use of MapQuest. Use of MapQuest within the Service is subject to: • the MapQuest Terms of Service attached hereto • the MapQuest 3rd Party Notices and Licenses MapQuest Attributions attached hereto., • the Mapbox Notices MapQuest Mapbox as attached hereto, and • the MapQuest Privacy Policy MapQuest System1 Privacy Policy as attached hereto The MapQuest Terms of Service, MapQuest 3rd Party Notices and Licenses, Mapbox Notices and MapQuest Privacy Policy may be updated from time to time and are incorporated into these Terms and Conditions by reference, as if set forth fully herein. If you do not accept the MapQuest Terms of Service, MapQuest 3rd Party Notices and Licenses, Mapbox Notices or MapQuest Privacy Policy, including all limitations and restrictions therein as may be updated by MapQuest from time to time, you may not use the Service. Your use of MapQuest within the Service will constitute your acceptance of the MapQuest Terms of Service, MapQuest 3rd Party Notices and Licenses, Mapbox Notices and MapQuest Privacy Policy 2.4 Consent to Share Location Information. The Service will require sharing of “Location Information” (data that can be used to describe, determine or identify the location of all mobile devices subject to the Service). In using the Service, you represent and warrant that you have obtained all necessary consent(s) from individual users whose mobile devices will be subject to the Service, and that VZW has no responsibility to obtain such consent(s). 2.5 Disclaimer of Warranty; Limitation of Liability. THE SERVICE IS PROVIDED ‘AS IS’, WITHOUT WARRANTIES, EXPRESS OR IMPLIED, OF ANY KIND BY EITHER VZW OR ITS LICENSORS OR SUPPLIERS. VZW’S LIABILITY SHALL BE LIMITED AS SET FORTH IN THE CUSTOMER AGREEMENT (AND THE LIABILITY OF EACH VZW LICENSOR AND SUPPLIER SHALL BE LIMITED TO THE SAME EXTENT). 3. CUSTOMER RESPONSIBILITIES 3.1 Restrictions on Use. You may not, or allow others to, adapt, alter, modify, de-compile, reverse engineer, translate, or create derivative works of the Service. The Service is intended for those devices with a clear need for temporary uplift to enhanced network improvement. You agree not to abuse the Service as determined by the sole discretion of Verizon. “Abuse” may include, but not be limited to, the indiscriminate uplift of all devices within a specific geographic area where such action adversely affects the Verizon wireless network. 4. FINANCIAL TERMS 4.1 Responsibility for Charges. Your use of the Service will be billed according to the monthly recurring fee that you agreed to pay, and use on certain devices will be billed according to the applicable data plan. For a list of those devices that will be billed according to your data plan July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 109 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. VERIZON DNS SAFEGUARD for PUBLIC SAFETY 1. GENERAL 1.1 Service Definition 1.2 Service Features for DNS Service Plus 1.3 Service Features for DNS Service Advanced 2. SUPPLEMENTAL TERMS 2.1 Service Activation and Implementation 2.2 Services Agreement Flow Down Terms 2.3 Customer Responsibilities 2.4 Warranties 2.5 Use of Data 2.6 Term and Termination 3. FINANCIAL TERMS 3.1 General 4. DEFINITIONS 1. GENERAL 1.1 Service Definition. Verizon DNS Safeguard for Public Safety (DNS Service) is a cloud-based security platform intended to provide a first line of defense against threats on the Internet by detecting and blocking inappropriate and malicious sites and content before the Internet Protocol (IP) connections are established. DNS Service is enhanced with threat intelligence feeds from the Verizon Threat Research Advisory Center which, learning from internet activity patterns, automatically uncovers current and emerging threats to continually keep the network safe. The DNS Service platform operates as a DNS resolver that converts domain names to IP addresses which allows the platform to prevent IP connections to known malicious sites. When a legitimate domain is resolved, the DNS Service returns the actual IP address. The DNS Service consists of two offerings: DNS Service Plus and DNS Service Advanced. 1.2 Service Features for DNS Service Plus. The following service features are included with DNS Service Plus: July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 110 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 1.2.1 DNS Layer of Breach Protection. DNS Service is able to detect and block malicious sites and content before they reach the network as a DNS request is made before IP connections are established. Malware, ransomware, phishing, spyware, botnets, and command & control call-backs are blocked over any port or protocol before such threats can reach users and network. 1.3 Service Features for DNS Service Advanced. The following service features are included with DNS Service Advanced. 1.3.1 Premium Threat Feeds. DNS Service Advanced includes the Basic Threat Feeds described in the DNS Service Plus and additional threat feeds from the Verizon Threat Research Advisory Center’s display of threat analytics and intelligence it gathers from third party proprietary and open source data. 2. SUPPLEMENTAL TERMS 2.1 Service Activation and Implementation 2.1.1 Service Activation. The DNS Service will begin Activation Date is 10 Business Days following the Order Confirmation Date. 2.1.2 Offshore Support. Customer agrees that the DNS Service may be provided by, and all related information (including data) accessed and/or stored by, resources located within and outside the United States. Customer consents to such performance of services, including access and storage of data, from outside the United States. 2.2 Services Agreement Flow Down Terms 2.2.1 Acceptance of Terms. From time to time, Verizon may update the functionality, add new features to the DNS Service, and/or change the access configuration for the DNS Services. In such event, these terms shall also apply to any upgrades or updates subsequently provided by Verizon for the DNS Services. 2.2.2 Use of the DNS Services. Customer accepts the non-assignable, non-transferable, non-sublicensable, and non-exclusive right to access and use the DNS Service only as authorized in this Agreement and related documentation for the duration of the Service Commitment and for the number of licenses purchased by and allocated to Customer. 2.3 Customer Responsibilities 2.3.1 Internet Access. Customer must have wireless internet access in place to use DNS Service. Customer must have a subscription to Verizon’s Responder Private Core in place to use DNS Service. 2.3.2 Prohibited Use. Customer will not: (i) use the Services for any unlawful, unauthorized, fraudulent or malicious purpose, (ii) modify, adapt, sublicense, translate, sell, reverse engineer, decompile or disassemble any portion of the Services (except to the limited extent applicable laws specifically prohibit such restriction); (iii) bypass any measures Verizon may use to prevent or restrict access to the Services or otherwise interfere with any other party’s use and enjoyment of the Services; or (iv) use Customer’s account or the Services to infringe any intellectual property or other right of any other third party. Verizon may cooperate with legal authorities and/or third parties in the investigation of any suspected or alleged crime or civil wrong. Subject to Verizon’s Privacy Policy, Verizon reserves the right at all times to disclose any information as Verizon deems July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 111 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. necessary to satisfy any applicable law, regulation, legal process or governmental request, or to edit, refuse to post or to remove any information or materials, in whole or in part, in Verizon’s sole discretion. 2.4 Warranties 2.4.1 Verizon’s Disclaimer of Warranties. Verizon does not warrant that any network, computer systems, or any portions thereof, are secure. Verizon does not warrant that use of DNS Service will be uninterrupted or error-free or that any defect in DNS Service will be correctable or that incidents will be fully contained. Customer acknowledges that impenetrable security cannot be attained in real-world environments and that Verizon does not guarantee protection against breaches of security, or the finding or successful prosecution of individuals obtaining unauthorized access. Verizon does not warrant the accuracy of information provided to Customer hereunder. CUSTOMER’S USE OF THE DNS SERVICES IS AT CUSTOMER’S SOLE RISK. ALL DNS SERVICES ARE PROVIDED ON AN AS IS OR AS AVAILABLE BASIS, AND TO THE EXTENT PERMITTED BY APPLICABLE LAW,VERIZON EXPRESSLY DISCLAIMS ALL WARRANTIES AND CONDITIONS OF ANY KIND WHETHER EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, NON-INFRINGEMENT AND SATISFACTORY QUALITY. VERIZON, ITS OFFICERS, DIRECTORS, EMPLOYEES, AGENTS, OR SUPPLIERS MAKE NO WARRANTY THAT THE SERVICES ARE ACCURATE, TIMELY, UNINTERRUPTED, VIRUS-FREE OR ERROR-FREE, OR THAT ANY PROBLEMS ENCOUNTERED WILL BE CORRECTED. THE WARRANTIES AND REMEDIES SET FORTH IN THIS SERVICE ATTACHMENT ARE VERIZON’S EXCLUSIVE WARRANTIES AND CUSTOMER’S SOLE REMEDIES FOR BREACH OF WARRANTY, IF ANY, BY VERIZON. 2.4.2 Customer Warranty. Customer represents and warrants that Customer (a) will use the DNS Safeguard services, including all reporting, deliverables, documentation, and other information provided in connection with DNS Service solely for purposes of protecting Customer from abusive, fraudulent, or unlawful use or access to its information, systems and applications including public internet service provided by Verizon and Customer will not market, sell, distribute, lease, license or use any such deliverables, documentation or information for any other purposes; and (b) will comply with all applicable laws and regulations. 2.4.3 Third Party Warranties. For any third party products and/or services incorporated as part of Service, Customer will receive only the warranties offered by such third party to the extent Verizon may pass through such warranties to Customer. 2.5 Use of Data. As part of Customer’s use of the Services, Customer will be providing certain (i) Network Data, (ii) User Data and/or Feedback. Some Network Data is necessary for the essential use and functionality of the Services. Network Data is also used to provide associated services such as technical support and to continually improve the operation, security, efficacy and functionality of the Services. 2.5.1 User Data. Customer grants Verizon a worldwide, royalty-free, sublicensable license to use, modify, reproduce, publicly display, publicly perform, and distribute the User Data only as reasonably required to provide the Service. 2.5.2 Network Data. Customer hereby grants to Verizon a non-exclusive, irrevocable, worldwide, perpetual, royalty-free and fully paid-up license to use (i) the Network Data that is aggregated and de-identified so that it does not identify Customer for the purpose of enhancement of the Services, and (ii) any information that Verizon learns in evaluating Network Data to create the Statistical Data for the purpose of enhancing, developing, and/or promoting the Services. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 112 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. 2.5.3 Feedback. De-identified Feedback may be incorporated into the Services, and Customer hereby grants Verizon a non- exclusive, irrevocable, worldwide, perpetual, royalty-free and fully paid-up license to use de-identified Feedback for any purpose whatsoever, including, without limitation, for purposes of enhancing, developing and/or promoting products and services, including the Services. 2.6 Term and Termination 2.6.1 Service Commitment. The Service Commitment is for the terms specified in the Customer’s purchase order as accepted by Verizon. 2.6.2 Service Cancellation. If Customer requests cancellation of Service, or Verizon cancels Service as a result of Customer’s failure to provide the necessary information or reasonable assistance required by Verizon to provision such Service, Customer will pay any set-up fees and other amounts accrued for such Service through the date of such termination, plus an amount equal to any applicable annual third party license fee, which Customer acknowledges are liquidated damages reflecting a reasonable measurable of actual damages and not a penalty. Customer will pay the invoice for such charges in accordance with the terms of the Agreement. 3. FINANCIAL TERMS 3.1 Responsibility for Charges. Your use of the Service will be billed according to the monthly recurring fee that you agreed to pay, and use on certain devices will be billed according to the applicable data plan. For a list of those devices that will be billed according to your data plan. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 113 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Verizon Wireless Private Network Terms and Conditions 1. Verizon Wireless Private Network Service (“Private Network”): Private Network extends Customer’s IP network to its wireless equipment by segregating the data between such devices and Customer’s servers from the public Internet (the “Internet”). Customer’s use of Private Network is subject to the Private Network Roles and Responsibilities Customer Guidelines, which are available from your Sales representative. 2. Customer Minimum Line Requirement: Customer must maintain a minimum of 100 Machine-to-Machine lines at all times during the term of its Agreement in order to remain eligible for Private Network. If Customer falls below the 100-line minimum, Verizon Wireless reserves the right to discontinue Private Network for non-use. 3. Connection to Verizon Wireless Facility: Customer must establish a direct-connect circuit from its facilities to Verizon Wireless’s facilities by the use of Virtual Private Network, Verizon Private IP, or Fixed End System connections. Customer is solely responsible for making arrangements with a local access provider for installation and ongoing maintenance of such a connection, with sufficient data throughput to meet Customer’s anticipated data needs. Customer is also responsible for all charges incurred directly or through a third party associated with establishing the connection, as well as for accessing Private Network, including Internet access fees, hardware, software, license fees, and telecommunications charges. 4. Customer Provided Equipment (“CPE”): Customer must procure routers and any other CPE that meet Verizon Wireless requirements for Private Network connectivity. Customer is responsible for ensuring any CPE meets its data capacity and throughput needs. 5. IP Addresses: Customer is responsible for procuring private IP addresses, which must be communicated to Verizon Wireless during implementation. Private Network supports static and dynamic addressing for 1X service and/or EVDO service; 4G LTE service; and Internet addressing system Internet Protocol version 4. Direct Internet access requires static IP addressing. 6. Dynamic Mobile Network Routing (“DMNR”): DMNR allows configuration of Private Network for dynamic routing to the subnets it serves (up to eight) to other devices on Customer’s network and as support for mobile or stationary routers. DMNR is based off Mobile IPv4-based Network Mobility protocol and requires the router to be configured to support this capability. Customer is responsible for any charges associated with the customization of its CPE to support DMNR. 7. Service Based Access (“SBA”): SBA is an optional configuration of Private Network that enables customers to access Verizon’s Visual Voice Mail; multimedia messaging services; and 3G location-based services assisted Global Positioning System. Customer is responsible for any charges associated with the customization of its CPE to support SBA. Verizon Wireless Private Network Traffic Management 8. Private Network Traffic Management (PNTM): PNTM allows Customer to configure its Private Network to allow differentiated Quality of Service (QoS) by application over Verizon Wireless’s LTE network using standards-based IP packet marking. Customer can identify applications on its 4G LTE devices to get priority QoS over its Private Network. Verizon Wireless makes no guarantee of PNTM bandwidth allocations, which are subject to the limitations of wireless service availability as detailed in the Agreement. Customer is responsible for any charges associated with the customization of its CPE to support PNTM. a. PNTM for Public Safety: Eligible public safety accounts can take advantage of priority access to a data channel over the Wireless Service for its data traffic during times of heavy network demand. While PNTM for Public Safety enables a dedicated data channel, Verizon Wireless makes no guarantee of Wireless Service availability, which is subject to the limitations of wireless service availability as detailed in the Agreement. PNTM for Public Safety is only available to Customers approved by Verizon Wireless that qualify as Public Safety Entities classified by the following Qualifying Public Safety NAICS codes a) 621910 Ambulance Services; b) 922110 Courts; c) 22120 Police Protection; d) 922130 Legal Counsel and Prosecution; e) 922140 Correctional Institutions; f) 922150 Parole Offices and Probation Offices; g) Fire Protection; h) 922190 Other Justice, Public Order, and Safety Activities or i) National Security. 9. Customer Private Network Contact: Customer must designate a Private Network representative and provide contact information, including a phone number and email address. The Private Network contact will work with the Verizon Wireless solution engineer through the Private Network implementation and testing processes detailed below. The contact shall be available during business hours and any other time period that Customer utilizes Private Network for the purpose of assisting to resolve service problems and trouble shooting. 10. Private Network Implementation and Testing: Verizon Wireless will implement Customer’s Private Network, which requires Customer to a) provide any information (e.g., account numbers, IP address ranges, router/CPE information) necessary to compete the Private Network Connectivity Form; b) participate in a Private Network turn-up call to ensure that CPE is properly configured to support the Private Network connection; and c) participate in a Solution Validation call to confirm that Private Network is working properly from Verizon Wireless to Customer’s applications. 11. Wireless Devices/Network Access: Customer must use Private Network-compatible end-user Equipment and at Customer’s expense must submit any devices not identified as Private Network compatible to Verizon Wireless, for network testing and Private Network certification. Private Network functionality is available on the Verizon Wireless 3G and 4G data network, subject to the limitations defined in this Addendum. While Private July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 114 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Network functionality may also be available on the networks of Verizon Wireless’s domestic and international roaming partners, Verizon Wireless makes no representation of Private Network availability or reliability on such networks. 12. Permitted Use/Fraud: Customer shall use Private Network only for lawful purposes and shall not send or enable via the Private Network connection, by way of example, any SPAM, viruses, worms, trap doors, back doors or timers, nor shall Customer engage in any mail-bombing or spoofing via Private Network. Customer is responsible for the security of its network and end-user devices and is responsible for any unauthorized access to the Private Network. Verizon Wireless will treat any traffic over the Private Network as authorized by Customer. Verizon Wireless reserves the right but is not obligated to filter fraudulent usage. 13. Maintenance/Service Changes/Termination of Private Network Service: Verizon Wireless may limit access to Private Network in order to perform maintenance to the service and will use reasonable efforts to provide Customer with prior notice of such maintenance. With reasonable advance notice, Verizon Wireless has the right to modify and reconfigure Private Network as it deems necessary to enhance Customer’s experience or to safeguard the Verizon Wireless network. In addition, VERIZON WIRELESS CAN WITHOUT NOTICE LIMIT, SUSPEND OR CANCEL CUSTOMER’S ACCESS TO OR USE OF PRIVATE NETWORK IF CUSTOMER VIOLATES THE RESTRICTIONS OF THIS ADDENDUM OR FOR GOOD CAUSE. Good cause includes (a) breach of the terms of this Addendum or the Agreement; (b) unlawful use of Private Network; (c) using Private Network in a way that adversely affects the Verizon Wireless network or Verizon Wireless’s customers; (d) breach of an obligation of Customer to comply with any applicable federal, state and local government laws, rules and regulations, industry practices, third-party guidelines, or other applicable policies and requirements; (e) the suspension or termination by any governmental body of competent jurisdiction of Customer’s service or the institution of a requirement, ruling or regulation that conflicts with this Addendum; or (f) for operational or governmental reasons. 14. No Warranties: Verizon Wireless makes no warranties, express or implied, with respect to Private Network, which it provides to Customer on an “AS IS” basis “WITH ALL FAULTS” and “AS AVAILABLE.” The accuracy, timeliness, completeness, suitability, or availability of any aspect of Private Network cannot be guaranteed. THE IMPLIED WARRANTIES OF MERCHANTABILTY, FITNESS FOR A PARTICULAR PURPOSE, AND NON-INFRINGEMENT ARE HEREBY EXPRESSLY DISCLAIMED IN THEIR ENTIRETY. The foregoing limitations, exclusions and disclaimers shall apply to the maximum extent permitted by applicable law. Verizon Wireless makes no representation that it supports any service levels with respect to the availability, performance, capacity, uptime or any similar metrics of Private Network. 15. NO RESELLING: Customer cannot resell Private Network /Private Network Traffic Management service(s) or allow third parties to use Private Network/Private Network Traffic Management service(s) or access Private Network/Private Network Traffic Management service(s) without prior written permission from Verizon Wireless. 16. Subject to the Customer’s Government Agreement: The terms of this Addendum supplement the Customer’s Government Agreement. The terms of the Agreement are applicable to Customer’s use of Private Network. If there are any inconsistencies between the terms of this Addendum and the Customer’s Government Agreement, the terms of this Addendum shall control with respect to Private Network. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 115 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Employee Discount Supplement Individual-Liable Service Pricing Discount Category % Discount Equipment 0 Services 19 Accessories 25* Activation Fees Waived *Individual-Liable Subscribers are eligible to receive a 25% discount from the non-discounted, retail price of qualifying accessories. July 7, 2022 ITN No. DMS-19/20-006 v2.3 Page 116 of 116 Verizon Wireless offers this pricing utilizing the terms and conditions of the State of Florida ITN No. DMS-19/20-006 please contact your local Verizon Government Sales representative for additional information. ©Verizon2022. Revision History Version Date Description 1.0 2/12/21 Pricing Offer 2.0 5/14/21 Best and Final Offer 2.1 4/1/22 ADDED • 5G Business Internet Ultra Wideband Plan (C-Band) for Public Sector REVISED/REMOVED • Employee Discount Supplement. The following sentence is deleted in its entirety from this section; “It is Verizon’s intent to continue offering its Employee Program consistent with the terms and conditions provided under the current DMS 10/11-008C contract, Exhibit 7” 2.2 May 2, 2022 ADDED: • DoForms • Wireless Network Performance REMOVED: • Canvas • The PTT Codes Revised/Updated: • One Talk • MobileIron • Samsung Knox • Network Fleet • VZ Mobile Device Management to Include Pro Services 2.3 July 7, 2022 ADDED: • Business Unlimited Plus Data Device Plan • Business Unlimited Tablet Pro Plan • Group Command Software SKUs • Group Advanced Software SKUs • Push To Talk Plus Group Command Feature Only • Push To Talk Plus Group Advanced Feature Only Revised/Updated: • Group First Response for National Security, Public Safety, and First Responders • Group First Response for Non Public Safety Customers • Group First Response Dispatch and Video Bundles • IBM MaaS360 Enterprise Mobility Management Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1444 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Approve Supplemental Work Order 1 to CHA Consulting, Inc., of Tampa, FL, for the Water/Reclaimed Water Program (18-0040-UT) in the amount of $4,500,000, increasing the work order from $4,175,000.00 to $8,675,000.00, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Water/Reclaimed Water (RCW) Program includes assessment of existing water/rcw pipeline conditions; design services for replacement or relocation of water/rcw mains; reconnection of service lines to water/rcw mains; removal of existing pipe network; restoration and upgrades to all disturbed areas; and Construction Engineering Inspection (CEI) services. To date, the Program has been very successful, and this additional funding will allow the Public Utilities Department to expand these services through the end of the CHA contract in November 2025. January 7, 2019, Request for Qualifications (RFQ 19-19) was issued seeking qualified consulting firms to provide assessment, design, procurement, and construction engineering inspection services (CEI) for projects related to potable and reclaimed water mains throughout the City. February 22, 2019, the RFQ Selection Committee, consisting of representatives from Public Utilities and Engineering Department, met after independent review and discussed the ranking of each engineering firm that submitted qualifications and prepared a short-list of firms for subsequent interviews. March 20, 2019, after formal presentations of the short-listed firms, the RFQ Selection Committee selected Reiss Engineering, Inc. for Water and RCW Water Program Consultant Services. On November 21, 2019, Council approved a six-year agreement with Reiss Engineering in the amount of $4,175,000.00 for Water and RCW Water Program Consultant Services. CHA Consulting Inc. (CHA) acquired Reiss Engineering in May of 2021, expanding the water resources team and capabilities. The City of Clearwater’s Public Utilities Department owns, operates, and maintains the Potable Water and Reclaimed Water systems. APPROPRIATION CODE AND AMOUNT: 3217321-530100-96783 $2,250,000.00 3277327-530100-96784 $2,250,000.00 Funds are available in capital improvement project 96783, Water System Upgrades/Improvements and project 96784, Reclaimed Water Distribution System R&R. Funding will be provided by various Public Utilities capital and operating codes as needed over the extent of the current contract end date November 25, 2025. STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1444 To further Council’s Strategic Plan to achieve High Performing Government by upgrading current services related to Potable Water and Reclaimed Water systems through systematic management efforts. Page 2 City of Clearwater Printed on 11/28/2023 CHA Consulting, Inc. City of Clearwater Consultant Work Order Page 1 of 8 Revised: 8/3/2021 CONSULTANT WORK ORDER Supplement 1 Date: 11/13/2023 1. PROJECT INFORMATION: Program Title: 18-0040-UT Water/RCW Program Consultant City Task Order: 18-0040-UT Water/RCW Program Consultant Supplemental 1 City Plan Set Number: N/A Consultant Project Number: Multiple 2. SCOPE OF SERVICES: This Work Order, Supplement 1, amends the Master Agreement between the City of Clearwater and CHA Consulting, Inc. (“CHA” or “CONSULTANT”), as successor to Reiss Engineering, Inc., dated November 25, 2019 (the Master Agreement). Section 2.1 (Professional Technical Services) of the Master Agreement provides that it shall be the responsibility of CHA to support the CITY in the performance of an array of services for the City as set for in Request for Qualifications (RFQ) #19-19, Scope of Services. CHA’s services include assessment of existing pipeline condition; design services for replacement or relocation of water and reclaimed water mains; reconnection of service lines to water and reclaimed water mains; removal of existing pipe network; restoration and upgrade to all disturbed areas; Construction Engineering Inspection (CEI), and resident project representative (RPR)services for the potable water and reclaimed water (RCW) distribution systems. Under the original not-to-exceed contract value set forth in Section 2.2 of the Master Agreement, the CONSULTANT has completed or partially completed the following assignments: 1. Task 1—Program Management and As-Needed Services o As needed studies, preliminary design, design, and permitting services. So far 19 sub tasks have been completed or partially completed under Task 1. 2. Task 2—Specifications, Details, and Continuing Contractor Assistance CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order Page 2 of 8 Revised: 8/3/2021 o Review and modification of City specifications for point repair contractors to bid, in addition to associated construction oversight and administration services 3. Task 3—Ft. Harrison Hydraulic Assessment (complete) o Hydraulic modeling evaluation to size a water main and reclaimed water main for the Ft. Harrison Corridor Improvements project (city project 19- 0036-EN). 4. Task 4—State Road 60 Water Main Hydraulic Modeling Evaluation o Hydraulic modeling evaluation for an existing 20-inch concrete water main which was identified by the city as being near end of useful life with interest in rehabilitating or replacing the main. The evaluation considered potential options to take the water main offline instead of replacing or rehabilitating. 5. Task 5—Water Quality Investigation on the RCW System (complete) o City was experiencing clogged RCW service connections. This task involved performing water quality analyses to determine the causation of iron build up. 6. Task 6—Pipe Inspection Technology Evaluation o Evaluation of available pipeline inspection technologies for the City to consider using for condition assessments of its pipelines. o CHA also completed pilot testing of the selected technology (pCAT) and used ultrasonic thickness testing (UTT) to validate results. 7. Task 8—System-Wide Potable Water Main Leak Detection o Evaluation of available leak detection technologies for the City to implement. Following selection of the technology (acoustic), CHA prepared bidding documents for a multi-year contract for leak detection services for the entire potable water and RCW system. o The acoustic technology involves installation of sensors (either temporary or permanent) that essentially “listen” for leaks and can pinpoint location(s). 8. Task 9—Reclaimed Water Improvements o Completed design and permitting of looping projects recommended by the City to improve RCW quality in the distribution system. Design includes using open cut and trenchless (horizontal directional drilling) installation methods. In addition to looping projects, a design was completed for the replacement of service connections in the North Beach area, which were identified as being Kitec material and requiring replacement. City is in process of bringing the winning contractor bid to Council for approval (city project #21-0029-UT, Legistar File ID# 23-0525). 9. Task 10—Abandoned 18-inch Ductile Iron Main Evaluation from Memorial Causeway to Bayway Blvd. o Evaluation of a subaqueous force main abandoned in place for the potential option of repurposing. Evaluation provided multiple options CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order Page 3 of 8 Revised: 8/3/2021 including rehabilitation or grout filling. Following City direction, supported the completion of a pressure test to determine viability of main followed by pigging to clean the main. Based on the successful pressure test and pigging, the next step is to slip line (install new main inside of old main). 10. Task 11—City Parks Reclaimed Water Service Evaluation o Evaluation for the purpose of expanding RCW to City parks and other City- owned properties. This evaluation included review of City parks and parcels, preliminary development of piping to connect locations, completion of hydraulic modeling, and prioritization of projects. 11. Task 12—Water Main Improvements o Designed improvement projects at 34 locations throughout the City’s potable water system. Improvement projects varied per location, totaling approximately 23,335 LF of pipeline replaced or looped, as well as separate valve and service replacements across the City. These locations were selected by the City staff and the recently completed Water Master Plan as priority areas. o The city separated the 34 individual projects into 5 bidding packages to facilitate timely completion of design, permitting, and construction. The first and third bid packages are under construction using the city Water/RCW point repair contractor (city project #21-0025-UT, Legistar File ID# 21-9996). The second, and fourth bid packages are almost complete, at which time the city will decide whether to bid or utilize the same point repair contractor. If the city decides to put out for bidding, the winning contractor bid(s) will be presented to Council for approval. The fifth bid package is under design. 12. Task 13 Lead and Copper Rule o Evaluation to complete a service line inventory required by recent revisions by the United States Environmental Protection Agency (US EPA) to the Lead and Coper Rule Revision (LCRR). This includes but is not limited to reviewing age, materials, identifying schools and childcare facilities for further sampling, and additional tasks to comply with the LCRR requirements. 13. Master Reuse Permit Renewal o Permitting for the renewal of the City’s existing Master Reuse Permit including preparation of necessary Florida Department of Environmental Protection (FDEP) forms and supporting documentation (Capacity Analysis Report, etc.) to renew the Master Reuse Permit. Under this Supplemental 1, CHA’s services, as defined in Section 2.1 of the Master Agreement, will also include assessment of existing pipeline condition; design services for replacement or relocation of water and reclaimed water mains; reconnection of service connections to water and reclaimed water mains; removal of existing pipe network; restoration and upgrade disturbed arears; and CEI and RPR services for the following: a. Construction Engineering Inspection and Resident Project Representative CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order Page 4 of 8 Revised: 8/3/2021 a. Continue to provide full time contractor oversight and inspection services for various potable water and RCW pipeline projects. b. Drew Street Water Main Replacement a. Complete engineering services for the Drew Street water main replacement and a new RCW main to be included in the Florida Department of Transportation (FDOT) project. c. Island Estates Water Main Replacements (Water CIP #17 and 19) a. These projects are recommended in the recently completed Potable Water Mater Plan. Phases 1 and 2 of these projects are identified as Capital Improvements Project (CIP) numbers 17 and 19, respectively, in the Potable Water Master Plan. i. Phase 1—Cast iron piping has a high likelihood and consequence of failure. Phase 1 includes replacement of approximately 14,200 LF of 6-inch, 8-inch, and 12-inch cast iron water mains. The project will have an accelerated schedule to meet the City’s Island Estates Road restoration and repaving project schedule. ii. Phase 2—replacement of the remaining water mains on Island Estates. d. Water Main Replacement West of Fort Harrison from Spring Court to Fairmont Street (Water CIP #20) a. Replacement of cast iron water main originally installed in the 1950s and deemed to have a high likelihood and consequence of failure as it nears the end of its expected service life. Proposed replacement includes approximately 2,700-LF of 2-inch to 6-inch cast iron water main pipe. Design will be progressed to align with resurfacing projects. e. Physical Condition Assessments (2021-2050, Water CIP #24) a. Implementation of a condition assessment program to proactively identify water mains for replacement based on City approved criteria. Project will include selecting water mains for assessment, supporting bidding of condition assessment technologies, and various support throughout. f. Condition Assessments and Replacement Program (2021-2029, Water CIP #25) a. The Potable Water Master Plan determined that approximately 28 miles of cast iron water mains will reach the end of their service life by 2029. This project includes surveying, design, permitting, and construction for the replacement of a portion of the cast iron potable water mains across the distribution system annually. This project may incorporate results from the above-mentioned condition assessment project to prioritize replacements. g. Future as-needed projects a. As-needed projects will be similar to projects completed to date for potable water and RCW assessments, rehabilitation, and improvements. CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order Page 5 of 8 Revised: 8/3/2021 3. PROJECT GOALS: To support the City in overseeing its Water and Reclaimed Water Program including general project management for the entire program, as-needed hydraulic modeling services, permitting, design and construction services. 4. FEES: The not-to-exceed contract value set forth in Section 2.2 of the Master Agreement is hereby increased by the sum of $4,500,000, so that the total not-to-exceed contract value under the Master Agreement shall be $8,675,000. Please also see the Project Fees Table set forth in Attachment “A”. This price includes all labor and expenses anticipated to be incurred by CHA Consulting, Inc. for the completion of the tasks summarized above for this Supplement 1, to be more particularly defined in project Task Orders to be issued under the Master Agreement, in accordance with Professional Services Method “A” – Hourly Rate, for total fees not to exceed four million five hundred thousand dollars ($4,500,000) for the Supplement 1 services. 5. SCHEDULE: Work Orders under the Master Agreement are part of a multi-year program. The term of the Master Agreement remains unchanged and will end on November 25, 2025. Work Orders initiated before November 25, 2025, will remain active and be completed per the terms of the Master Agreement in accordance with the schedule included in the individual Work Order. The schedule for each Work Order assignment shall be as set forth in the relevant Work Order. The project deliverables are to be phased based on City requests, as set forth in the Work Order. 6. STAFF ASSIGNMENT: CHA Consulting, Inc.: • Weston Haggen, P.E. – Program Manager • Barton Jones, Program Facilitator/City Liaison • Allen Dethloff, P.E. – Principal in Charge • Mark Burgess, P.E., BCEE – QA/QC • Stefano Ceriana, P.E., LEED AP – Senior Project Engineer • Edward Talton, P.E. – Senior Engineer • J. Richard Voorhees, P.E., BCEE – Senior Engineer • Kerry Wulff, Senior Inspector • Jeffrey Robitaille, Inspector • Joseph Graham, P.E. – Project Engineer • Parsa Pezeshk, Ph.D., P.E. – Project Engineer • Scott Hoxworth, P.E. – Senior Engineer CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order Page 6 of 8 Revised: 8/3/2021 • Pamela Kerns, E.I. – Project Engineer • Emily Williamson, P.E. – Project Engineer • Leif Krapas, E.I. – Project Engineer • Lucas Parmer – Project Engineer • Ian Grabo E.I. – Project Engineer Driggers Engineering Services, Inc.: • Franklin Driggers, P.E. – Geotechnical Project Engineer ECHO UES, Inc. • Michael Patterson, PSM: Surveyor City of Clearwater • Andrija Selak – Project Manager • Fred Hemerick – Public Utilities Manager • Ike George – Water Distribution Supervisor • Mike Vacca – Water & Sewer Infrastructure Division Manager • Richard G. Gardner, P.E. – Public Utilities Director • Michael Flanigan – Public Utilities Assistant Director 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to: Weston Haggen, P.E. with copies to Allen Dethloff, P.E. All City project correspondence shall be directed to: The City Project Manager Todd Kuhnel with copies to the Utilities Engineering Manager, Public Utilities Director and Public Utilities Assistant Director. 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: 3217321-530100-96783 $2,250,000.00 3277327-530100-96784 $2,250,000.00 For work performed, invoices shall be submitted monthly to: City of Clearwater, Public Utilities Department Attention: PU Engineering 1650 No Arcturas Ave Bldg-C Clearwater, Florida 33765-1945. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order Page 7 of 8 Revised: 8/3/2021 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) is covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e., sampling equipment, etc.). 6. Documents posted on City website must be ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order Page 8 of 8 Revised: 8/3/2021 reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. c. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit it to the City for review and comment. 4. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70 E “Standard for Electrical Safety in the Workplace”. b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 12. SPECIAL CONSIDERATIONS: NA 13. SIGNATURES: PREPARED BY: APPROVED BY: John Hensley Richard Gardner, P.E. Infrastructure Sector President Public Utilities Director CHA Consulting, Inc. City of Clearwater Date Date 6/5/23 ATTACHMENT “A” CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 8/3/2021 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services* Labor* Total Multiple Water-RCW Program Consulting Services Water-RCW Program Consulting Services $1,500,000 $3,000,000 $4,500,000 Water-RCW Program Consulting Services: $4,500,000 SUBTOTAL, LABOR AND SUB-CONTRACTORS: $4,500,000 GRAND TOTAL**: $4,500,000 *These figures represent the estimated breakdown of the not-to-exceed contract value between CONSULTANT and its subconsultants for various Work Orders to be issued for the Supplement 1 services pursuant to the Master Agreement. **The Grand Total reflects that portion of the not-to-exceed contract value added by this Supplement 1. As set forth in Section 4 of this Supplement 1, the total not-to-exceed contract value of the Master Agreement, including that portion added by this Supplement 1, is $8,675,000. ATTACHMENT “B” (Include if applicable) CONSULTANT WORK ORDER 18-0040-UT Water/RCW Program Consultant CHA Consulting, Inc. 18-0040-UT Supplemental 1 City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 8/3/2021 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards are used the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or email address Tom.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. |1CITY OF CLEARWATER WATER/RECLAIMED WATER PROGRAM MANAGEMENT CITY PROJECT #18-0040-UTCOUNCIL ITEM ID#23-1444DATE MONDAY, December 4, 2023 |2CITY OF CLEARWATER CONTENT 1 PUBLIC UTILITIES SYSTEMS (Slide 3) 2 PROGRAM OVERVIEW (Slide 4-8) 4 QUESTIONS (Slide 9) 5 EXHIBITS PROJECTS |3CITY OF CLEARWATER PUBLIC UTILITIES SYSTEMS •Raw water (44 supply wells) •Water treatment (3 treatment plants) •Water distribution (585 miles of water mains) •Wastewater collection system •370 miles gravity main •73 lift stations, 38 miles force main) •Wastewater treatment (3 facilities) •Reclaimed water (RCW) distribution (141 miles) |4CITY OF CLEARWATER PROGRAM OVERVIEW Studies Designs Construction Oversight |5CITY OF CLEARWATER Studies |6CITY OF CLEARWATER Design Construction Oversight |7CITY OF CLEARWATER Design Construction Oversight Water Main Improvements •Over 36 Different Project Areas •Improve reliability and replace aging mains •~55,000-LF Water Main Replacement (~$14,000,000) |8CITY OF CLEARWATER North and South Beach Areas ~980 RCW Service Line Replacements RCW Valve Replacements RCW Improvements •Looping RCW system to improve water quality and system operation •5,200-LF RCW main ~$7,528,000 Design Construction Oversight |9CITY OF CLEARWATER •Assisted in Bidding to Procure Point Repair Contractor •Permitting Support Construction Oversight |10CITY OF CLEARWATER Accomplishments •Potable Water •~55,000 LF Water Main Designed •49,000 LF Awaiting Construction •6,000 LF Water Main Undergoing Construction •15 Hydrants Replaced •15 Valves Replaced or Undergoing Replacement •~100 Service Lines Replaced or Undergoing Replacement •Reclaimed Water •~4,000 LF RCW Main Designed and Undergoing Construction •33 RCW Valves Replaced or Planned •~980 RCW Service Lines Replaced or Planned |11CITY OF CLEARWATER PROGRAM OVERVIEW Studies Design Construction Oversight Original Contract Value: $4,175,000 Authorized Task Orders: $3,810,000 Original Contract Value: $4,175,000 Authorized Task Orders: $3,810,000 The additional funding will allow the Public Utilities Department to continue these services until the CHA contract due date of November 2025. |12CITY OF CLEARWATER QUESTIONS ? Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1488 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Approve Utility Work by Highway Contractor Agreement (UWHCA) between the Florida Department of Transportation (FDOT) and the City of Clearwater for the FDOT Utility Relocation at SR 60 (Courtney Campbell) Pedestrian Overpass from Courtney Campbell Trail to Bayshore Trail and authorize the appropriate officials to execute same. (consent) SUMMARY: FDOT is planning to construct a pedestrian overpass at SR 60 (Courtney Campbell). The City has a 6-in. sanitary sewer main, a 8-in. potable water main and a 6-in. reclaim water main, respectively, that conflict with the pedestrian overpass. November 17, 2023, FDOT approved City’s request to enter a UWHCA to relocate the 6-in. sanitary sewer main, 8-in. potable water main and 6-in. reclaim water main that conflict with the proposed FDOT construction. Entering the agreement allows the City to fund FDOT’s relocation costs. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval for Utility Work by Highway Contractor Agreement is requested. Page 1 City of Clearwater Printed on 11/28/2023 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 710-010-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) Financial Project ID: 437498-1-56-01 Federal Project ID: Financial Project ID: 437498-1-52-01 Financial Project ID: N/A Financial Project ID: N/A County: Pinellas State Road No.: 60 District Document No: N/A Utility Agency/Owner(UAO): City of Clearwater THIS AGREEMENT, entered into this day of year of by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the"FDOT", and City of Clearwater, hereinafter referred to as the "UAO"; WITNESSETH: WHEREAS, the FDOT, is constructing, reconstructing, or otherwise changing a portion of a public road or publicly owned rail corridor, said project being identified as SR 60(CCAMPBELL) PEDESTRIAN OVERPASS FM CCAMPBELL TRL TO BAYSHORE TRL, State Road No.: 60, hereinafter referred to as the "Project"; and WHEREAS,the UAO owns or desires to install certain utility facilities which are located within the limits of the Project hereinafter referred to as the"Facilities"(said term shall be deemed to include utility facilities as the same may be relocated, adjusted, installed, or placed out of service pursuant to this Agreement); and WHEREAS,the Project requires the location(vertically and/or horizontally),protection, relocation,installation, adjustment or removal of the Facilities, or some combination thereof, hereinafter referred to as "Utility Work"; and WHEREAS,the FDOT and the UAO desire to enter into a joint agreement pursuant to Section 337.403(1)(b), Florida Statutes for the Utility Work to be accomplished by the FDOT's contractor as part of the construction of the Project; and WHEREAS,the UAO, pursuant to the terms and conditions hereof,will bear certain costs associated with the Utility Work; NOW,THEREFORE, in consideration of the premises and the mutual covenants contained herein,the FDOT and the UAO hereby agree as follows: 1.Design of Utility Work a.UAO shall prepare, at UAO's sole cost and expense, a final engineering design, plans, technical special provisions, a cost estimate, and a contingency Utility Work Schedule (said contingency schedule to be used in the case of a bid rejection)for the Utility Work(hereinafter referred to as the Plans Package") on or before 17th Nov, year of 2023. b.The Plans Package shall be in the same format as the FDOT's contract documents for the Project and shall be suitable for reproduction. C.Unless otherwise specifically directed in writing,the Plans Package shall include any and all activities and work effort required to perform the Utility Work, including but not limited to, all clearing and grubbing, survey work and shall include a traffic control plan. d.The Plans Package shall be prepared in compliance with the FDOT's Utility Accommodation Manual and the FDOT's Design Manual in effect at the time the Plans Package is prepared,and the FDOT's contract documents for the Project. If the FDOT's Design Manual has been updated and conflicts with the Utility Accommodation Manual, the Utility Accommodation Manual shall apply where such conflicts exist. Pagel of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BioLI T-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) e.The technical special provisions which are a part of the Plans Package shall be prepared in accordance with the FDOT's guidelines on preparation of technical special provisions and shall not duplicate or change the general contracting provisions of the FDOT's Standard Specifications for Road and Bridge Construction and any Supplemental Specifications, Special Provisions, or Developmental Specifications of the FDOT for the Project. f. UAO shall provide a copy of the proposed Plans Package to the FDOT, and to such other right of way users as designated by the FDOT, for review at the following stages: Ph IV & Final. Prior to submission of the proposed Plans Package for review at these stages,the UAO shall send the FDOT a work progress schedule explaining how the UAO will meet the FDOT's production schedule. The work progress schedule shall include the review stages, as well as other milestones necessary to complete the Plans Package within the time specified in Subparagraph a. above. g.In the event that the FDOT finds any deficiencies in the Plans Package during the reviews performed pursuant to Subparagraph f. above, the FDOT will notify the UAO in writing of the deficiencies and the UAO will correct the deficiencies and return corrected documents within the time stated in the notice. The FDOT's review and approval of the documents shall not relieve the UAO from responsibility for subsequently discovered errors or omissions. h.The FDOT shall furnish the UAO such information from the FDOT's files as requested by the UAO; however, the UAO shall at all times be and remain solely responsible for proper preparation of the Plans Package and for verifying all information necessary to properly prepare the Plans Package, including survey information as to the location (both vertical and horizontal) of the Facilities. The providing of information by the FDOT shall not relieve the UAO of this obligation nor transfer any of that responsibility to the FDOT. i. The Facilities and the Utility Work will include all utility facilities of the UAO which are located within the limits of the Project,except as generally summarized as follows: N/A.These exceptions shall be handled by separate arrangement. j. If any facilities of the UAO located within the project limits are discovered after work on the project commences to be qualified for relocation at the FDOT's expense, but not previously identified as such, the UAO shall file a claim with the FDOT for recovery of the cost of relocation thereof. The filing of the claim shall not necessarily entitle the UAO to payment, and resolution of the claim shall be based on a determination of fault for the error. The discovery of facilities not previously identified as being qualified for relocation at the FDOT's expense shall not invalidate this Agreement. k.The UAO shall fully cooperate with all other right of way users in the preparation of the Plans Package. Any conflicts that cannot be resolved through cooperation shall be resolved in the manner determined by the FDOT. I. Upon completion of the Utility Work,the Facilities shall be deemed to be located on the public road or publicly owned rail corridor under and pursuant to the Utility Permit: TBD Note: It is the intent of this line to allow either attachment of or separate reference to the permit). 2.Performance of Utility Work a.The FDOT shall incorporate the Plans Package into its contract for construction of the Project. b.The FDOT shall procure a contract for construction of the Project in accordance with the FDOT's requirements. C.If the portion of the bid of the contractor selected by the FDOT which is for performance of the Utility Work exceeds the FDOT's official estimate for the Utility Work by more than ten percent(10%)and Page 2 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BioLI T-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) the FDOT does not elect to participate in the cost of the Utility Work pursuant to Section 337.403(1)(b), Florida Statutes, the UAO may elect to have the Utility Work removed from the FDOT's contract by notifying the FDOT in writing within 5 days from the date that the UAO is notified of the bid amount. Unless this election is made, the Utility Work shall be performed as part of the Project by the FDOT's contractor. d.If the UAO elects to remove the Utility Work from the FDOT's contract in accordance with Subparagraph 2. c., the UAO shall perform the Utility Work separately pursuant to the terms and conditions of the FDOT's standard relocation agreement, the terms and conditions of which are incorporated herein for that purpose by this reference, and in accordance with the contingency relocation schedule which is a part of the Plans Package. The UAO shall proceed immediately with the Utility Work so as to cause no delay to the FDOT or the FDOT's contractor in constructing the Project. e.The UAO shall perform all engineering inspection,testing,and monitoring ofthe Utility Work to insure that it is properly performed in accordance with the Plans Package,except for the following activities: N/A and will furnish the FDOT with daily diary records showing approved quantities and amounts for weekly, monthly, and final estimates in accordance with the format required by FDOT procedures. f. Except for the inspection, testing, monitoring, and reporting to be performed by the UAO in accordance with Subparagraph 2. e., the FDOT will perform all contract administration for its construction contract. g.The UAO shall fully cooperate with the FDOT and the FDOT's contractor in all matters relating to the performance of the Utility Work. h.The FDOT's engineer has full authority over the Project and the UAO shall be responsible for coordinating and cooperating with the FDOT's engineer. In so doing, the UAO shall make such adjustments and changes in the Plans Package as the FDOT's engineer shall determine are necessary for the prosecution of the Project. i. The UAO shall not make any changes to the Plans Package after the date on which the FDOT's contract documents are mailed for advertisement of the Project unless those changes fall within the categories of changes which are allowed by supplemental agreement to the FDOT's contract pursuant to Section 337.11, Florida Statutes. All changes, regardless of the nature of the change or the timing of the change, shall be subject to the prior approval of the FDOT. 3.Cost of Utility Work a.The UAO shall be responsible for all costs of the Utility Work and all costs associated with any adjustments or changes to the Utility Work determined by the FDOT's engineer to be necessary, including, but not limited to the cost of changing the Plans Package and the increase in the cost of performing the Utility Work, unless the adjustments or changes are necessitated by an error or omission of the FDOT. The UAO shall not be responsible for the cost of delays caused by such adjustments or changes unless they are attributable to the UAO pursuant to Subparagraph 4.a. b.The initial estimate of the cost of the Utility Work is $1,250,000.00. At such time as the FDOT prepares its official estimate,the FDOT shall notify the UAO of the amount of the official estimate for the Utility Work. Upon being notified of the official estimate, the UAO shall have five (5) working days within which to accept the official estimate for purposes of making deposits and for determining any possible contribution on the part of the FDOT to the cost of the Utility Work, or to elect to have the Utility Work removed from the FDOT's contract and performed separately pursuant to the terms and conditions set forth in Subparagraph 2. d. hereof. C.At least Thirty (30 ) calendar days prior to the date on which the FDOT advertises the Project for bids, the UAO will pay to the FDOT an amount equal to the FDOT's official estimate; plus 10%for Page 3 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BioLI T-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) mobilization of equipment for the Utility Work, additional maintenance of traffic costs for the Utility Work, administrative costs of field work, tabulation of quantities, Final Estimate processing and Project accounting (said amounts are to be hereinafter collectively referred to as the Allowances); plus 10% of the official estimate for a contingency fund to be used as hereinafter provided for changes to the Utility Work during the construction of the Project (the Contingency Fund). d.Payment of the funds pursuant to this paragraph will be made (choose one): directly to the FDOT for deposit into the State Transportation Trust Fund. as provided in the attached Three Party Escrow Agreement between UAO, FDOT and the State of Florida, Department of Financial Services, Division of Treasury. Deposits of less than $100,000.00 must be pre-approved by the FDOT Comptroller's Office prior to execution of this agreement. e.If the portion of the contractor's bid selected by the FDOT for performance of the Utility Work exceeds the amount of the deposit made pursuant to Subparagraph c. above,then subject to and in accordance with the limitations and conditions established by Subparagraph 2. c. hereof regarding FDOT participation in the cost of the Utility Work and the UAO's election to remove the Utility Work from the Project, the UAO shall,within fourteen (14)calendar days from notification from the FDOT or prior to posting of the accepted bid,whichever is earlier, pay an additional amount to the FDOT to bring the total amount paid to the total obligation of the UAO for the cost of the Utility Work, plus Allowances and 10% Contingency Fund. The FDOT will notify the UAO as soon as it becomes apparent the accepted bid amount plus allowances and contingency is in excess of the advance deposit amount; however,failure of the FDOT to so notify the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. In the event that the UAO is obligated under this Subparagraph 3.e. to pay an additional amount and the additional amount that the UAO is obligated to pay does not exceed the Contingency Fund already on deposit, the UAO shall have sixty(60)calendar days from notification from the FDOT to pay the additional amount, regardless of when the accepted bid is posted. f. If the accepted bid amount plus allowances and contingency is less than the advance deposit amount, the FDOT will refund the amount that the advance deposit exceeds the bid amount, plus allowances and contingency if such refund is requested by the UAO in writing and approved by the Comptroller of the FDOT or his designee. g.Should contract modifications occur that increase the UAO's share of total project costs, the UAO will be notified by the FDOT accordingly. The UAO agrees to provide, in advance of the additional work being performed, adequate funds to ensure that cash on deposit with the FDOT is sufficient to fully fund its share of the project costs. The FDOT shall notify the UAO as soon as it becomes apparent the actual costs will overrun the award amount; however, failure of the FDOT to so notify the UAO shall not relieve the UAO from its obligation to pay for its full share of project costs on final accounting as provided herein below. h.The FDOT may use the funds paid by the UAO for payment of the cost of the Utility Work. The Contingency Fund may be used for increases in the cost of the Utility Work which occur because of quantity overruns or because of adjustments or changes in the Utility Work made pursuant to Subparagraph 2. h. Prior to using any of the Contingency Fund, the FDOT will obtain the written concurrence of the person delegated that responsibility by written notice from the UAO. The delegatee shall respond immediately to all requests for written concurrence. If the delegatee refuses to provide written concurrence promptly and the FDOT determines that the work is necessary, the FDOT may proceed to perform the work and recover the cost thereof pursuant to the provisions of Section 337.403(3), Florida Statutes. In the event that the Contingency Fund is depleted, the UAO shall, within fourteen (14) calendar days from notification from the FDOT, pay to the FDOT an additional 10% of the total obligation of the UAO for the cost of the Utility Work established under Subparagraph 3. e. for future use as the Contingency Fund. Page 4 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BioLI T-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) i. Upon final payment to the Contractor,the FDOT intends to have its final and complete accounting of all costs incurred in connection with the work performed hereunder within three hundred sixty(360) days. All project cost records and accounts shall be subject to audit by a representative of the UAO for a period of three(3)years after final close out of the Project. The UAO will be notified of the final cost. Both parties agree that in the event the final accounting of total project costs pursuant to the terms of this agreement is less than the total deposits to date,a refund of the excess will be made by the FDOT to the UAO in accordance with Section 215.422, Florida Statutes. In the event said final accounting of total project costs is greater than the total deposits to date, the UAO will pay the additional amount within forty (40)calendar days from the date of the invoice. The UAO agrees to pay interest at a rate as established pursuant to Section 55.03, Florida Statutes, on any invoice not paid within the time specified in the preceding sentence until the invoice is paid. 4.Claims Against UAO a.The UAO shall be responsible for all costs incurred as a result of any delay to the FDOT or its contractors caused by errors oromissions in the Plans Package(including inaccurate location of the Facilities)or by failure ofthe UAO to properly perform its obligations under this Agreement in a timely manner. b.In the event the FDOT's contractor provides a notice of intent to make a claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the notice of intent and the UAO will thereafter keep and maintain daily field reports and all other records relating to the intended claim. C.In the event the FDOT's contractor makes any claim against the FDOT relating to the Utility Work, the FDOT will notify the UAO of the claim and the UAO will cooperate with the FDOT in analyzing and resolving the claim within a reasonable time. Any resolution of any portion of the claim directly between the UAO and the FDOT's contractor shall be in writing, shall be subject to written FDOT concurrence and shall specify the extent to which it resolves the claim against the FDOT. d.The FDOT may withhold payment of surplus funds to the UAO until final resolution (including any actual payment required) of all claims relating to the Utility Work. The right to withhold shall be limited to actual claim payments made by the FDOT to the FDOT's contractor. 5.Out of Service Facilities No Facilities shall be placed out of service unless specifically identified as such in the Plans. The following terms and conditions shall apply to Facilities placed Out-of-Service: a.The UAO acknowledges its present and continuing ownership of and responsibility for out of service Facilities. b.The FDOT agrees to allow the UAO to leave the Facilities within the right of way subject to the continuing satisfactory performance of the conditions of this Agreement by the UAO. In the event of a breach of this Agreement by the UAO, the Facilities shall be removed upon demand from the FDOT in accordance with the provisions of Subparagraph e. below. C.The UAO shall take such steps to secure the Facilities and otherwise make the Facilities safe in accordance with any and all applicable local,state or federal laws and regulations and in accordance with the legal duty of the UAO to use due care in its dealings with others. The UAO shall be solely responsible for gathering all information necessary to meet these obligations. d.The UAO shall keep and preserve all records relating to the Facilities, including, but not limited to, records of the location, nature of, and steps taken to safely secure the Facilities and shall promptly respond to information requests of the FDOT or other permittees using or seeking use of the right of way. Page 5 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BioLI T-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) e.The UAO shall remove the Facilities at the request of the FDOT in the event that the FDOT determines that removal is necessary for FDOT use of the right of way or in the event that the FDOT determines that use of the right of way is needed for other active utilities that cannot be otherwise accommodated in the right of way. Removal shall be at the sole cost and expense of the UAO and without any right of the UAO to object or make any claim of any nature whatsoever with regard thereto. Removal shall be completed within the time specified in the FDOT's notice to remove. In the event that the UAO fails to perform the removal properly within the specified time,the FDOT may proceed to perform the removal at the UAO's expense pursuant to the provisions of Sections 337.403 and 337.404, Florida Statutes. f. Except as otherwise provided in Subparagraph e. above, the UAO agrees that the Facilities shall forever remain the legal and financial responsibility of the UAO. The UAO shall reimburse the FDOT for any and all costs of any nature whatsoever resulting from the presence of the Facilities within the right of way. Said costs shall include, but shall not be limited to, charges or expenses which may result from the future need to remove the Facilities or from the presence of any hazardous substance or material in or discharging from the Facilities. Nothing in this paragraph shall be interpreted to require the UAO to indemnify the FDOT for the FDOT's own negligence; however, it is the intent that all other costs and expenses of any nature be the responsibility of the UAO. 6.Default a.In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement,the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: 1) Terminate this Agreement if the breach is material and has not been cured within sixty(60) days from written notice thereof from FDOT. 2) Pursue a claim for damages suffered by the FDOT. 3) If the Utility Work is reimbursable under this Agreement,withhold reimbursement payments until the breach is cured. The right to withhold shall be limited to actual claim payments made by FDOT to third parties. 4) If the Utility Work is reimbursable under this Agreement,offset any damages suffered by the FDOT or the public against payments due under this Agreement for the same Project. The right to offset shall be limited to actual claim payments made by FDOT to third parties. 5) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT property if the breach is material and has not been cured within sixty(60)days from written notice thereof from FDOT. 6) Pursue any other remedies legally available. 7) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b.In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement,the UAO may exercise one or more of the following options: 1) Terminate this Agreement if the breach is material and has not been cured within sixty(60) days from written notice thereof from the UAO. Page 6 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILI 0-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) 2) If the breach is a failure to pay an invoice for Utility Work which is reimbursable under this Agreement, pursue any statutory remedies that the UAO may have for failure to pay invoices. 3) Pursue any other remedies legally available. c. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties nor from any statutory obligations that either party may have with regard to the subject matter hereof. 7.Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non-performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. 8.Indemnification FOR GOVERNMENT-OWNED UTILITIES, To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents,employees,or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence ofthe FDOT or any of its officers,agents,or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each other within fourteen 14)working days and will jointly discuss options in defending the claim. After reviewing the claim,the FDOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. FOR NON-GOVERNMENT-OWNED UTILITIES, The UAO shall indemnify,defend,and hold harmless the FDOT and all of its officers,agents,and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject,except that neither the UAO, its agents,employees,or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14)days of receipt by the UAO of the FDOT's notice of claim for Page 7 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BioLI T-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication of judgment finding the FDOT solely negligent shall excuse performance of this provision by the UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 9.Miscellaneous a.Time is of essence in the performance of all obligations under this Agreement. b.The Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the current Utility Accommodation Manual in effect at the time the Plans Package is prepared and the current utility permit for the Facilities; provided, however,that the UAO shall not be obligated to protect or maintain any of the Facilities to the extent the FDOT's contractor has that obligation as part of the Utility Work pursuant to the FDOT's specifications. C.The FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. d.This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which may be applicable at the time of the Project and the relocation of the Facilities. e.This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. f.All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery,or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the UAO: Richard Gardner,Public Utilities Director 1650 North Arcturas Ave, Bldg C Clearwater, Florida 33765-1945 If to the FDOT: District 7 Utilities Administrator 11201 N McKinley Blvd, MS7-820 Tampa, Florida 33612 10. Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Changes To Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may refer to changes reflected in the above-named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document,the UAO Page 8 of 9 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION UTILI 0-22 UTILITIES UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT occ-03/20 AT UTILITY EXPENSE) hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled Changes to Form Document. You MUST signify by selecting or checking which of the following applies: No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Form Document." IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: City of Clearwater BY:(Signature) DATE: Typed Name: Brian J.Aungst Sr) Typed Title: City of Clearwater, Mayor) Recommend Approval by the District Utility Office BY: (Signature) DATE: FDOT Legal review BY: (Signature) DATE: District Counsel STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) DATE: Typed Name: Justin Hall) Typed Title: Director of Transportation Development ) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: DATE: Typed Name: Typed Title: Page 9 of 9 Page 1 of 3 THREE PARTY ESCROW AGREEMENT THIS AGREEMENT is made and entered into by and between the State of Florida, Department of Transportation ("FDOT"), City of Clearwater (“Participant”), and the State of Florida, Department of Financial Services, Division of Treasury (“Escrow Agent”), and shall become effective upon the Agreement’s execution by Escrow Agent. WHEREAS, FDOT and Participant are engaged in the following project (“Project”): Project Name: SR 60(CCAMPBELL) PEDESTRIAN OVERPASS FM CCAMPBELL TRL TO BAYSHORE TRL Project #: 437498-1-56-01 County: Pinellas WHEREAS, FDOT and Participant desire to establish an escrow account for the project. NOW THEREFORE, in consideration of the premises and the covenants contained herein, the parties agree to the following: 1. An initial deposit will be made into an interest bearing escrow account established hereunder for the purposes of the Project. The escrow account will be opened with the Escrow Agent on behalf of FDOT upon Escrow Agent’s receipt and execution of this Agreement. 2. Other deposits to the escrow account may be made during the life of this agreement. 3. Deposits will be delivered in accordance with instructions provided by the Escrow Agent to the FDOT for deposit into the escrow account. A wire transfer or ACH deposit is the preferred method of payment and should be used whenever possible. 4. FDOT's Comptroller or designee shall be the sole signatory on the escrow account with the Escrow Agent and shall have sole authority to authorize withdrawals from the account. Withdrawals will only be made to FDOT or the Participant in accordance with the instructions provided to the Escrow Agent by FDOT’s Comptroller or designee. 5. Moneys in the escrow account will be invested in accordance with section 17.61, Florida Statutes. The Escrow Agent will invest the moneys expeditiously. Income is only earned on the moneys while invested. There is no guaranteed rate of return. Investments in the escrow account will be assessed a fee in accordance with Section 17.61(4)(b), Florida Statutes. All income of the investments shall accrue to the escrow account. Page 2 of 3 6. Unless instructed otherwise by FDOT, all interest accumulated in the escrow account shall remain in the account for the purposes of the Project. 7. The Escrow Agent agrees to provide written confirmation of receipt of funds to FDOT. FDOT agrees to provide a copy of such written confirmation to Participant upon request. 8. The Escrow Agent further agrees to provide quarterly reports to FDOT concerning the escrow account. FDOT agrees to provide a copy of such quarterly reports to Participant upon request. 9. The Escrow Agent shall not be liable for any error of judgment or for any act done or omitted by it in good faith, or for anything which it may in good faith do or refrain from doing in connection herewith. 10. Escrow Agent shall have no liability for any claim, cost, expense, damage or loss due to the acts or omissions of FDOT and Participant, nor from any separate agreements between FDOT and Participant and shall have no responsibility to monitor or enforce any responsibilities herein or in any separate agreements associated with this Agreement between FDOT and Participant. 11. This Agreement shall be governed by and interpreted in accordance with the laws of the State of Florida. 12. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 13. This Agreement shall terminate upon disbursement by the Escrow Agent of all money held by it in the escrow account in accordance with the instructions given by FDOT’s Comptroller or designee and notification from FDOT to Escrow Agent that the account is to be closed. The remainder of this page is blank. Page 3 of 3 IN WITNESS WHEREOF, the parties have duly executed the Agreement on the date(s) below. For FDOT-OOC (signature) For PARTICIPANT (signature) Name and Title Name and Title 59-3024028 Federal Employer I.D. Number Federal Employer I.D. Number Date Date FDOT Legal Review: For Escrow Agent (signature) Name and Title Date ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! !! ! ! !! ! ! ! ! ! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! ! ! !! ! ! ! ! ! !! ! ! ! ! ! ! ! ! !! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!! ! ! ! !! ! ! ! !! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! !! ! ! ! ! ! ! ! ! !! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!! ! ! ! ! ! !!! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! ! ! ! ! !!! ! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! !3200306531418 31913118315831303100307131403204335033143280GULF TO BAY BLVDESTUARY TRLS BAYSHORE BLVDJOHNS PKWY DOWNING ST BAYSIDEBRGDocument Path: C:\Users\Thomas.Campbell\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\FDOT UWHCA Courtney Campbell\FDOT UWHCA Courtney Campbell\FDOT UWHCA Courtney Campbell.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2023 FDOT UWHCA Courtney Campbell ² N.T.S.Scale:TCMap Gen By:PDReviewed By:11/20/2023Date: AERIAL MAP PROJECT LOCATION Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1489 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.3 SUBJECT/RECOMMENDATION: Authorize a purchase order to American Backflow Products Co. of Tallahassee, FL, Core and Main LP of Tampa, FL, and Test Gauge FL LLC of Bradenton, FL, for the supply of backflow devices and parts in the annual not-to-exceed amount of $535,000.00 with the option for two, one-year renewals pursuant to Invitation to Bid No. 64-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: Backflow devices are an important water system component that prevent water in structures from flowing backwards and potentially contaminating the drinking water. Florida Administrative Code requires installation and routine maintenance of these devices for any addresses where reclaimed water is available or there is a risk of contamination. The city has over 14,000 of these devices installed. This contract will allow Public Utilities to repair, maintain, and replace these devices as needed. Invitation to Bid (ITB) No. 64-23 was issued on September 22, 2023, for the supply of backflow devices and parts. Five bids were received on October 23, 2023. American Backflow Products Co., Core & Main LP, and Test Gauge FL LLC are recommended for award, representing the lowest most responsible bidders, in accordance with bid specifications, for ITB No. 64-23, Backflow Devices and Parts. The recommended award is as follows: American Backflow Products Co.: ·Miscellaneous Parts, Group 8 ·Repair Kits, Group 9 Core & Main LP: ·Double Check Valve (DCV) 3/4 in.- 2 in., Group 1 ·Double Check Valve Assembly (DCVA) 3 in. - 8 in., Group 2 ·Double Check Valve Detector Assembly (DCDA) 2 in., Group 3 ·Double Check Valve Detector Assembly (DCDA) 4 in. - 12 in., Group 4 ·Reduced Pressure Zone (RPZ) ¾ in. - 2 in., Group 5 ·Reduced Pressure Zone (Assembly (RPZA) 3 in. - 10 in., Group 6 Test Gauge FL LLC: ·Freeze Production Valve (FPV), Group 7 To ensure continuity of supply, staff is requesting flexibility to use the secondary and tertiary source (if needed) for backflow devices and parts. The term of the contract will be December 8, 2023, through December 7, 2024, with two, one-year renewal options. Renewal terms allow for cost increases based on Producer Price Index #1017, Steel mill products. Renewal prices shall be firm for the respective annual term. APPROPRIATION CODE AND AMOUNT: Page 1 City of Clearwater Printed on 11/28/2023 File Number: ID#23-1489 Budgeted funds for FY24 are available in Public Utilities’ operating cost centers, cost code 550400 Operating Supplies & Materials. Funding for future years will be requested within contract calendar and spending limits. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, Invitation to Bid (ITB) #64-23, Backflow Devices and Parts was issued on September 22, 2023. Page 2 City of Clearwater Printed on 11/28/2023 November 17, 2023 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 64-23, Backflow Devices and Parts, to American Backflow Products Co. of Tallahassee, Florida, Core & Main LP of Tampa, Florida and Test Gauge FL LLC of Bradenton, Florida, the lowest most responsible bidders, in accordance with the bid specifications, in the estimated annual amount of $535,000, for the term December 8, 2023 to December 7, 2024, with two (2), one (1) year renewal options. The recommended award is as follows: American Backflow Products Co.: Miscellaneous Parts, Group 8 Repair Kits, Group 9 Core & Main LP: Double Check Valve (DCV) 3/4” – 2”, Group 1 Double Check Valve Assembly (DCVA) 3” – 8”, Group 2 Double Check Valve Detector Assembly (DCDA) 2”, Group 3 Double Check Valve Detector Assembly (DCDA) 4” – 12”, Group 4 Reduced Pressure Zone (RPZ) ¾” – 2”, Group 5 Reduced Pressure Zone Assembly (RPZA) 3” – 10”, Group 6 Test Gauge FL LLC: Freeze Protection Valve (FPV), Group 7 This Award recommendation will be considered by the City Council at the December 4, 2023, Work Session (1:30 p.m.) and voted on at the December 7,2023, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to Milisa Harris, Procurement Analyst at milisa.harris@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst CITY OF CLEARWATER ITB # 64-23, Backflow Devices and Parts DUE DATE: October 23, 2023; 10:00 AM BID TABULATION SUMMARY ITEM DESCRIPTION American Backflow Core & Main Ferguson Waterworks Fortiline Waterworks Test Gauge 1 Group 1: Double Check Valve (DCV) 3/4" - 2"32,049.28$ 30,875.76$ 34,020.16$ 35,237.76$ 32,193.16$ 2 Group 2: Double Check Valve Assembly (DCVA) 3" - 8"40,479.50$ 38,997.27$ 45,574.00$ 47,289.19$ 40,479.50$ 3 Group 3: Double Check Detector Assembly (DCDA) 2"25,591.84$ 24,654.80$ 28,800.00$ 29,897.04$ 25,591.84$ 4 Group 4: Double Check Detector Assembly (DCDA) 4"-12"203,226.88$ 195,785.65$ 228,772.00$ 237,414.58$ 201,846.56$ 5 Group 5: Reduced Pressure Zone (RPZ) 3/4" - 2"30,076.08$ 28,975.44$ 31,897.20$ 33,062.82$ 30,217.02$ 6 Group 6: Reduced Pressure Zone Assembly (RPZA) 3"-10"40,849.70$ 39,353.96$ 45,977.00$ 47,725.36$ 39,873.62$ 7 Group 7: Freeze Protection Valve (FPV)4,833.60$ 4,256.40$ 4,417.20$ 4,064.40$ 8 Group 8: Miscellaneous Parts 2,698.00$ 51,672.00$ 2,790.00$ 15,548.00$ 5,600.00$ 9 Group 9: Repair Kits 164,179.50$ 92,091.56$ 200,469.19$ 178,902.29$ 169,753.01$ Total Bid Items 1 – 9:543,984.38$ 502,406.44$ 622,555.95$ 629,494.24$ 549,619.11$ NOTE: Items with a star ( ) indicates intent to award.NOTE: Indicates where vendor did not bid on all items in the group NOTE: Vendors did not bid on Group 7 1) American Backflow Products Co.2) Core & Main LP 7580 W Tennessee Street 6525 N US Highway 301 Tallahassee, FL 32304 Tampa, FL 33610 3) Ferguson Waterworks 4) Fortiline, Inc 8008 E Sligh Ave 1031 S. 86th Street Tampa, FL 33610 Tampa, FL 33619 5) Test Gauge FL LLC 715 60th Court E Bradenton, FL 34208 ADVERTISED: TAMPA BAY TIMES 9/27/2023 POSTED:myclearwater.com 09/22/23-10/23/23 FOR THE CITY OF CLEARWATER Due/Opening: October 23, 2023; 10:00 a.m. INVITATION TO BID No.64-23 BACKFLOW DEVICES AND PARTS Solicitation Response Listing STANDARD TERMS AND CONDITIONS Backflow Devices and Parts 12 ITB #64-23 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. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement 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. nr! INVITATION TO BID 64-23 Backflow Devices and Parts September 22, 2023 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, October 23, 2023, to provide backflow devices and parts. Brief Description: The City of Clearwater is soliciting sealed bids from qualified vendors to establish a term contract for the acquisition of backflow devices and parts on an as needed basis for the Public Utilities Department, per the specifications and sizes requested. 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: Milisa Harris Procurement Analyst milisa. arris _myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel _myclearwater.com v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INSTRUCTIONS 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 Date and Time: n/a Location: n/a 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: October 23, 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 0.00 ® 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 0.00 ® No If required herein,the Contractor,simultaneously with the execution of the Contract,will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money Backflow Devices and Parts 2 ITB#64-23 INSTRUCTIONS order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if 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/y 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 FI, 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 Backflow Devices and Parts 3 ITB#64-23 INSTRUCTIONS 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, 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. 02 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. 04 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 Backflow Devices and Parts 4 ITB#64-23 INSTRUCTIONS 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 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 FI Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 Backflow Devices and Parts 5 ITB#64-23 INSTRUCTIONS- EVALUATION 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.mVclearwater.com/business/rfp to view relevant bid information and notices. i.28 BID TIMELINE. Dates are tentative and subject to change. Release ITB: September 22, 2023 Advertise Tampa Bay Times: September 27, 2023 Bids due: October 23, 2023 Review bids: October 23-27, 2023 Award recommendation: November 2023 Council authorization: November 2023 Contract begins: December 2023 Backflow Devices and Parts 6 ITB#64-23 STANDARD TERMS AND CONDITIONS S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: "vendor, contractor, consultant, supplier, proposer, company, persons", "purchase order, PO, contract, agreement", City, Clearwater', "bid, proposal, response, quote". S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor's employees, not City employees. Accordingly, Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NOW 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 Backflow Devices and Parts 7 ITB#64-23 STANDARD TERMS AND CONDITIONS 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. Backflow Devices and Parts 8 ITB#64-23 STANDARD TERMS AND CONDITIONS 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: osemarie.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 Backflow Devices and Parts 9 ITB#64-23 STANDARD TERMS AND CONDITIONS 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 Backflow Devices and Parts 10 ITB#64-23 STANDARD TERMS AND CONDITIONS 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. Backflow Devices and Parts 11 ITB#64-23 STANDARD TERMS AND CONDITIONS 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 orjudgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued,will be free of defects in materials and workmanship,will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement 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. Backflow Devices and Parts 12 ITB#64-23 STANDARD TERMS AND CONDITIONS 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. Backflow Devices and Parts 13 ITB#64-23 STANDARD TERMS AND CONDITIONS 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. Backflow Devices and Parts 14 ITB#64-23 DETAILED SPECIFICATIONS 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 of Clearwater is soliciting sealed bids from qualified vendors to establish a term contract for the acquisition of backflow devices and parts on an as needed basis for the Public Utilities Department, per the specifications and sizes requested. The estimated quantities indicated are given only as a guideline for preparing your bid and should not be construed as representing an actual amount to be purchased under this contract. Exhibit A— Bid Pricing must be completed and submitted with bid. NOTE: Bidders are not required to bid on all groups however, all line items within a group must be priced in order to be considered for that group. The City reserves the right to award the bid based on past performance, availability and/or renewal history. 3.SPECIFICATIONS. A. GENERAL REQUIREMENTS: i. All backflow devices and parts shall have a minimum warranty of one (1) year against defects in materials and workmanship. ii. Models listed below shall not be substituted without authorization from the City. All requests must be received in writing, to the Procurement Analyst listed on page one (1) of this solicitation, no later than October 09, 2023, at 5:OOPM Local Time, in order to be considered. No exceptions to the deadline will be considered. B. DOUBLE CHECK VALVE (DCV) 3/4"-2" REQUIREMENTS: i. The assembly shall consist of two (2) positive seating check modules with captured springs and rubber seat discs. ii. Seats and seat discs shall be replaceable. iii. The assembly shall have top entry access with screwdriver slotted test cocks. iv. All rubber elastomers shall be of chloramines resistant material. v. The assembly shall comply with state codes and standards, requiring reduced lead content. vi. The assembly shall meet the requirements of: NSF(formerly National Sanitation Foundation) / American National Standards Institute (ANSI) 372, American Society of Sanitary Engineering (ASSE) 1015, American Water Works Association (AWWA)Std. C510 (less ball valves allowed). vii. Accepted models: Ames LF2000B, Apollo / Conbraco DC-4ALF, Watts LF719, Wilkins 950-XLT2 or city approved equivalent. C. DOUBLE CHECK VALVE ASSEMBLY(DCVA) 3"-8" REQUIREMENTS: Backflow Devices and Parts 15 ITB#64-23 DETAILED SPECIFICATIONS i. The main valve body shall be manufactured from 300 series stainless steel. ii. The main valve body shall be 100% lead free through the waterway. iii. The double check valve assembly shall consist of two independently operated spring-loaded cam-check valves, required test cocks and optional inlet and outlet resilient seated shutoff valves. iv. Each cam-check shall be internally loaded and provide a positive drip tight closure against the reverse flow of liquid caused by back siphonage or backpressure. v. The modular cam-check shall include a stainless-steel spring and cam-arm, rubber faced disc and a replaceable seat. vi. There shall be no brass or bronze parts used within the cam-check valve assembly. vii. The valve cover shall be held in place by a single grooved style two-bolt coupling. viii. The main assembly shall consist of two (2) independently operating torsion spring check assemblies, two (2) resilient seated isolation valves, and four (4) ball valve type test cocks. ix. Accepted model: Ames series 2000SS-OSY or city approved equivalent. D. DOUBLE CHECK DETECTOR ASSEMBLY(DCDA) 2" REQUIREMENTS: i. The Device must consist of a main line valve body composed of two (2) independently acting approved poppet-type check modules with replaceable seats and disc rubbers. ii. Servicing of both check modules does not require any special tools and the DCDAs are accessed via a single top entry cover. iii. The device shall be fitted with approved Underwriters Laboratory (UL) Listed OS&Y Gates and contain properly located resilient seated test cocks along the main valve body. iv. The auxiliary bypass line contains a five eighths inch (W)x three quarters inch 3/") water meter with direct read cubic feet registration that complies with ANSI/AWWA Standard C700 coupled with an approved double check assembly DC). v. The bypass line is designed to detect leaks or unauthorized water usage of the fire system while protecting against possible backpressure and back siphonage conditions for non-health hazard (i.e., pollutant)application. vi. Accepted model: Ames series 3000BM1-OSY-CFM or city approved equivalent. E. DOUBLE CHECK DETECTOR ASSEMBLY(DCDA)4"-12" REQUIREMENTS: i. The main valve body shall be manufactured from 300 series stainless steel. ii. The main valve body shall be 100% lead free through the waterway. iii. The double check detector assembly consists of two (2) independently operating, spring loaded check valves, two (2) UL, flow meter (FM), OS&Y resilient seated gate valves, and bypass assembly. iv. The bypass assembly consists of a meter that reads in cubic feet, a double check including shutoff valves and required test cocks. v. Each cam-check shall be internally loaded and provide a positive drip tight closure against reverse flow. vi. Cam-check includes a stainless-steel cam arm and spring, rubber faced disc and a replaceable seat. vii. There shall be no brass or bronze parts used within the cam-check valve assembly. viii. The check valve seats shall be of molded thermoplastic construction. ix. The use of seat screws as a retention method is prohibited. x. All internal parts shall be accessible through a single cover on the valve assembly. Backflow Devices and Parts 16 ITB#64-23 DETAILED SPECIFICATIONS A. The valve cover shall be held in place using a single grooved style two-bolt coupling. xii. The bypass line shall be hydraulically sized to accurately measure low flow. The bypass line shall consist of a meter, a small diameter double check assembly with test cocks and isolation valves. xiii. The bypass line double check valve shall have two (2) independently operating modular poppet check valves, and top mounted test cocks. xiv. Accepted model: Ames series 3000SS-OSY-CFM or city approved equivalent. F. REDUCED PRESSURE ZONE (RPZ) 3/4"-2" REQUIREMENTS: i. The assembly shall consist of a pressure differential relief valve located in a zone between two (2) positive seating check valves. ii. Seats and seat discs shall be replaceable in both check valves and the relief valve. iii. The assembly shall have screwdriver slotted test cocks. iv. The relief valve shall have an internal sensing line to sense the inlet water supply. v. All rubber elastomers shall be of chloramines resistant material. vi. The reduced pressure zone backflow preventer shall comply with state codes and standards, requiring reduced lead content. vii. The assembly shall meet the requirements of: NSF / ANSI 372, ASSE 1013, AWWA Std. C511 (less ball valves allowed). viii. Accepted models: Ames LF4000B, Apollo / Conbraco RP-4ALF, Watts LF919, Wilkins 975-XL2 or city approved equivalent. G. REDUCED PRESSURE ZONE ASSEMBLY(RPZA) 3"-10" REQUIREMENTS: i. The assembly shall consist of a pressure differential relief valve located in a zone between two (2) positive seating cam-check assemblies. ii. The main valve body shall be manufactured from 300 Series stainless steel for corrosion resistance. iii. The cam-check assembly shall be of thermoplastic construction with stainless steel hinge pins, cam arm, and cam bearing. iv. The cam-check assembly shall utilize a single torsion spring design to minimize pressure drop through the assembly. v. The cam-check assembly shall be modular and shall seal to the main valve body by the use of an O-ring. vi. There shall be no brass or bronze parts used within the check assembly or relief valve. vii. The use of seat screws to retain the check valve seat is prohibited. viii. All internal parts shall be accessible through a single cover on the valve assembly securely held in place by a two-bolt grooved coupling. ix. The differential relief valve shall be of stainless-steel construction and shall utilize a rolling diaphragm and no sliding seals. x. The relief valve shall be bottom mounted and supplied with a steel reinforced sensing hose. A. The assembly shall include two (2)UL/FM outside stem and yoke resilient seated gate valves and four (4) ball type test cocks. xii. Accepted model: Ames Series 4000SS-OSY or city approved equivalent. H. FREEZE PROTECTION VALVE (FPV) REQUIREMENTS: i. The valve shall protect backflow preventers from freezing when installed in accordance with manufacturer's instructions. ii. All internal parts of the FPV shall be replaceable. iii. The FPV shall be corrosion resistant with one quarter inch ('/") male national pipe thread (MNPT) inlet port and easily installed on all backflow preventers. Backflow Devices and Parts 17 ITB#64-23 DETAILED SPECIFICATIONS iv. The discharge port shall accommodate a five eighths inch (5/8") I.D. hose. v. The FPV shall perform at operating pressures of 20-175 PSI, temperature range of 33-180 deg. F, and have a nominal start to open temperature of 35 deg. F. vi. The FPV shall comply with state codes and standards, requiring reduced lead content. vii. The FPV shall meet the requirements of: NSF/ANSI 372. viii. Accepted model: APOLLO 40LF-000-FPV1 or approved equivalent. 4.DELIVERY. Delivery shall be made to the location(s) indicated no later than fourteen (14) to twenty-one (21)days after receipt of an order or within quoted lead times. Delivery hours are from 8:00am to 3:00pm, Monday through Friday. Ship to: Public Utilities 1650 North Arcturas Ave Clearwater, Florida 33765 5.ADJUSTMENTS NECESSITATED BY MARKET VOLATILITY. The City may, at its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply are affected by extreme and unforeseen volatility in the marketplace. Requests for a price increase(s) must include written documentation demonstrating that all the following conditions exist: 1. The increase is the result of increased costs at the manufacturer's, supplier's, or shipper's level and are wholly beyond the vendor's control, and that; 2. The increase will not produce a higher profit margin for the contractor than those prices originally bid, and that; 3. The increase affects only those items clearly identified by the Vendor and are accompanied by written evidence, such as a supplier's invoice to the Contractor showing the price increase for the item(s). Documentation submitted to the City by the Vendor for all requested price increases outside the contract term shall include at minimum: written justification from the Manufacturer(s) or their assigned representative(s), increased cost, type of commodity and/or service, explanation for increase, the source of supply and supporting invoice(s). To establish a baseline for all requested increases, evidence of the Vendor's cost at time of bid will be required. The City will determine what is acceptable documentation. Price increases will not be considered for orders received, placed, and/or in process of fulfilment awaiting shipment. The City may request pricing documentation from the Vendor at any time during the term of the contract. Failure to provide the documentation within the time requested may result in cancellation in whole, or in part, of the contract. All price increase requests along with supporting documents must be submitted to the City representative for review who will forward to Procurement for final approval. NOTE: All price increases must be approved by the City's Procurement Division prior to taking effect. 6.INSURANCE REQUIREMENTS.To be reviewed by Risk Manager. 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 Backflow Devices and Parts 18 ITB#64-23 DETAILED SPECIFICATIONS 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#64-23 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 Backflow Devices and Parts 19 ITB#64-23 DETAILED SPECIFICATIONS 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. Backflow Devices and Parts 20 ITB#64-23 MILESTONES 1.BEGINNING AND END DATE OF INITIAL TERM. December 2023— December 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 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 for an amount for no more than the twelve months change in the Producer Price Index for 1017 Steel mill products, not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics http://www.bis.ggy/ppi/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. Backflow Devices and Parts 21 ITB#64-23 BID SUBMISSION 1. BID SUBMISSION. It is recommended that bids be submitted electronically through our bids website at https://www.myclearwater.com/business/rfL 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 Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form W-9 Form to be provided by Bidder(http://www.irs.gov/pub/irs-pdf/L9.pdo Backflow Devices and Parts 22 ITB#64-23 BID PRICING Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Backflow Devices and Parts to the City of Clearwater at the price(s)stated in Exhibit A—Bid Pricing. GROUP NUMBER TOTAL GROUP 1: DOUBLE CHECK VALVE (DCV)3/4"—2" GROUP 2: DOUBLE CHECK VALVE ASSEMBLY (DCVS)3"—8" GROUP 3: DOUBLE CHECK DETECTOR ASSEMBLY(DCDA) 2" GROUP 4: DOUBLE CHECK DETECTOR ASSEMBLY (DCDA) 4"— 12" $ GROUP 5: REDUCED PRESSURE ZONE (RPZ)3/4"—2" GROUP 6: REDUCED PRESSURE ZONE ASSEMBLY (RPZA) 3" — 10" $ GROUP 7: FREEZE PROTECTION VALVE (FPV) GROUP 8: MISCELLANEOUS PARTS GROUP 9: REPAIR KITS GRAND TOTAL DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: City of Clearwater's standard payment terms are NET30 Vendor: Date: Backflow Devices and Parts 23 ITB#64-23 EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA 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: Backflow Devices and Parts 24 ITB#64-23 VENDOR INFORMATION 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. Backflow Devices and Parts 25 ITB#64-23 SCRUTINIZED COMPANIES FORM 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 Backflow Devices and Parts 26 ITB#64-23 SCRUTINIZED COMPANIES FORM 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 1 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 Backflow Devices and Parts 27 ITB#64-23 E-VERIFY ELIGIBILITY FORM 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 1 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 Backflow Devices and Parts 28 ITB#64-23 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. I) 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: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER For US Mail------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name- Address- City, ame: Address: Cit , State, Zip: ITB#64-23, Backflow Devices and Parts Due Date: October 23, 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, ame: Address: Cit , State, Zip: ITB #64-23, Backflow Devices and Parts Due Date: October 23, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement 100 S Myrtle Ave 3rd FI Clearwater FL 33756-5520 For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------ Backflow Devices and Parts 30 ITB#64-23 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1430 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Approve a purchase order to Toter, LLC of Statesville, NC for the purchase of refuse and recycling containers in the annual not-to-exceed amount of $200,000.00 with two, one-year renewal options pursuant to ITB 60-23 and authorize the appropriate officials to execute same. (consent) SUMMARY: On September 20, 2023, Procurement issued Invitation to Bid (ITB) 60-23, Refuse and Recycling Containers, for the purchase of new and unused residential plastic refuse and recycling containers. The City received two bids on October 20, 2023. Toter, LLC was considered the lowest, most responsible bidder in accordance with the bid specifications. Solid Waste and Recycling collects refuse and recycling from residential customers and has been purchasing these containers from Toter, LLC and find that their containers are very durable. The initial contract term is from December 8, 2023 through December 7, 2024, with the option for two, one-year renewal terms. Contract renewals allow for pricing increases based on the appropriate PPI Index. APPROPRIATION CODE AND AMOUNT: Funds are available as part of the FY 2024 budget for Solid Waste and Recycling to fund this contract: ·4242082-550410 (Solid Waste Fund - Solid Waste Collection-Residential - Resident Refuse/Recycle Carts) ·4262041-550410 (Recycling Fund - Recycling-Residential - Resident Refuse/Recycle Carts) ·4262042-550410 (Recycling Fund - Recycling-Multifamily - Resident Refuse/Recycle Carts) USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item falls under objective 1.2 (maintaining public infrastructure) within High Performing Government and objective 4.2 within Environmental Stewardship (waste reduction practices). Page 1 City of Clearwater Printed on 11/28/2023 November 3, 2023 NOTICE OF INTENT TO AWARD Solid Waste Department and the Procurement Division recommend award of ITB No. 60-23, Refuse and Recycling Containers, to Toter of Statesville, North Carolina, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated annual amount of $200,000, for the term December 8, 2023, to December 7, 2024, with two (2), one (1) year renewal options. This Award recommendation will be considered by the City Council at the December 4, 2023, Work Session (1:30 p.m.) and voted on at the December 7, 2023, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at Milisa.Harris@myclearwater.com or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst CITY OF CLEARWATER ITB # 60-23, Refuse and Recycling Containers DUE DATE: October 20, 2023; 10:00 AM BID TABULATION SUMMARY ITEM DESCRIPTION OTTO Environmental Systems TOTER, LLC 1 48 Gallon Refuse Container 5,511.00$ 5,219.00$ 2 64 Gallon Refuse Container 5,479.00$ 5,594.00$ 3 96 Gallon Refuse Container 11,464.00$ 12,138.00$ 4 48 Gallon Recycle Container 5,948.00$ 5,244.00$ 5 64 Gallon Recycle Container 6,036.00$ 5,619.00$ 6 96 Gallon Recycle Container 12,578.00$ 12,188.00$ Total Bid Items 1 –6:47,016.00$ 46,002.00$ NOTE: Items with a star ( ) indicates intent to award. 1) Otto Environmental Systems 2) Toter, LLC 12700 General Drive 841 Meacham Road Charlotte, NC 28273 Statesville, NC 28677 ADVERTISED: TAMPA BAY TIMES date 9/20/2023 POSTED:myclearwater.com date - date 9/20/23 - 10/20/23 FOR THE CITY OF CLEARWATER Due/Opening: October 20, 2023; 10:00 a.m. INVITATION TO BID No. 60-23 Refuse and Recycling Containers Solicitation Response Listing v. 11.2018 Procurement Division 100 S Myrtle Ave 33756-5520 PO Box 4748 33758-4748 Clearwater FL 727-562-4633 INVITATION TO BID #60-23 Refuse and Recycling Containers September 20, 2023 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 A.M., Local Time, October 20, 2023, to provide new and unused refuse and recycling containers. Brief Description: The City of Clearwater is soliciting sealed bids to supply new and unused residential plastic refuse and recycling containers. 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: Milisa Harris Procurement Analyst milisa.harris@myclearwater.com This Invitation to Bid is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS Refuse and Recycling Containers 2 ITB #60-23 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 Date and Time: n/a Location: n/a 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: October 20, 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 $ 0.00 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 $ 0.00 No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money INSTRUCTIONS Refuse and Recycling Containers 3 ITB #60-23 order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if 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 INSTRUCTIONS Refuse and Recycling Containers 4 ITB #60-23 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, 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 INSTRUCTIONS Refuse and Recycling Containers 5 ITB #60-23 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 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 Refuse and Recycling Containers 6 ITB #60-23 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: September 20, 2023 Advertise Tampa Bay Times: September 20, 2023 Bids due: October 20, 2023 Review bids: October 20 – 27, 2023 Award recommendation: October 27, 2023 Council authorization: November 2023 Contract begins: November 2023 STANDARD TERMS AND CONDITIONS Refuse and Recycling Containers 7 ITB #60-23 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 Refuse and Recycling Containers 8 ITB #60-23 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 Refuse and Recycling Containers 9 ITB #60-23 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 Refuse and Recycling Containers 10 ITB #60-23 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 Refuse and Recycling Containers 11 ITB #60-23 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 Refuse and Recycling Containers 12 ITB #60-23 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. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. S.27 CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement 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 Refuse and Recycling Containers 13 ITB #60-23 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 Refuse and Recycling Containers 14 ITB #60-23 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 Refuse and Recycling Containers 15 ITB #60-23 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 of Clearwater is soliciting sealed bids to supply new and unused residential plastic refuse and recycling containers. 3. SPECIFICATIONS. Vendor shall provide the following size requirements. Sample images have been provided under Exhibit A – Images. A. SIZING AND CAPACITY. Container body capacity, excluding lid, shall generally conform to the following (US Gallons): a. 48 Gallons: Small (+/-5%) b. 64 Gallons: Medium (+/-5%) c. 96 Gallons: Large (+/-5%) B. MANUFACTURING PROCESS AND MATERIALS. a. The body of the containers shall be composed of high-density polyethylene (HDPE). Containers shall meet the requirements of American National Standards Institute (ANSI) Z245.30 and Z245.60 standards for both ANSI type B and G. Certified copies of all ANSI test results shall be provided with bid submittal. b. The body and lid of the containers shall be formed using only first quality HDPE supplied by a national petrochemical producer. c. Each container shall be made utilizing rotational molding process. Containers shall be stabilized with color pigment and an ultraviolet inhibitor (minimum two percent (2%) by weight). d. Containers shall possess a minimum of 30% recycled content. Specifications for proposed containers shall be included with bid submittal. C. CONTAINER CONSTRUCTION. a. INTERIOR SURFACE – The interior surface shall be smooth and free from defects, obstructions, projections, recesses, etc. that could retain refuse. b. BODY -The container body shall include an upper rim sufficient for the lid to create a tight seal between the body and lid when closed. Body shall have reinforced wear points on high-stress areas. c. WALL – The minimum wall thickness of the body shall be no less than .170 inches. d. LID – The lid shall be manufactured from the same material as the body and configured not to warp, bend, slump or distort to the extent that it no longer fits the body properly. The lid shall be watertight and promote drainage off the lid and away from the container. The manufacturer may not attach lids to containers using metal hinges, brackets/bolts and/or screws, metal bars, polyvinyl chloride (PVC), plastic glued connections, or any hidden bars. Lids shall be capable of being imprinted with a custom hot stamp, heat transferred label, or in-mold labeling (IML) technology. Reference Exhibit B - Recycle and Exhibit C - Refuse. DETAILED SPECIFICATIONS Refuse and Recycling Containers 16 ITB #60-23 e. BOTTOM – The bottom of the container shall have a molded in wear strip for reinforcement. f. WHEELS – The wheels shall be minimum ten-inch (10”) in diameter with knobby treads. Wheels shall be extra high molecular weight polyethylene capable of supporting a minimum of two hundred (200) pounds (lbs.). g. AXLE – The axle shall be rust resistant and full supported by the cart body. Axle shall slide through molded-in plastic journals in the cart bottom and shall not be exposed to refuse inside of container. h. HANDLE – The handle shall be molded-in as part of the container body. Bolt on handle mounts or bolt on handles are not acceptable. The handle shall provide a minimum one-inch (1”) diameter comfortable gripping area for either pulling or pushing the container. The handle shall have Radio Frequency Identification (RFID) technology. i. AUTOMATED ARM LIFTING SYSTEM –The containers shall be capable of being lifted/dumped by an automated arm. The containers shall be equipped with attachment points which make it compatible with standard American fully automated arm lifters. j. STABILITY -The containers shall be stable and not blow over in winds averaging forty- five (45) mile per hour (mph), either loaded or empty. Containers shall be easy to tilt and roll while keeping both feet on the ground. k. ASSEMBLY/DISASSEMBLY – Containers shall be factory installed with stop bar and axel. Assembled with lids down. Wheels shall be placed inside containers for the City of Clearwater to install. Vendor shall provide all hardware, assembly instructions, parts lists, and assembly tools lists. l. NESTABILITY - Containers shall be nestable when fully assembled for efficiency in delivery and storage. m. COLOR – Refuse containers shall be black with black lids. Recycling containers shall be blue with yellow lids. No alternative colors will be accepted. 4. CITY STAMP. The City of Clearwater logos shall be stamped on each side of the container and shall be white in color. Refuse containers shall be stamped on lid with information on how to place the container curbside along with acceptable and non-acceptable items. Blue recycle containers shall have, in mold label on top of lid, what items may or may not be recycled. Reference Exhibit A – Images, Exhibit B – Recycle, Exhibit C – Refuse and Exhibit D – Clearwater Logo. 5. SERIAL NUMBERS. The container shall have a 9-digit serial number hot stamped onto the front side of the container body. Serial numbers shall be in sequence beginning with a number designated by the City of Clearwater. 6. REFERENCES. The Vendor shall include the number of years the manufacturer has produced containers for automated refuse and recyclable collection. The manufacturer shall have at least five (5) years of experience. The Vendor shall provide with bid submittal, a list of three (3) references, preferably from other municipalities, currently using the bid containers. 7. WARRANTY. Vendor shall submit with bid proposal warranty documentation. Upon award, a listing of replacement parts shall be made available. 8. ASSEMBLY/DELIVERY. All bid prices shall include assembly and delivery. Vendor shall provide the City with a complete listing of container serial numbers. Delivery shall be made to the location(s) indicated no later than fourteen (14) to twenty-one (21) days after receipt of an order or within quoted lead times. Delivery hours are from 7:00am to 3:00pm, Monday through Friday. Solid Waste and Recycling 1701 N Hercules Ave. Clearwater, Florida 33765 9. INSURANCE REQUIREMENTS. To be reviewed by Risk Manager. 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 DETAILED SPECIFICATIONS Refuse and Recycling Containers 17 ITB #60-23 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 #60-23 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 DETAILED SPECIFICATIONS Refuse and Recycling Containers 18 ITB #60-23 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 Refuse and Recycling Containers 19 ITB #60-23 1. BEGINNING AND END DATE OF INITIAL TERM. November 2023 – November 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 is possible at the City’s option. . 4. PRICES. All pricing shall be firm for the initial term of (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 for an amount for no more than the twelve months change in the Producer Price Index for 325211-1 Thermoplastic Resins and Plastics Material. All items Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/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 Refuse and Recycling Containers 20 ITB #60-23 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 Exceptions/Additional Materials/Addenda form Vendor Information form Scrutinized Companies form(s) as required E-Verify Eligibility form as required Offer Certification form Certified ANSI testing results Minimum of three customer (3) references Warranty Documentation Specification sheets for proposed containers W-9 Form to be provided by Bidder (http://www.irs.gov/pub/irs-pdf/fw9.pdf) BID PRICING Refuse and Recycling Containers 21 ITB #60-23 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Refuse and Recycling Containers to the City of Clearwater at the price(s) stated below. The City of Clearwater makes no expressed or implied guarantees to purchase specific quantities. The estimated quantities indicted below are given only as a guideline for preparing your bid and should not be construed as representing the actual amount to be purchased under this contract. Item No. Description Unit Price Quantity Total Price 1 48 Gallon Refuse Container $ 100 $ 2 64 Gallon Refuse Container $ 100 $ 3 96 Gallon Refuse Container $ 200 $ 4 48 Gallon Recycle Container $ 100 $ 5 64 Gallon Recycle Container $ 100 $ 6 96 Gallon Recycle Container $ 200 $ Total Bid $ DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: City of Clearwater’s standard payment terms are NET30 Vendor: _________________________________________ Date: _______________________________ EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Refuse and Recycling Containers 22 ITB #60-23 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 Refuse and Recycling Containers 23 ITB #60-23 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 Refuse and Recycling Containers 24 ITB #60-23 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 Refuse and Recycling Containers 25 ITB #60-23 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 Refuse and Recycling Containers 26 ITB #60-23 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 Refuse and Recycling Containers 28 ITB #60-23 Instructions: Vendor shall provide with bid submittal a minimum of three (3) customer 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 Refuse and Recycling Containers 29 ITB #60-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED BID Submitted by: Company Name: Address: City, State, Zip: ITB #60-23, Refuse and Recycling Containers Due Date: October 20, 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 #60-23, Refuse and Recycling Containers Due Date: October 20, 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 The City of Clearwater Florida ITB #60-23 “Refuse and Recycling Containers” Due: October 20, 2023, at 10:00 a.m. Contact: Kellie K. Clark Sr. Manager, Bids/Contracts 800-424-0422, Ext 09584 Direct Phone – 704-768-2584 kclark@toter.com October 17, 2023 Ms. Milisa Harris Procurement Analyst City of Clearwater 100 S Myrtle Ave 3rd Floor Clearwater, FL 33756 RE: Cover Letter – Toter, LLC’s Response to ITB #60-23 “Refuse and Recycling Containers” Dear Ms. Harris, Toter, LLC is pleased to provide a Bid for 48-gallon, 64-gallon, and 96-gallon carts to the City of Clearwater. As a Wastequip brand, Toter is a manufacturer and marketer of high-quality plastic containers and related products, solely dedicated to the waste industry for residential, hauler, industrial, commercial, and retail accounts. Toter introduced the automated curbside cart system in North America during the late 1960’s. We have been in continuous operation for 60+ years and are the largest plastic roll out cart rotational molder in North America. We’ve earned our reputation as the market leader. Toter is focused solely on creating and producing products for the waste industry. Our history spans six decades of cart manufacturing, and our team includes a cadre of industry veterans who know refuse and recycling carts. Through the support of a seasoned management team with deep professional and industry experience, Toter ensures that we deliver on customer commitments day in and day out. We’re laser-focused on quality products, service, and continued innovation. As the only rotational molded cart manufacturer, Toter can help customers reduce the total cost of its collection services through carts that are flexible and impact resistant. “Built for Extremes” is more than just a tagline because our carts have decades of proven performance withstanding the daily abuse of curbside waste collection. Why Toter is the best value. Toter’s 12 Year Cart Body Warranty is 2 years longer than any other cart warranty. 2 additional years of coverage reduces potential cart replacement cost in years 11 and 12 of ownership by $7 to $9/cart. Nothing prevents another cart company from offering a 12-year warranty other than the knowledge that its carts are not durable. Our proven 15 to 20+ year service life is many years longer than the service life claimed by the leading injection molded cart manufacturer (only 10 years). Toter roll carts are different from others in the industry. In 1994, Toter introduced its patented ADVANCED ROTATIONAL MOLDING™ process which revolutionized both the rotational molding and waste industry. Toter’s “zero stress” molding technology offers important higher strength to weight ratios and durability advantages over “high stress” processes such as injection molding. It is notable that products such as kayaks and bridge barriers are rotationally molded because both products must withstand impact, just like carts must bounce back when serviced by an automated arm, and especially in extreme temperatures. Many of our customers have tried injection molded carts and switched (or switched back) to our rotationally molded product due to the durability and low lifecycle cost of our carts. Why Toter is the preferred cart supplier by hundreds of customers. We are dedicated to the waste industry, not manufacturing for any other industry - We are the largest rotational molder of roll carts in North America, have been in continuous operation since 1962. Owned and operated by Wastequip, LLC, the largest waste equipment provider in North America – Founded in 1989, Wastequip is the leading manufacturer of waste handling equipment in North America, with a complete line of both steel and plastic waste handling equipment. Wastequip and Toter provide the perfect place for one-stop shopping! Long-term solutions to meet every possible need – Refuse and Recycling Carts in sizes 16 to 96 Gallons; 2, 13, 21, 32 and 48 Gallon Organics Carts; 96, 64 and 32 Gallon Bear Resistant Carts; 1, 2, 3 and 4 Cubic Yard Front Load Containers; and services of Cart Assembly and Delivery to Residents, Cart Maintenance, and Technology Solutions. Nestable/Stackable carts - We are the first and only manufacturer to design roll carts that are nestable/stackable when FULLY ASSEMBLED and “Ready to Roll”. Our customers realize savings in storage/inventory costs and experience savings in reduced number of replacement trips. Unlike injection molded carts that nest no more than 2 carts high because of protruding wheels, Toter carts can be stacked up to 6-8 carts high and require fewer square feet for storage and/or truck space to the field. WARRANTY EXCEEDS INDUSTRY WARRANTY TERMS - We will provide our standard residential roll cart warranty that with cart bodies confidently covered by a unique and unprecedented standard 12-year non-prorated warranty (all other cart components have a 10-year non-prorated warranty). Because we Rotationally Mold our carts rather than injection molding them as others do, we have a proven life expectancy of 15 to 20+ years. This 12-year body warranty is “putting our money where our mouth is.” Please review enclosed information such as “How Toter Can Save You Money” and our warranty and warranty claim procedures and information. To pose inquiries concerning our bid, please contact me. Thank you again for the opportunity to participate in this process. Best regards, Kellie K. Clark Sr. Manager of Bids and Contracts Toter, LLC 841 Meacham Road Statesville, NC 28677 800-424-0422, Ext 09584 Toll Free or 704-768-2584 Direct kclark@toter.com THIS IS TOTER – Toter, LLC is the largest plastic roll out cart rotational molder in North America, as an industry-leading manufacturer and marketer of high quality plastic containers and related products for residential, hauler, industrial, commercial and retail accounts. As a 100% U.S. owned Company, Toter has been in continuous operation since 1962, originally as a subsidiary of Rubbermaid Incorporated. Since then, Toter has been recognized as the manufacturer of the top-selling brand of two-wheeled carts for curbside automated waste, recycling and organics collection by cities, private waste haulers and recyclers. Headquarters for Toter is in North Carolina, with regional manufacturing/ distribution facilities within the following locations: Statesville, NC; Acuna, Mexico; and Del Rio, TX. Toter is dedicated to the waste industry, not manufacturing for any other industry. Dates of Incorporation: Toter, LLC is the manufacturer of Toter carts. Our business has been in continuous operation since 1962 as a subsidiary of Rubbermaid Products. Organized as a private corporation April 21, 1983 as Applied Products, Inc. Our company changed our name to Toter Incorporated April 28, 1988, then to Toter, LLC in June of 2012. In 2007, Toter was acquired by Wastequip and operates as a subsidiary of Wastequip, LLC, the largest waste equipment provider industry-wide! Founded in 1989, Wastequip is the leading manufacturer of waste handling equipment in North America. From carts, containers and compactors, to hoists, refuse trucks and tarping systems, to replacement parts, service and technology, our products are known for their quality and durability. Including Toter, Wastequip is the waste industry’s only ALL-IN- ONE PROVIDER, with 12 brands, approximately 3,400 employees at and 37 facilities. Wastequip is one of the few companies that manufactures a complete line of both steel and plastic waste handling equipment. Armed with deep waste industry experience and dedicated to innovation, our team solves the collection, handling, and transport challenges facing today’s operators through its leading-edge product development and personalized service. We’re equally proud to be a driving force for enhanced sustainability across the waste industry, consistently striving to improve our own operations while making it easier for our customers to do the right thing. Toter is the leading supplier of wheeled, rollout carts (16 to 96 gallons) used for curbside automated waste, recycling, organics/yard waste by cities and government entities, as well as private waste haulers. We offer Organics Carts with a higher load rating (6.25 lbs per gallon versus the required ANSI Standard load rating for carts at 3.5 lbs per gallon). And our Bear Tough Carts have a double-walled lid and steel- reinforced rim to withstand repeated clawing and chewing, tested to withstand the wiles and vast strength of bears. We tell the toughest bears to grin and bear it! In 1994, Toter introduced its patented Advanced Rotational Molding™ process which has revolutionized both the rotational molding and waste industry. With this new state-of-the-art manufacturing process, Toter molds intricate designs heretofore impossible for conventional rotomolders. Toter’s “zero stress” molding technology offer important higher strength to weight ratios and durability advantages over “high stress” processes such as injection molding. During our molding process, molds are filled with a pre-measured amount of plastic micro-pellets, then moved into an oven to melt the plastic material while the machine rotates. This rotation in heat causes the plastic to coat the inside of the mold. This method does not require high-pressure hydraulic equipment to fill the mold, so no stress is introduced during the molding cycle (unlike stress created by injection molding). The mold is transferred to a cooling chamber to cure, where a microprocessor controls the cooling cycle to optimize impact strength and performance of the final product. After slowly cooling with air and water, the cart is removed from the mold to be trimmed, imprinted and assembled. Important products such as kayaks and bridge barriers are rotationally molded because both products must withstand impact, just like carts must bounce back when serviced by an automated arm, and especially in cold temperatures. Extreme environments, such as Anchorage, Chicago, Detroit, Seattle, Pasadena, and numerous other cities have proved that advantage. Many of our customers have tried injection molded carts and switched (or switched back) to our rotationally molded product due to the lowest lifecycle cost of our carts. Our molding process and material create a 15-20+ year cart life expectancy, which in turn allows Toter to back our carts with a 12 year cart body warranty and 10 years on all other components. A few of our customers with carts over 15-20+ years old include are: Macon, GA - 132K carts over 45 years Washington, DC - 377K carts over 40 years Visalia, CA - 105K carts over 35 years Salt Lake City, UT - 259K carts over 34 years Pasadena, CA - 86K carts over 33 years Statesville, NC - 21K carts over 33 years Winston-Salem, NC - 214K carts over 31 years Tucson, AZ - 337K carts over 31 years Dayton, OH - 288K carts over 31 years Austin, TX - 775K carts over 30 years Pensacola, FL - 28K carts over 29 years Des Moines, IA - 189K carts over 29 years Houston, TX - 464K carts over 24 years San Antonio, TX - 1 million carts over 18 years Montgomery County, MD - 59K carts over 18 years Fort Worth, TX - 82K carts over 18 years Vancouver, BC, Canada - 232K carts over 17 years Lauderdale County, FL - 31K carts over 17 years Fort Wayne, IN – 200K carts over 16 years Greensboro, NC – 118K carts over 15 years Akron, OH – 145K carts over 15 years The list shows just a very few of our thousands of customers. Reference information is included in this submission. TOTER’S COMMITMENT TO THE WASTE INDUSTRY - Toter supplies private haulers and recyclers with cart fleets for collection services. We work with Recology, Casella, EDCO, Waste Pro, Santek, CR&R and many other hauling/recycling companies varying in size, with resources readily in place for production, assembly, distribution to residents, cart maintenance and retired carts recycling services. We specialize in on-time detailed projects to set out carts to residential and commercial properties to meet municipal collection start/set dates and deadlines. Toter provides total cart fleet maintenance services, and Toter is currently servicing the City of Fort Worth, TX with a maintenance program for its entire cart fleet. Maintenance service options available include, but are not limited to: repairs, cart washing, swapping one cart size for another, management of cart inventory, and recycling of unusable carts or components, with response time from 2 to 5 business days. Our roll cart warranty EXCEEDS INDUSTRY WARRANTY TERMS with cart bodies covered by a unique and unprecedented 12 year non- prorated warranty (all other cart components have a 10 year non- prorated warranty). Because we Rotationally Mold our carts rather than injection molding them as others do, we have a proven life expectancy of 15 to 20+ years. This 12 year body warranty avoids the premature replacement of the body, which is the part of the cart the cart lifting device engages. We believe our customers will see a reduction in replacement cost of about $7 to $9 per cart over the first 12 years of service. As a result, our roll cart customers obtain a currently unmatched warranty in the roll cart industry! We continue to be the first and only manufacturer to design roll carts that are truly nestable/stackable when fully assembled and “Ready to Roll”. Our customers realize savings in storage/inventory costs and experience savings in reduced number of replacement trips. Unlike injection molded carts that nest no more than 2 carts high because of protruding wheels, Toter carts can be stacked up to 6-8 carts high as they require fewer square feet. Toter carts can be delivered 3x more quickly than other brands by eliminating trips with more carts per load. Cities and haulers save between $2- 3 per cart in fuel, truck usage and labor expenses due to Toter’s nestability feature. Injection molders often claim this feature, but offer wheels that pivot/slide, or still need wheels attached. Toter is the first container manufacturer to have introduced a new color option for the industry – Granite color bodies. This upscale look allows municipalities and haulers to provide a low cost, premium finish to highlight new automated container programs. Our 48 gallon size is often chosen for garbage, recycling or organics. A 64 gallon cart is 2/3 the volume of a 96 gallon cart, and many small quantity waste generators are stuck with 64 gallon carts that are still too big to meet their needs. The 48 gallon “half cart” matches the lower waste/recycling output of these customers. Lower handles (4.25” to 5” lower than our 64 gallon cart) makes tilting significantly easier for all users, including small and elderly residents, increasing user safety and reducing requests for exemption from rolling out carts to the curb. Our roll carts feature a patented “Rugged Rim®” – with an upper rim engineered as a closed tubular design, similar to square steel tubing, for maximum strength during collection. The rim serves as a ledge on which the lid rests to create a tight seal between body and lid, and it strengthens the upper lift point and all sides of the cart body. The lid and rim together create a tight seal to keep odors in, not attracting vermin. In addition to our proven long service life and very low repair rate, key parts on Toter carts are interchangeable among our various cart sizes: sunburst wheels, stop bars, and lid hardware. This simplifies maintenance and reduces parts inventory/costs. We recognize the City’s commitment to providing carts, parts, and services that will support the best cart for its citizens. Toter also supplies containers in the Retail Market to Lowes Home Improvement Centers, The Home Depot, True Value, Ace Hardware, Do-It-Best Hardware, Wal-Mart, Amazon, Wayfair, Meijer Stores, and other retailers. Retail customers and individual buyers both find our retail products to out-last and out-task other products offered in stores. Besides roll carts, Toter has a complete line of 1, 2, 3 and 4 cubic yard plastic front load containers. Each container features: steel rod reinforcement, ribbed bottom wear chimes, double-walled lift pockets, integrated bumpers, and more. These features afford customers with enhanced durability, maximum pocket strength, protection for longer life, and maximum space for custom signage. Our stackable design provides better truckload/shipment and storage efficiency and are even stackable/nestable when the container is fully assembled and ready for use! Toter manufactures Professional Products – commercial, industrial and specialized superior containers. Product offerings include Two-Wheeled and Caster Carts, Organics, Medical Waste and Secure Document Management Carts with standard single-wall or rotationally molded double-wall lids for sealing off medical waste and organics (wet) materials, and for securing confidential documents. These containers may be towable for additional efficiency and safety in moving waste. Toter offers Atlas commercial-grade, large-capacity, Rugged Rim® cans with a detachable lid and are fitted for dollies to roll and move materials smoothly. Slimline Containers and Litter Containers provide effective, sustainable waste collection for industrial, commercial and institutional inside and outside applications – and are available in a wide range of styles for varied environments. Cube Trucks, Tilt Trucks, and Mobile Trucks are perfect or moving large, heavy materials and waste to its final destination for use or disposal. Many containers in this line are also towable for efficient and safe movement to final disposal areas. You will find these various products in hospitals, colleges/universities, research facilities, manufacturing industries, store environments, offices, public streets, malls, sports arenas, convention centers, gas stations and convenience stores, and practically anywhere you may venture! Our Professional Products also include a comprehensive collection of commercial/industrial mobile and stationary lift units, to also include truck mounted lifters which are popular among haulers for municipal roll-cart collection. All are designed for safety (meeting all applicable ANSI Standards for safety and dimensions), and the lifters simply make work safer and easier. In short, our containers and accessories are always extremely flexible and impact-resistant, and easily handle the day-to-day abuse of waste collection. They stand up to just about anything that’s tossed in them – or at them! TOTER’S QUALITY PROCESS – Toter, LLC is committed to providing containers, products and services that meet or exceed the needs, expectations, and requirements of our customers. This is achieved through teamwork, the commitment by each employee to strive to meet Customer Needs, Business Objectives and the process of continuous improvement. Below are examples of the Processes that are implemented throughout Toter to build great products. 1. Document & Record Control 2. Quality Control a. Material Inspections b. Internal Product Quality c. Final Inspections d. Manufacturing Control Plans 3. Corrective Action Plans 4. Preventative Action Plans 5. Non-Conforming Product Plan Toter’s Quality Process has made Toter products the premier choices for municipal solid waste and recycling departments and service providers, the American public who buys Toter Carts at Lowes, The Home Depot, Walmart, and many other leading retailers, plus industrial commercial and institutional housekeeping, and maintenance managers. Toter’s subcontractors also adhere to quality and safety processes as required by the local, state/province, and federal (USA/Canada) levels. CUSTOMER SATISFACTION Toter prides itself on superior customer service and has significant experience servicing both large and small municipal and privately-owned accounts, multi-location organizations like The Home Depot, Lowes, Walmart, True Value, Ace, Do-It Best, Amazon, Wayfair, Meijer, and other retail entities. Our extensive customer base demands rigorous, just-in-time delivery performance and responsive customer service. We believe, simply stated, that our commitment to preventing issues is the key to satisfied customers. We want all customers to have a great experience with our products – from their first contact with us all the way through product delivery. As such, we have adopted the following customer service credo: Commitment - We will treat all customers with respect (regardless of size) We will follow up with you upon receipt of your order to ensure satisfaction We will resolve any issues quickly Support: We will provide a dedicated Customer Service Satisfaction (CSS) specialist for each participating member We will respond quickly on quotes (same-day response in most cases) We will provide an order confirmation (within 24-48 hours) We will call you with shipping & delivery information and provide early notification should there be any issues with your order The City will be assigned a dedicated Customer Satisfaction Specialist (CSS). All CSSs are cross trained on this contract and they will be available for back-up and high-volume situations. The CSS team is managed by Toter’s Customer Service Supervisor, on-site with CSSs at Toter headquarters and available to help in any situation. CSSs handle customer needs prior to, during, and after orders are placed with our company. Routine services include assisting with customer choices, quoting, entering orders, obtaining customer approvals on custom markings and features, constant order tracking with production and traffic departments, handling intricate detail on large and small orders/projects and situations such as drop shipments and timing of shipments, and problem solving when order issues arise and when technical feedback is obtained. In the field are Toter's Regional Sales Managers, industry experts ready to assist with municipal contract issues, unique product applications, and all other field service issues. They may also be responsible for reporting contract updates, as well as forecasting large projects, coordinating non-core program items, and general contract facilitation. Toter’s Regional Sales Managers are responsible in the field for this contract. Division Sales Directors support this management team, and they back up each other in emergency situations. Toter’s executive level will ensure that long term strategic partner issues such as ongoing cost reductions and new product innovations are pursued aggressively. TOTER’S COMMITMENT TO SUSTAINABILITY – PROJECT25! Our first public-facing initiative for its COrporate REsponsibility program (CORE) is known as Project25. This program formalizes Wastequip’s commitment to improving the lives of its employees and the communities in which it operates to maintain a healthy company. As part of this program, Toter is committed to reduce the amount of virgin resin used in our roll cart production by 25% since October 2021. Toter can then manufacture Black carts with up to 50% recycled resin (and lesser percentages of inclusion in other colors, like green). The recycled resin will include post-consumer (PCR) and post-industrial (PIR) recycled materials. Project25 ensures that we are consciously decreasing the carbon footprint of both our carts and our customers’ sustainability in waste collection projects, and this project reduces Toter’s carbon footprint by at least 9% per cart. And there is more company advancements toward sustainable responsibility described below. Toter carts will continue to be “Built for Extremes™” - maintaining Toter’s legendary toughness and durability. We have not only reduced inclusion of virgin resin, but we have increased recycled material usages, while maintaining the long lifespan of carts. CORE – CORPORATE RESPONSIBILITY PROGRAM We are proud of our progress for People and the Planet and have leveraged third-party resources for an objective life-cycle assessment of our Toter products. At Wastequip (Toter’s parent company), we believe that business should be a powerful tool to make the world a better place – and that doing the right thing for our people and our planet is also the right thing for our business. Since Charles Walton founded Wastequip over 30 years ago, our vision has been to be the All-in-One equipment provider for the industry. Today, we estimate that 40 million people in the U.S. interact with our equipment weekly, if not daily. With products so ubiquitous comes a responsibility to our employees, our suppliers, our customers, the communities we serve, and the planet we depend on. Wastequip’s CEO, Marty Bryant, sums up our program: “We believe we can take care of our people, our communities, and our planet, while running a successful business." Our CORE program rests on three pillars — People, Planet, and Profit. People – promote workforce development and diversity, as well as to actively serve the communities where we operate through Wastequip Cares, our volunteerism and charitable giving program. We want to be the best company our communities and suppliers have worked with, and our people have worked for. Our CORE values have provided the foundation upon which to build a thriving sustainability program, to include: • We act with safety, honesty and integrity, which is fundamental. • We improve what matters most, guiding our priorities with data, which keeps us focused on having the biggest impact. • We act quickly but thoughtfully, picking the few, most important goals and making steady progress toward achieving them. • We embrace change with employees and leadership who think differently. • We make commitments and keep them, focusing on doing the work before we talk publicly about our achievements. • We serve customers (internal and external) to total satisfaction, knowing we can help our customers meet their ESG goals and maintain the quality for which they know our products. We want to be the best company our people have worked for, and our communities have worked with. Diversity of thought enriches our experience as employees and makes us a stronger, better company. The best way we can ensure diversity of thought is to hire people of different backgrounds, keep them safe and happy, and pay and promote them fairly and equally – to create a company that's welcoming to everybody. Our goal is to be the best job our employees have ever had – for every single employee. We measure this in our biennial employee survey and even base executive bonuses on improving the score. Our Board is 75% diverse by ethnicity and gender. Our CEO staff is 30% diverse by ethnicity and gender. We’ve also diversified at the VP and director levels. We aim to support more women in manufacturing, a typically male-dominated industry. In 2021, we achieved gender pay equity at all levels of the company and continue to keep the data current each year. Creating our Wastequip Women’s Group has been a major step in galvanizing women’s involvement from corporate as well as at our plants. We operate an intern program every summer, drawing students from all over the U.S., who work on real projects to move the company forward and experience all aspects necessary to a manufacturing company – Sales, Sustainability, Finance, Sales, Marketing, and Engineering. To foster this talent further, our Leadership Development Program (LDP) exposes entry-level talent to several aspects of our business via four distinct six-month rotations before placing them in a long-term position. In addition, we have implemented a welder training program that aims to recruit under employed individuals and teach them to weld, which enters them into the skilled labor pool. Planet. We believe in leaving more than we take from our environment and leaving the planet better than we found it. While we’ve made strides in previous years – like installing energy-efficient lighting in our facilities, implementing a pallet-recycling program, recycling our own scrap, and reducing our inbound and outbound freight – our CORE program brings a more methodical approach to define meaningful steps and what’s right for our Planet with data. For most of a year, we researched sustainability reporting frameworks and processes to understand how we can make meaningful change. We monitor the Climate Disclosure Project’s (CDP) requirements, Sustainability Accounting Standards Board (SASB), companies setting Science-Based Targets, and the national reporting conversations. We base our Planet data on the Greenhouse Gas (GHG) Protocol Corporate Standard because it is global, quantitatively rigorous, and consistent with how other companies calculate their emissions. As part of the EPA’s guidelines and GHG Protocol Corporate Standard, we drafted an Inventory Management Plan, which helped us evaluate where our emissions come from and determine how we will manage our data ongoing. Under the GHG protocol, our organizational boundary includes all three of our divisions — Parts & Service, Containers, and Trucks. To begin, we focused on our Trucks and Containers manufacturing, because they are our largest source of emissions. To achieve Project25, we are incorporating post-consumer (PCR) and post-industrial (PIR) sources of recycled material in our most-popular cart colors, launched the EVR-Green the first-ever 100% recycled cart body, and are manufacturing with a virgin resin that is stronger than its weight. Material traceability enables customers to know the exact amounts of PCR and PIR used in their orders and customers can also see the carbon footprint of their carts with our new calculator at https://www.toter.com/carbon-emissions-calculator. So far, we have tested 50 recipes and 5,000 carts and continue to expand relationships with suppliers and test new recipes. Profit - maintain the company’s financial health, along with its ability to continue to support causes that directly contribute to a stronger future for the waste industry and local communities. We have set out to prove that taking care of our people, communities, and planet makes financial sense. Starting in 2022, all CapEx requests are now required to qualitatively assess how the investment affects people, planet, and our CORE goals. Our CORE Steering Committee defined people and planet considerations by asset category to guide those requesting CapEx investments on the biggest potential from their investment. We plan to include a quantitative component in the future. To further tie our new product development to our company vision and values, in 2022, we integrated sustainability into our stage gate approval processes. Prior to signing off on design and again at product launch, our product developers must follow a sustainability matrix, which guides them through potential impacts related to each phase in a product’s lifecycle (materials, production, transportation, use, and end-of-life) and provides an objective score to gauge accountability to our CORE goals. Customer councils, participation in industry organizations and cross-functional team integration across brands helped us identify product solutions that work across our portfolio while contributing to our sustainability goals and those of our customers. To align our teams for swift progress, we have included our top 4-5 CORE initiatives, defined by our CORE Steering Committee and approved by the Board, in our executive bonus compensation since 2021. For more information regarding our Sustainability commitment, please review information located at https://www.wastequip.com/core-corporate-responsibility. For more information regarding our company, products and services: Kellie K. Clark Sr. Manager, Bids/Contracts Toter, LLC 841 Meacham Road Statesville, NC 28677 800-424-0422, Ext 09584 kclark@toter.com TOTER’S COMMITMENT TO SUSTAINABILITY – We invite the City to consider a new Toter program – Project25! Toter launched in October 2021 a new sustainability program as part of our COrporate REsponsibility (CORE) initiative known as Project25. As part of this program, Toter is committing to reduce the amount of virgin resin used in our entire manufacturing operation’s roll cart production by 25%. Toter can then manufacture Black carts with up to 50% recycled resin (and lesser percentages of inclusion in other colors, like green). The recycled resin will include post-consumer (PCR) and post- industrial (PIR) recycled materials and will soon be utilized at higher levels in Toter’s six most popular colors. Project25 ensures that we are consciously decreasing the carbon footprint of our carts and our customers’ sustainability in waste collection projects! We are focusing on the Toter brand products, and this commitment will help reduce Toter’s carbon footprint by at least 9% per cart. The decrease per cart is calculated from a 2020 study by Resource Recycling Systems, who evaluated a Toter cart’s cradle to grave carbon footprint in an ISO 14044 compliant life cycle assessment (LCA) with a critical review. The LCA estimated that 62% of a Toter cart’s environmental footprint comes from resin. “Of course, maintaining Toter’s legendary toughness and durability, while reducing the virgin resin in our carts, was the only option,” added Kinder. “As Toter’s LCA confirmed, extending a cart’s lifespan is one of the most critical components to decreasing a cart’s carbon footprint.” Toter carts will continue to be “Built for Extremes™” - maintaining toughness and durability, while not only reducing virgin resin and increasing recycled material usages, but also maintaining the long lifespan of carts Toter customers have experienced in the past. With Project25, Toter continues to be a leader in the industry in the manufacture of more sustainable carts while maintaining construction quality and color selection. Find out more about our LCA and Project25 and help reduce your carts’ carbon footprint at www.toter.com. Built for Extremes™ Extreme Toughness • Advanced Rotational Molding™ and Rugged Rim® for superior strength and durability Extreme Wear • Industry-leading 12-year warranty Extreme Purpose • Comfortable handle height and smooth-rolling wheels for easy maneuvering – even when completely full We promise that every cart, every can, and every product that’s yet to be designed will be built for extreme toughness, extreme wear, and extreme purpose. How Advanced Rotational Molding Makes Toter Carts Superior Toter's engineers and designers developed a revolutionary breakthrough in rotational molding known as Advanced Rotational Molding™ to create the World's Toughest Carts™. The process eliminates built-in stress, weakness, and brittleness associated with injection- molded products. In addition, Toter’s use of medium density polyethylene (MDPE) is specifically engineered for toughness and high impact resistance. This results in a stronger cart than injection-molded carts made with high density polyethylene (HDPE), which is rigid, brittle, and offers poor impact resistance. Advantages of Advanced Rotational Molding: · Superior toughness and durability · Single-piece product design – no seams · Consistent wall thickness · Stress-free, zero-pressure product · Unique design and structural capabilities like Rugged Rim®, nestable when fully assembled, and granite finish · UV stable · Custom colors · Corrosion- and chemical-resistant · Ability to mold in graphics Built for Extremes™ When you receive your Toter carts, they are stackable, nestable and ready to roll. Unlike injection molded carts that nest no more than 2 carts high because of protruding wheels, Toter carts can be stacked up to 8 carts high as they require fewer square feet. Toter carts can be delivered 3x more quickly than other brands by eliminating trips with more carts per load. Cities and haulers save between $2-3 per cart* in fuel, truck usage and labor expenses due to Toter’s nestability feature. Toter carts are made with Advanced Rotational Molding, which makes them built for toughness and maximum resistance. With 1/3 of the failure rate compared to injection molded carts, Toter carts generate fewer customer complaints, repair calls, and fewer part purchases. Over the first 10 years of ownership, this saving amounts to about $4 to $5 per cart, (along with your happier customers) Only Toter oers a 12-Year body warranty. Designed to keep working after others fail, they are extremely impact resistant. By having full body protection for 2 additional years (as compared to other brands), you can avoid replacement costs during years 11 and 12. Those savings are $5 to $7 per body or $7 to $9/cart. While injection carts claim a 10-year service life, Toter has 40 years of experience that says Toter carts consistently last 15 to 20+ years. Imagine avoiding having to buy a replacement fleet of injection carts after year 10. If one half of your Toter carts were to last 15 years and one half were to last 20 years, the Average Savings on Replacement Cart Purchase and Delivery would be $38/cart. How Toter Can Save You Money DAY ONE YEARS 0-10 YEARS 11-12 YEARS 13-20 ADD IT UP Delivery savings = $2 to $3/cart Cart Maintenance savings = $4 to $5/cart 12-Year Body Warranty = $5 to $7/body or $7 to $9/cart Longer Service Life = $38/cart Total Savings = $44 to $46 per cart!IND U S TRYLEADIN GB ODYWAR R A N TY12 - YEAR 20 YEARS OF SAVINGS 12 YEARS WORRY-FREE It feels good to own a cart without repair worries. That’s why every Toter cart is backed by a 12-year body warranty, the best in the industry – for your peace of mind. There’s no other curbside collection cart that’s built to last quite like a Toter. Constructed using Toter’s Advanced Rotational Molding™ process, Toter carts are designed to keep working long after others fail –more than 2x longer. Toter carts are extremely flexible and impact- resistant, and easily handle the day-to-day abuse of waste collection. To learn how Toter can offer you significant savings, visit TOTER.COM Built for Extremes™ 52.1955.9460.6952.4456.1960.945,219.005,594.0012,138.005,244.005,619.0012,188.0046,002.00*Please see Toter's attached "Price Adjustments" and "Notes to Pricing" Toter, LLC’s Response – The City of Clearwater, FL ITB #60-23 “Refuse and Recycling Containers” Notes to Pricing- Pricing on the previous page is based on orders placed in lots of truckload quantities. Sizes may be mixed to make up full loads. When mixing cart sizes Toter’s minimum quantity is 100 carts of any size/model of the same colors, markings, and features. Note that pricing includes freight at $4.69 per cart or $3,752.00 per full truckload. Orders for other than truckload quantities may be made but may incur additional freight charges. Services of unloading and placement where needed are not included in pricing, nor offered for the City's low quantities. Delivery - Toter will deliver carts within 45-calendar days from Toter's receipt in writing of Purchase Order, Order Confirmation, and Markings Approvals forms from the City; however, the delivery time frame may be subject to shorter or longer lead times due to extraordinary demand or outside circumstances including our compliance with applicable CDC/local agency guidance and mandates, executive orders, and federal, state and local laws. Price Adjustments - In these unprecedented times of volatility in resin market costs and transportation costs, we provide the attached procedure for our customers to maintain fair pricing, not inflated by any margins, since the volatility of resin and transportation is completely unpredictable and outside of manufacturers’ control, considering all current events. Taxes – Pricing does not include applicable taxes. Payment Terms – 0% discount; Net 30 days. Toter LLC's Price Adjustments Procedure for the City of Clearwater Florida Toter, LLC agrees to hold pricing firm for 90 days from the bid opening date of October 20, 2023. After the initial 90 days, Toter will review pricing every three (3) months thereafter during the contract and contract renewals/ extensions. Resin Adjustments* Resin cost adjustment will be based on Plastics News* resin index for LLDPE - Butene-1 comonomer Extrusion liner film, Annual volumes greater than 20 million pounds (Average index value column). Following the 90 days from bid opening date, Toter will review cart pricing. The index value at the time of the initial three (3) months’ review will be adjusted against the index value at the time of the bid opening. Every three (3) months thereafter, the previous index value will be adjusted against the then current index value. If the index value has changed from the prior review's index value, Toter will adjust the corresponding cart/plastic part price using the resin weight of the cart/plastic part. See below for a sample adjustment calculation. Price Adjustment Calculation: Current Index Value – Prior Index Value = Index Value Change Per Pound Index Value Change Per Pound x Resin Weight = Index Value Change Previous Cart Price + Index Value Change = Adjusted Cart Price Freight Adjustments Freight cost adjustment will be based on DAT Freight & Analytics, Dry Van, National Spot Average. Following the first 90 days from bid opening date, Toter will review cart freight pricing. The index value at the time of the initial three (3) months’ review will be adjusted against the index value at the time of bid opening date. Every three (3) months thereafter, the previous index value will be adjusted against the then current index value. If the index value has changed from the prior review's index value, Toter will adjust the corresponding freight price using the resin weight of the cart/plastic part. See below for a sample adjustment calculation. Price Adjustment Calculation: Current Index Value – Prior Index Value = Index Value Change (Index Value Change / Prior Index Value) X 100 = Index Value Percentage Change (Calculate Percentage Change) Previous Freight Price + Index Value Change = Adjusted Freight Price *Please Note: Indices infrequently present a “Non-Market Adjustment (NMA)” anomaly, which does not represent a market price change. Since the NMA is an outlier to market costs, the amount of the NMA will only stimulate a realignment of the index values (to a new range for price basis comparisons) and is not to be directly applied as an increase of costs for adjustments. (For example, a NMA of 10 cents/pound of resin increase announced by the index will only cause a realignment of the index to a new price basis but will not cause Toter to increase pricing by 10 cents/pound.) Toter, LLC’s Response – The City of Clearwater, FL ITB #60-23 “Refuse and Recycling Containers” TOTER’S EXCEPTIONS/CLARIFICATIONS- Pg. 10 S. 17 DEFAULT Exception- Toter requests that the following is removed from the Standard Terms and Conditions. c.Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30)day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the no defaulting party to provide notice of the default does not waive any rights under the Agreement. Pgs. 11-12 S.25 INDEMNIFICATION/LIABILITY Exception- Toter requests the following revision to this Standard Terms and Conditions. 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 third party liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, to the extent 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 Contractorpersonnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. Pg. 15 B. MANUFACTURING PROCESS AND MATERIALS b.The body and lid of the containers shall be formed using only first quality HDPE supplied by a national petrochemical producer.Clarification- Toter molds cart bodies with Advanced Rotational Molding process, using a superior resin (linear low-medium density polyethylene resin) with unmatched resilient properties, yielding a cart with an increased life expectancy. Injection molding carts with high-density polyethylene resin produces carts that are rigid and oftentimes brittle. The injection molding process yields a higher failure rate in refuse carts, when considering the rigors of automated waste collection. By using flexible, impact resistant materials, rotational molding of cart bodies offers STRESS-FREE carts that are more durable and will outlast the competition with maximum life expectancy (15-20+ year proven life). Toter then can provide a standard residential 12-year non-prorated warranty for the cart body and 10 years on all other cart components, because of this durability and strength. PG. 15 B. MANUFACTURING PROCESS AND MATERIALS c.Each container shall be made utilizing rotational molding process. Containers shall be stabilized with color pigment and an ultraviolet inhibitor (minimum two percent (2%) by weight). Exception- The City has identified specific percentages of these additives. While the recipe for Toter carts does not meet these levels, our color pigment and ultraviolet inhibitors are added to Toter’s cart polyethylene resin at a ratio that has been determined by the colorant/UV supplier and Toter engineers and is a proprietary blend. Maximum dispersion of all additives into the resin is assured using a hot-melt compounding process to produce consistency and durability of color for the life of the cart. The result of Toter’s recipes are carts that last a proven 15-20+ years in active service life and cart bodies are warranted for 12 years on the cart body and 10 years on all other components. PG. 15 C. CONTAINER CONSTRUCTION c. WALL – The minimum wall thickness of the body shall be no less than .170 inches. Exception- Toter containers are used for curbside automated waste, recycling, organics/yard waste by cities and government entities, as well as private waste haulers. In 1994, we introduced its patented Advanced Rotational Molding™ process which has revolutionized both the rotational molding and waste industry. With this state-of-the-art manufacturing process, we have the ability to mold intricate designs heretofore impossible for conventional rotomolders. We use this process and medium density polyethylene in “zero stress” molding technology to offer important higher strength to weight ratios and durability advantages over “high stress” processes such as injection molding. During our molding process, molds are filled with a pre-measured amount of plastic micro-pellets, then moved into an oven to melt the plastic material while the machine rotates. This rotation in heat causes the plastic to coat the inside of the mold. This method does not require high-pressure hydraulic equipment to fill the mold, so no stress is introduced during the molding cycle (unlike stress created by injection molding). The mold is transferred to a cooling chamber to cure, where a microprocessor controls the cooling cycle to optimize impact strength and performance of the final product. After slowly cooling with air and water, the cart is removed from the mold to be trimmed, imprinted, and assembled. Toter containers are designed with a higher strength to weight ratios and durability advantages over “high stress” processes such as injection molding, to meet or exceed the industry standards of ANSI Z245.30 (Safety) and ANDI Z245.60 (Compatibility). Important products such as kayaks and bridge barriers (and Pickle Balls for Sports!) are rotationally molded because both products must withstand impact, just like carts must bounce back when serviced by an automated arm, and especially in cold temperatures. Many of our customers have tried injection molded carts and switched (or switched back) to our rotationally molded product due to the lowest lifecycle cost of our carts. Our process, material, design, and experience (including our cart weights) all come together to allow Toter to back our carts with a standard 12-year cart body warranty and 10 years on all other components. There is no other standard cart warranty comparable on the market today. Toter cart bodies take the most beating in everyday service life and are manufactured with the superior rotational molding. Toter carts have the following nominal wall thickness: Model #79296 has a wall thickness of 0.165” nominal throughout the cart body. Model #79264 has a wall thickness of 0.156” nominal throughout the cart body. Model #79248 has a wall thickness of 0.154” nominal throughout the cart body. PG. 15 C. CONTAINER CONSTRUCTION d. LID – The lid shall be manufactured from the same material as the body and configured not to warp, bend, slump or distort to the extent that it no longer fits the body properly. Clarification- Toter cart bodies are rotationally molded, first quality LMDPE as produced by a primary manufacturer. The cart lid is molded with equivalent polyethylene materials (HDPE). PG. 16 C. CONTAINER CONSTRUCTION j. STABILITY -The containers shall be stable and not blow over in winds averaging forty-five (45) mile per hour (mph), either loaded or empty. Containers shall be easy to tilt and roll while keeping both feet on the ground. Exception- 35 mph has been the industry standard for over 10 years. According to federally monitored wind data for U.S. cities, winds seldom exceed 35 mph. In fact, the National Oceanic and Atmospheric Administration (NOAA) recorded wind speeds in the Nashville Metropolitan Area as reaching a maximum 32.2 mph only 0.1% in one recorded month. Toter has attached our independent third party testing documentation from Brigham Young University showing that our carts exceed the industry standard of 35 mph. PG. 14 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. PG. 19 MILESTONES 4. PRICES. All pricing shall be firm for the initial term of (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. Exception-Since resin and freight costs comprise the largest portion of roll cart product costs, our standard procedure with contracts is to conduct quarterly price adjustments based on resin and freight market factors. Quarterly price adjustments allow municipalities a fair process to realize savings when resin and freight indices decrease (real time to market changes rather than longer contract terms) and allow bidders to provide pricing that is not unreasonably affected by unpredictable market-based factors. Prices shall be increased or decreased on a quarterly basis during the initial term of this Contract and any contract renewal terms, per increases/decreases in the independent indices of Plastics News (resin) and DAT Freight & Analytics (freight). OngoingOngoingOngoingWashington DC19812750 Capitol St. SE Washington, DC 20032Marion Wrightmarion.wright@dc.govN/A202-645-3902West Palm Beach Florida20061045 Charlotte Ave. West Palm Beach, FL 33401Leon Pinderlpinder@wpb.orgN/A561- 644-7258Prince George's County Maryland20079200 Basil Ct. Suite 300 Largo, MD 20774Marilyn Naumannmenaumann@co.pg.md.us301-781-6315$1,803,550.21$1,094.039.22$9,311,009.30 Built for Extremes® EVRII CARTS Toter carts are extremely impact-resistant - they flex, but don’t break. AFTER BEFORE Toter’s Advanced Rotational Molding™ process creates a stronger can that is built for toughness and maximum impact resistance. • Stress-free, zero-pressure process, unlike injection molded carts •Tough and durable • 12-year body warranty • Fade-resistant There’s no other curbside collection cart that’s built to last quite like a Toter. Constructed using Toter’s Advanced Rotational Molding™ process, Toter carts are built to keep working long after others fail - more than 2x longer. They’re backed by a 12-year body warranty, the best in the industry. Toter carts are extremely flexible, impact-resistant, and easily handle the day-to- day abuse of curbside waste collection. Only Toter carts have a Rugged Rim® toextend the life of the cart.Toter carts feature a heavy-duty wear strip to withstand dragging across rough surfaces.IND U S T RY LEADI N GB O DY WA R R A N TY12 - YEAR AFTER CART FEATURES • Unique industry-leading aerodynamic design prevents cart from falling down when lid is flipped back • Toter carts meet ANSI standard Z245.30 for safety and Z245.60 for lifter compatibility • Multi-lingual user safety instructions molded on top and underside of lid • Bottom wear strip provides added abrasion protection Rugged Rim® adds rigidity and reinforced material in critical wear areas, extending the life of the cart. Ideal handle height and best-in-class ergonomics provide easier maneuverability. Rugged wheels make maneuvering a breeze - even when completely full. Factory-installed 360 rotating steel stop bar is compatible with semi-automated garbage collection trucks. Advanced Rotational Molding™ creates a stronger cart that is built for toughness and maximum resistance. Textured surface and scratches and hides unsightly dirt. 5/8” axle provides over 2,000 lbs. of bending strength. Molded-in axle journal provides 6x more support than drilled holes. OPTIONS •One-color hot stamps and raised imprint on lid •Large, four-color in-mold label on lid •Cart identification barcode •UHF RFID tag mounted inside handle •Large area on the side for custom graphics including one-color hot stamps, raised imprints or four-color in-mold labelsINDUS T RY LEADI N GB O DY WAR R A N TY12 - YEAR 96-gallon EVRII Universal / Nestable Part Number: 79296 Size (l x w x h) Load Rating 335 lbs/151.9 kg Wheel Diameter 10” 64-gallon EVRII Universal / Nestable Part Number: 79264 Size (l x w x h) 31-1/2” x 24-1/4” x 41-3/4” Load Rating 224 lbs/101.6 kg Wheel Diameter 10” 48-gallon EVRII Universal / Nestable Part Number: 79248 Size (l x w x h) 28-3/4” x 23-1/2” x 37-1/2” Load Rating 168 lbs/76.3 kg Wheel Diameter 10” 16-gallon EVRII Universal / Nestable** Part Number: 79216 Size (l x w x h) 24” x 19-3/4” x 37.25” Load Rating 56 lbs / 25 kg Wheel Diameter 10” 35-gallon EVRII Universal Part Number: 79235 Size (l x w x h) Load Rating 122 lbs/55 kg Wheel Diameter 10” 32-gallon EVRII Universal / Nestable Part Number: 79232 Size (l x w x h) 24” x 19-3/4” x 37-1/2” Load Rating 112 lbs/50.8 kg Wheel Diameter 8” 21 & 24-gallon EVRII Universal** Part Number: 79221 & 79224* Size (l x w x h) Load Rating 2 1 gal- 73.5 lbs/33.4 kg 24 gal- 84.0 lbs/38.1 kg Wheel Diameter 10” * Does not nest when fully assembled. ** Does not nest when fully assembled, and is below Type B saddle height, which requires the collector to lift the cart approx. 3 inches for semi-automated lifters. ORGANICS CARTS Toter two-wheel carts and caster carts are specifically designed to withstand heavy, wet organic waste. These heavy-duty, commercial-grade carts feature impressive load ratings up to 300 lbs. (load ratings vary by cart size). Toter organics carts are leak-resistant with a fully enclosed stop bar journal under normal usage. EXCEEDS ANSI STANDARD Independently tested to withstand 6-¼ lbs per gallon. Available in 21-, 32-, 48-gallon sizes Part Size Dimensions (L x W x H) Wheel Size Load Rating 79321 21-gallon 23-1/2” x 19-3/4” x 34-1/2” 10”131 lbs / 59 kg 79332 32-gallon 24” x 19-3/4” x 37-1/2” 8”200 lbs / 91 kg 79348 48-gallon 28-3/4” x 23-1/2” x 37-1/2” 10”300 lbs / 136 kg OPTIONAL FEATURES: Lids to keep critters out with a locking gravity latch that opens automatically when cart is picked up by the waste collector AVAILABLE COLORS Toter carts are available in a variety of colors and textures. Granite finishes mask normal wear Colors shown are as accurate as printing allows. Actual product colors are subject to variation from printed sample. *Available at an additional charge DARK GRAY GRANITE *(#149) NAVY GRANITE* (#769) SANDSTONE* (#249) BROWNSTONE* (#279) GREEN GRANITE* (#929) BLUESTONE* (#709) GRAYSTONE* (#129) GREENSTONE* (#968) BLACK (#200) BLUE (#705) BROWN (#270) GRAY (#125) GREEN (#940) RED* (#570) WASTE GREEN* (#925) YELLOW* (#390) BRIGHT LIME GREEN*(#780) BLACKSTONE* UNIVERSAL WASTE INDUSTRY COMPATIBILITY Toter’s EVRII Series carts are built with a universal design – they’re compatible with ANSI compliant fully-automated truck arms and semi-automated lifters. Toter carts are compatible with both fully automated arms (left) and semi-automated lifters (right). Toter’s EVRII Series carts are stackable and nestable – even when fully assembled. When shipped fully assembled, they’re ready-to-roll, and can be delivered more quickly, more eciently, and with fewer trips. Toter carts can also be shipped assembled with everything except wheels, significantly reducing labor and delivery expenses. Toter also oers optional on-route assembly and delivery service. MORE PRODUCTS AVAILABLE AT TOTER.COM Advanced Rotational Molding™ Process How is a tough-as-nails Toter® cart manufactured? It begins with our patented Advanced Rotational Molding™ process. Molds are filled with a pre-measured amount of plastic micro-pellets, and then moved into an oven where a microprocessor controls the temperature, blower velocity, bi-axial rotation and molding cycle. The oven melts the plastic material while the machine rotates, allowing the plastic to coat the inside of the mold. This method of heating and molding requires no high-pres- sure hydraulic equipment to fill the mold, so no stress is introduced during the molding cycle. This is not the case, by the way, with injection-molded products. The mold is then transferred to the cooling chamber for curing. The cooling cycle is controlled to optimize the final product’s impact strength and performance. After the molds have been slowly cooled with air and water and the cart has cured to achieve its maximum impact strength and physical properties, the cart is removed from the mold to be trimmed, imprinted and assembled. Benefits and Advantages of Our Process Advanced Rotational Molding™ eliminates the built-in stress, weakness and brittleness associated with injection-molded products. In addition, Toter uses linear medium-den- sity polyethylene (MDPE) that is specifically engineered for toughness and high-impact resistance. In contrast, injection-molded carts are made with high-density polyethylene (HDPE), which is rigid and brittle and oers poor impact resistance. •Superior toughness and durability •Single-piece product design •Stress-free, zero-pressure product •Ultraviolet (UV) stable •Custom colors •Corrosion and chemical resistance •Unique design and structural capabilities such as rugged rim, sealed stop bar journals and granite finish TOTER® EVR™ II UNIVERSAL/NESTABLE MODELS #79296, #79264, and #79248 PRODUCT SPECIFICATIONS MATERIAL/PROCESS: Cart body is rotationally molded, first quality LMDPE as produced by a primary manufacturer. Cart lid is molded with equivalent polyethylene materials (HDPE). Toter plastic containers may be manufactured using rotational grade post-consumer resin (PCR), and postindustrial (PIR) sources of recycled materials. Any levels of recycled resin used by Toter depend upon the color of cart (darker colors show fewer impurities and can accept higher recycled content). And, foremost, any recycled material of any classification must: (1) meet Toter's high quality standards and (2) be available at the time of production. CART LID: Lid is attached securely to the body by two molded polyethylene hinges permanently attached to the lid. Rotates 270° with no interference. Lid is domed to facilitate run-off of water. Lid fits closely on top rim of cart. LID MARKINGS: Lid is imprinted with "Instructions" and "Indications and Contraindications" in English, French and Spanish. CART BODY: Handle is an integrally molded part of the cart body. External handle diameter is 1.25". One piece handle features comfortable and convenient gripping areas. Handle is 100% part of cart body, allowing cart to be used safely without lid if necessary. Handle includes center support molded in cart body. Top of cart body features Toter’s patented Rugged Rim® for extra rigidity and tight lid fit. The bottom of the container features an in molded bottom wear strip for maximum abrasion protection. Stop bar is 1.0" diameter, zinc plated steel tubing and is factory installed. Stop bar rotates 360° inside molded plastic journals in the cart body during cart pickup to prevent bar damage. Integrally molded upper lift point serves as pick up point and pull handle. Axle is 5/8" diameter zinc plated solid high strength steel fully supported by cart body. Axle slides through two molded plastic journals in the cart bottom. No bolts or rivets are used for axle mounting. WHEELS Wheels are 10" x 1.75" (nominal), blow molded wheels with knobby treads, high density polyethylene, on injection molded hubs. Minimum RMA load rating of 200 pounds per wheel. Wheels are retained with galvanized steel drive on pal nuts. BODY MARKINGS: Custom sequential serial numbers permanently hot stamped in White, 1½” high on front of cart body. Manufacturer’s name/code molded into the side. NESTABILITY: Nestable design allows FULLY ASSEMBLED Model 79296, 79264, and 79248 carts to be stacked one inside another for storage and delivery efficiency and cost savings. COLOR: Ultraviolet stabilized, non-fading standard colors in Green (#940), Blue (#705), Brown (#270), Gray (#125) or Black (#200). Special Granite colors for body (solid standard color lid) are also available for an additional charge – Sandstone (#249), Brownstone (#279), Graystone (#129), Dark Gray Granite (#149), Bluestone (#709), Navy Granite (#769), Greenstone (#968), Toter Green Granite (#929) and Blackstone (#209). DIMENSIONS: Model # 79296 79264 79248 Length: 35.50" 31.50” 28.75” Width: 29.75" 24.25” 23.50” Height: 43.50" 41.75” 37.50” CAPACITY: Volume 96.36 for Model 79296, 64.40 for Model 79264, and 48.14 for Model 79248 in US Gallons, body of containers only. FINISHED WEIGHT (INCLUDES ALL PARTS): Fully Assembled – 34.40 pounds for Model 79296, 26.90 pounds for Model 79264 and 23.80 pounds for Model 79248. LOAD RATING: Conforms with ANSI Standard Z245.30, which limits maximum load rating to 3.5 pounds per gallon. Load Ratings: Model 79296 is 335 lbs., Model 79264 is 224 lbs., and Model 79248 is 168 lbs. WARRANTY: Container body is covered by a twelve (12) year warranty, and all other cart components are covered for ten (10) years. STEVE L. KNIGHT, PE 1507 Mt. Vernon Ave Statesville, NC 28677 Phone (704) 878-2996 FAX (704) 878-8887 CERTIFICATION OF WASTE CONTAINERS COMPATIBILITY DIMENSIONS TOTER 96 GALLON EVR II UNIVERSAL NESTABLE CART PART NO. 79296 SPECIFICATION STANDARD ANSI Standard Z245.60-2008 Section 7.1, Type B RESULTS Passed COMMENTS None CERTIFICATION I hereby certify that the verification I witnessed on February 4, 2012 confirmed that the dimensional requirements of the referenced specification standard are within the specified ranges. Respectfully submitted, Steve L. Knight, PE STEVE L. KNIGHT, PE 1507 Mt. Vernon Ave Statesville, NC 28677 Phone (704) 878-2996 FAX (704) 878-8887 CERTIFICATION OF WASTE CONTAINERS COMPATIBILITY DIMENSIONS TOTER 96 GALLON EVR II UNIVERSAL NESTABLE CART PART NO. 79296 SPECIFICATION STANDARD ANSI Standard Z245.60-2008 Section 7.4, Type G RESULTS Passed COMMENTS None CERTIFICATION I hereby certify that the verification I witnessed on February 4, 2012 confirmed that the dimensional requirements of the referenced specification standard are within the specified ranges. Respectfully submitted, Steve L. Knight, PE STEVE L. KNIGHT, PE 1507 Mt. Vernon Ave Statesville, NC 28677 Phone (704) 878-2996 FAX (704) 878-8887 CERTIFICATION OF WASTE CONTAINERS COMPATIBILITY DIMENSIONS TOTER 64 GALLON EVR II UNIVERSAL NESTABLE CART PART NO. 79264 SPECIFICATION STANDARD ANSI Standard Z245.60-2008 Section 7.1, Type B RESULTS Passed COMMENTS None CERTIFICATION I hereby certify that the verification I witnessed on February 4, 2012 confirmed that the dimensional requirements of the referenced specification standard are within the specified ranges. Respectfully submitted, Steve L. Knight, PE STEVE L. KNIGHT, PE 1507 Mt. Vernon Ave Statesville, NC 28677 Phone (704) 878-2996 FAX (704) 878-8887 CERTIFICATION OF WASTE CONTAINERS COMPATIBILITY DIMENSIONS TOTER 64 GALLON EVR II UNIVERSAL NESTABLE CART PART NO. 79264 SPECIFICATION STANDARD ANSI Standard Z245.60-2008 Section 7.4, Type G RESULTS Passed COMMENTS None CERTIFICATION I hereby certify that the verification I witnessed on February 4, 2012 confirmed that the dimensional requirements of the referenced specification standard are within the specified ranges. Respectfully submitted, Steve L. Knight, PE STEVE L. KNIGHT, PE 1507 Mt. Vernon Ave Statesville, NC 28677 Phone (704) 878-2996 FAX (704) 878-8887 CERTIFICATION OF WASTE CONTAINERS COMPATIBILITY DIMENSIONS TOTER 48 GALLON EVR II UNIVERSAL NESTABLE CART BODY PART NO. 79248 SPECIFICATION STANDARD ANSI Standard Z245.60-2008 Section 7.1, Type B RESULTS Passed COMMENTS None CERTIFICATION I hereby certify that the verification I witnessed on February 4, 2012 confirmed that the dimensional requirements of the referenced specification standard are within the specified ranges. Respectfully submitted, Todd Wright STEVE L. KNIGHT, PE 1507 Mt. Vernon Ave Statesville, NC 28677 Phone (704) 878-2996 FAX (704) 878-8887 CERTIFICATION OF WASTE CONTAINERS COMPATIBILITY DIMENSIONS TOTER 48 GALLON EVR II UNIVERSAL NESTABLE CART BODY PART NO. 79248 SPECIFICATION STANDARD ANSI Standard Z245.60-2008 Section 7.4, Type G RESULTS Passed COMMENTS None CERTIFICATION I hereby certify that the verification I witnessed on February 4, 2012 confirmed that the dimensional requirements of the referenced specification standard are within the specified ranges. Respectfully submitted, Todd Wright EVR II Cart Assembly For Toter Cart Models: 79224, 79232, 79248, 79264, 79296 Wheel Assembly (ALL OTHER MODELS)1.For carts without axle pre-installed, slide axle throughjournals in cart bottom. 2.Turn cart on side with end of axle resting on wooden block. 3.Drive palnut onto axle with hammer. 4.Flip cart and repeat. Stand cart upright on wheels. Lid Assembly Tool Options: T25 Torx Hand Driver or T25 Torx Bit Power Tool with Torque Clutch Warning: If using a power tool, set clutch at minimum needed to tighten fastener properly. 1. Lay cart on its front. 2. Place lid on back of cart in opened position. 3. Snap hinge bracket into lid hinge fully. 4. Screw torx fasteners into hinge bracket holes. Tighten fastener until its head makes contact with surface of bracket and bracket seats into lid hinge. (MODEL 79232 ONLY)1. For carts without axle pre-installed, slide axle throughjournals in cart bottom.2. Turn cart on side with end of axle resting on wooden block. 3. Slide spacer then wheel onto axle. 4. Drive palnut onto axle with hammer. 5. Flip cart and repeat. Stand cart upright on wheels. Palnut Wheel Axle Cart Body Cart Lid Hinge Bracket Torx Fastener 5197-10-0000 REV.5 03-10-2014 Spacer Cart shipped with lid attached. Customer to attach wheels only, upon delivery. Container Colors and Options for Use of Recycled Resin Cart body is rotationally molded, first quality LMDPE as produced by a primary manufacturer. Cart lid is molded with equivalent polyethylene materials (HDPE). Toter plastic containers may be manufactured using rotational grade post consumer resin (PCR), and post industrial (PIR) sources of recycled materials. Any levels of recycled resin used by Toter depend upon the color of cart (darker colors show fewer impurities and can accept higher recycled content). And, foremost, any recycled material of any classification must: (1) meet Toter's high quality standards and (2) be available at the time of production. Colors that may be manufactured using up to 50% recycled resin include: Black #200 Blackstone Granite #209 Green #940 Forest Green #960 Colors that may be manufactured using up to 45% recycled resin include: Dark Cool Gray #125 Cool Gray #140 Colors that may be manufactured using up to 40% recycled resin include: Dark Gray Granite #149 Greenstone Granite #968 Navy Granite #769 Midnight Gray #145 Colors that may be manufactured using up to 30% recycled resin include: Brownstone Granite #279 Toter Green Granite #929 Waste Green #925 Blue #705 Colors that may be manufactured using up to 15% recycled resin include: Graystone Granite #129 Bluestone Granite #709 Sandstone Granite #249 Colors that may be manufactured using up to 10% recycled resin include: Brown #270 Gray #125 Due to variations in color representation with electronic devices, any color choices should be made with actual color chips. If there is a need for color chips, please contact Kellie Clark, Sr. Manager, Bids/Contracts, Toter, LLC, 800-424-0422, Ext 09584. TOTER COLOR CHIPS – Toter has available color chips to show the options for colors for the containers bid herein. Due to variations in color representation with electronic devices, any color choices should be made with actual color chips. We are happy to provide color chips for color decisions. When there is a need for them, please contact: Kellie Clark Sr. Manager, Bids/Contracts Toter, LLC 800-424-0422, Ext 09584 704-768-2584 Email: kclark@toter.com Original Purchaser: Date of Purchase: MANUFACTURER'S DIRECT TWELVE/TEN YEAR WARRANTY RESIDENTIAL WHOLESALE/MUNICIPAL The following is a summary of Toter, LLC’s updated limited warranty of its Two-Wheel Cart/Container– Residential Wholesale/Municipal. The complete limited warranty can be found in the Wastequip Terms and Conditions of Sale at: www.toter.com, the terms of which are incorporated herein, a hardcopy of which is available upon request. If this summary and the complete limited warranty documents conflict, the terms of this summary, where more narrowly defined, will control. Toter® Two-Wheel Cart/Container TOTER, LLC (Toter) warrants its wheeled Container, manufactured and sold by Toter, or by a Toter authorized distributor, to the original purchaser listed above for normal and intended use and service against operational failure caused by proven defective material or workmanship as follows: Rotomolded Container Body only – 12 Years from the date of original purchase; all other standard components - 10 Years from the date of original purchase. This warranty equally covers Toter containers molded of either virgin resin or recycled content plastic materials. This warranty is expressly limited to any product parts which are proven to Toter's satisfaction to be defective in material or workmanship under this warranty. Parts determined to be defective by Toter shall be repaired or replaced at Toter's option. Repaired or replaced parts are warranted for the balance of the original warranty period of the original part. Repair or replacement is the sole remedy available under this warranty and does not extend the warranty beyond the original warranties set forth herein. This warranty is non-transferable and does not include freight. Specifically excluded from this warranty are labor and installation, alterations, damage due to negligent or abusive use, or normal wear and tear, including, but not limited to, those items listed on Schedule A (attached). Alterations, negligent, abusive, or specifically excluded use of container voids this warranty thereafter. In no event shall Toter be liable for incidental, special, punitive, liquidated, or consequential damages, for loss of product or time, for any delay in performance under this warranty or for claims of customers of purchaser. TOTER MAKES NO OTHER WARRANTY, EXPRESS OR IMPLIED, INCLUDING WARRANTY OF MERCHANTABILITY AND OF FITNESS FOR A PARTICULAR, SPECIFIED OR INTENDED PURPOSE. Some states do not allow limitations on how long an implied warranty lasts, the exclusion or limitation of incidental or consequential damages, and any such limitations will conform these warranties thereto (Buyers may also have other specific rights which vary from state to state). TOTER, LLC Effective for qualified purchases on or after January 25, 2016 (Rev. 05/2016) SCHEDULE A Toter Containers are designed for storage, transport, and dumping of normal household residential solid wastes, recyclables, excluding circumstances in which the load rating would be exceeded. Following are descriptions of several situations where the warranty does not apply. Exclusion is not limited to these situations. EXAMPLES OF NORMAL WEAR AND TEAR: *Scratches - normal use may cause scratches. *Dirt, including accumulation of dirt or any other substance. *Normal deterioration during service. *Normal discoloration due to atmospheric exposure. EXAMPLES OF ALTERATIONS, NEGLIGENT OR ABUSIVE USE: *Alteration of the original design, functionality or integrity of the Container *Cuts or scores from any source. *Extraordinary impacts such as being hit by a vehicle. *Burns, scorches, melting, or any damage from excessive heat. *Improper handling, including dropping stacks off delivery trucks, improper stacking, improper /excessive storage, forcing cart through narrow openings, allowing packer mechanism to hit cart or lid during dumping cycle, abrasion from excessive dragging, or cracks caused by improper handling or dumping. *Damage from automated grasper or semi-automated lifter, including any scratches, creases, cracks or breaks from a maladjusted, incorrectly operated, or improper automated grasper or semi-automated lifter. Includes any semi-automated lift speed faster than ANSI specifications for either the lift cycle or the down cycle. *Chemicals - being exposed to solvents, petrochemicals, paints, acids, or other chemical substance which damages plastic or metal parts. *Failure to follow instructions imprinted on cart parts (i.e., exceeding stated maximum load rating.) (Rev. 05/2016) WARRANTY CLAIMS PROCEDURE Recognized throughout the industry as The World’s Toughest Carts™, Toter carts are produced using a patented, stress-free molding technology known as Advanced Rotational Molding™. This manufacturing process results in tougher, more durable residential carts, backed by Toter with a 12 (twelve) year cart body warranty 10 (ten) years of coverage on all other cart components. This warranty is like no other manufacturer’s warranty, industry-wide. Easy to use, and reliable, the warranty demonstrates how we confidently back our carts. Toter carts have the lowest industry failure rate and the lowest Total Cost of Ownership, with higher strength to weight ratio. As such, Toter is proud to offer customers our “hassle free” warranty claim process that will ensure an easy, equitable, and timely resolution to all warranty issues that arise. Because of the extremely low failure rate of Toter carts, you will find warranty issues to be minimal and easily resolved. The Warranty document is included in our submission information, along with a sample online claim form/instructions below. Warranty claim resolution and subsequent warranty replacement containers or components shipments are usually transacted within 60 days. To file a warranty claim directly with Toter, a link to an online Warranty Claim Form is provided: http://www.toter.com/municipalities/residential-warranty-form. This form should be completed entirely. In addition to completing this simple form, Toter requires photos of issues to be uploaded: Must include pictures that represent 10% of the parts claimed for warranty. Pictures must be of defective or damaged area on cart or lid. For body damage please take at least one picture of the serial number and one of the defect. The claim will be processed upon customer submission of the website claim form (see attached printout of the online form). Toter may, at its discretion, send a Toter Regional Manager or other personnel to review the damaged containers. Toter will notify you of its findings in writing via email, and if damage is not due to defective components, Toter may make recommendations to possibly prevent future damage to containers. However, in the event that mutual agreement cannot be reached, the matter will be referred to binding arbitration. WARRANTY FLOW & PROCESS TIMELINE 1.Submit Claim through normal process •Use link: https://www.toter.com/municipalities/residential-warranty-form •Warranty claim serial numbers and pictures requirement *Serial Numbers with accompanying pictures are required to process claim. If not included, claim will be stalled until further required information is supplied 2.Initial receipt review of claim & confirmation of complete submittal by Warranty Department •Incomplete or needing more information →Warranty will return information request to customer •Complete → process reaches next step (amount approved & amount denied & reasons) 3.Internal review by warranty division •Review of pictures and serial numbers by Toter’s warranty division to determine validity of warranty coverage 4.Communication to customer by Customer Service/Warranty/RSM •Explanation of acceptance/denial of claim & reasons •Option for part/body replacement or credit to account confirmed with customer 5.Warranty Claim Process Complete •Part/body replacement →standard order process commences (artwork, O.C.’s, production scheduling/ship date OR •Credit →applied to customer account via Finance •Toter will review this information and assist in expediting decision as follows: Regional Sales Manager is your point of contact. Please review the example of a Toter Residential Warranty Form on the following page. BUILT FOR EXTREMESTM Toter Residential Warranty Form Fields noted with* are required. Company Name• Customer Number �-�1�1-� First Name* Last Name* Phone Number* Email• ###-###-#### Issue Description • Product Details Please enter claim details for your products below. Images of damaged products are required for claim processing. You may add more than one product type by clicking on 'Add another product'. If you would like to upload multiple products in a single file. please download the template at the bottom of this form and attach the completed file when submitting a claim. Download Bulk UP-load TemR.la,te Item Type• [ Please select ... Order/Invoice Number Resolution Requested* Please select... Serial Number(s) Quantity* Date of Purchase* Date Out of Service• Cart Style* C -=i I Please select-=:] Body Color* �ase select. • Attach Files* Lid Color* Description of Damage* I Please select. • [ I 7 [ Choose File j No file chosen Add another product Add another image Form W-9 Request for Taxpayer Give Form to the (Rev. October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. TOTER,LLC 2 Business name/disregarded entity name, if different from above (') 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see instructions on page 3): C: □Individual/sole proprietor or D C Corporation D S Corporation D Partnership D Trust/estate 0 • 1/) single-member LLC Exempt payee code (if any) 5 Cl) C C. 0 0 C �:;:: Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► u ... :I Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting 0 ... 1: t; LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) •- C another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that ,__ ll. u is disregarded from the owner should check the appropriate box for the tax classification of its owner. u □Other (see instructions)► (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optionaQ II) Q) 841 MEACHAM ROAD Q) 6 City, state, and ZIP code STATESVILLE, NC 28677 7 List account number(s) here (optional) -�1 ••Taxpayer Identification Number (TIN) I Social security number I Enter you� TIN in_ the app_ro�ri�te box. !h� TIN provided must_ match t�e name given on line 1 to avoid backup w1thhold1ng. For 1nd1v1duals, this 1s generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. [[I] -DJ -I I I I I or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. l Employer identification number 56 -1362422 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, ou are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Here Signature of U.S. person► Section references are to the Internal Revenue Code unless noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Cat. No. 10231X Date ► • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-9 (Rev. 10-2018) REMIT TO: TOTER PO BOX 603008 CHARLOTTE, NC 28260-3008 01/23/23 SECRETARY’S CERTIFICATE The undersigned, Richard Sedory, being the duly elected and acting Secretary of Toter, LLC (the “Company”), does hereby certify that the following resolutions were adopted by written action by Wastequip, LLC, the Sole Member of the Company on February 23, 2023: WHEREAS, a principal portion of the business of the Company is negotiating contracts with municipalities and governmental agencies; WHEREAS, the submission of bidding documents and the execution of contracts is part of the process of obtaining work with municipalities; and, WHEREAS, many municipalities require proof that the person submitting the bidding documents and executing contracts has lawful authority to bind the Company. NOW, THEREFORE, BE IT RESOLVED, that the following persons be, and they hereby are, authorized, empowered and directed, for an on behalf of the Company, to submit bids and all related documents to municipalities and units of government and to execute contracts and other documents binding the Company: Martin “Marty” Bryant John Defenbaugh Amanda Garman Laura Hubbard Steve Klueg Derrick Masimer JP McLaughlin Tim Neal Richard Sedory Brittani Whitman RESOLVED FURTHER, that any instruments or documents submitted in connection with any bidding process and any contracts associated therewith, heretofore signed by any of the foregoing persons be, and the same hereby are, ratified, affirmed and approved. Richard Sedory, Secretary Dated: March 7, 2023 DocuSign Envelope ID: 2EA4E687-3108-4D36-8273-D74426DE58EF Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1459 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 11.2 SUBJECT/RECOMMENDATION: Approve a purchase order to Smith Industries Inc DBA Smith Fence Company of Clearwater, FL for fence removal and replacement of the entire Solid Waste complex perimeter fence in the not to exceed amount of $131,207.00 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: The Solid Waste Department’s existing perimeter fence is approximately 30 years old and has some security vulnerabilities. As preparation for a Solid Waste admin complex rebuild, the department will have the entire perimeter fence removed and replaced to ensure secure access to the facility. Pinellas County Bid No. 23-0054-ITB Services, Fencing, Gate Operators and Handrails was awarded to Smith Fence Company as a cooperative contract valid through February 14, 2026 and the City of Clearwater is part of this cooperative. Authorization to use this cooperative contract is requested which provides for fencing and gates in different sizes. APPROPRIATION CODE AND AMOUNT: Funds are available in Solid Waste Non-Departmental fund 3247324-M2301, SW Facility R&R, to fund this contract. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 1.2 Maintain Public infrastructure through systematic management efforts Page 1 City of Clearwater Printed on 11/28/2023 Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 1 of 42 PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 PINELLAS COUNTY BOARD OF COUNTY COMMISSIONERS 400 S. FT. HARRISON AVENUE ANNEX BUILDING – 6TH FLOOR CLEARWATER, FL 33756 INVITATION TO BID ITB – SERVICES ARE ACCEPTED VIA OPENGOV THE MISSION OF PINELLAS COUNTY Pinellas County Government is committed to progressive public policy, superior public service, courteous public contact, judicious exercise of authority and sound management of public resources to meet the needs and concerns of our citizens today and tomorrow. ISSUE DATE: Friday, October 28, 2022 SOLICITATION NUMBER: 23-0054-ITB-Services SOLICITATION TITLE: Fencing, Gate Operators, and Handrails and Tampa Bay Cooperative Contract DEADLINE FOR WRITTEN QUESTIONS: Thursday, November 10, 2022 by 3:00 PM Eastern Time SUBMIT QUESTIONS: ALL QUESTIONS MUST BE SUBMITTED IN OPENGOV WITHIN THE Q&A SECTION. ALL SUBMITTALS ARE DUE BY: Tuesday, November 22, 2022 by 3:00 PM Eastern Time PRE-CONFERENCE INFORMATION: N/A SITE VISIT INFORMATION: N/A SOLICITATION CONTACT INFORMATION: NAME: Thomas Russell EMAIL: torussell@pinellas.gov SUBMITTALS MAY NOT BE WITHDRAWN FOR 120 DAYS AFTER OPENING DATE. The Purchasing and Risk Management Division for the Pinellas County Board of County Commissioners has transitioned to OpenGov Procurement for contractor/vendor registration, and for posting, submitting and receiving bids, quotes and proposals for active solicitations. Contractors/Vendors must register with OpenGov Procurement (https://procurement.opengov.com/signup) to bid on active County solicitations. Should you need technical assistance with OpenGov, the following options are available for assistance: Phone: (855) 680-4747, 8 a.m. to 8 p.m., Monday - Friday Email: procurement-support@opengov.com Chat is available in the OpenGov application Web: https://help.procurement.opengov.com Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 2 of 42 PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 Please Note: From time to time, addenda may be issued to this solicitation. Any such addenda will be posted on the same Web site, www.pinellascounty.org/purchase/Current_Bids1.htm , from which you obtained this solicitation. Before submitting, you should check our Web site to download any addenda that may have been issued. Please remember to sign and return Addenda Acknowledgement Form with completed bid package if applicable. AUTHORIZED BY: ___________________________________________ Merry Celeste, CPPB Division Director of Purchasing and Risk Management Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 3 of 42 PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 VENDORS MUST COMPLETE THE FOLLOWING VENDORS ARE CAUTIONED THAT THE POLICY OF THE BOARD OF COUNTY COMMISSIONERS, PINELLAS COUNTY, IS TO ACCEPT THE LOWEST RESPONSIVE AND RESPONSIBLE SUBMITTAL RECEIVED MEETING SPECIFICATIONS. NO CHANGES REQUESTED BY A VENDOR DUE TO AN ERROR IN PRICING WILL BE CONSIDERED AFTER THE SOLICITATION OPENING DATE AS ADVERTISED. BY SIGNING THIS SUBMITTAL FORM, VENDORS ARE ATTESTING TO THEIR AWARENESS OF THIS POLICY AND ARE AGREEING TO ALL OTHER SOLICITATION TERMS AND CONDITIONS, INCLUDING ANY INSURANCE REQUIREMENTS CONTAINED HEREIN. VENDOR NAME: ______________________________________________ (As shown on W-9) DBA: ______________________________________________ (If applicable) MAILING ADDRESS: ______________________________________________ (As shown on W-9) CITY / STATE / ZIP: ______________________________________________ (As shown on W-9) VENDOR EMAIL: ______________________________________________ (Primary Company Email Address) REMIT TO NAME: ______________________________________________ (As Shown on Vendor Invoice) FEIN#: ______________________________________________ (As shown on W-9) PAYMENT TERMS: ____% ___DAYS, NET 45 (PER F.S. 218.73) DEPOSIT, IF REQUIRED, IS ATTACHED IN THE AMOUNT OF $ _____________ Proper Corporate Identity is needed when you submit your quote, especially how your firm is registered with the Florida Division of Corporations. Please visit dos.myflorida.com/sunbiz/ for this information. It is essential to return a copy of your W-9 with your quote. Thank you. VENDOR CONTACT INFORMATION CONTACT NAME: _______________________ PHONE NUMBER: _______________________ FAX NUMBER: _______________________ EMAIL ADDRESS: _______________________ I HEREBY AGREE TO ABIDE BY ALL CONDITIONS OF THIS SOLICITATION, INCLUDING ALL INSURANCE REQUIREMENTS, AND CERTIFY THAT I AM AUTHORIZED TO SIGN THIS SOLICITATION FOR THE VENDOR. AUTHORIZED SIGNATURE: _______________________ PRINT NAME: _______________________ TITLE: _______________________ SEE SECTION F FOR PRICING SUMMARY THIS FORM MUST BE RETURNED WITH YOUR RESPONSE Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 4 of 42 PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 TABLE OF CONTENTS TABLE OF CONTENTS ....................................................................................................................... 4 SECTION A - GENERAL CONDITIONS ........................................................................................... 6 1. PREPARATION OF SUBMITTAL .......................................................................................................................... 6 2. DESCRIPTION OF GOODS/SERVICES/SUPPLIES ............................................................................................. 6 3. ALTERNATES ........................................................................................................................................................ 6 4. VENDOR SUBMISSION ......................................................................................................................................... 6 5. REJECTION OF SUBMISSION .............................................................................................................................. 7 6. WITHDRAWAL OF SUBMITTAL ........................................................................................................................... 7 7. LATE SUBMISSION OR MODIFICATIONS ........................................................................................................... 7 8. PUBLIC REVIEW AT OPENING ............................................................................................................................ 7 9. TABULATION INQUIRIES ..................................................................................................................................... 7 10. AWARD OF CONTRACT ....................................................................................................................................... 7 11. SUBMITTALS FROM RELATED PARTIES OR MULTIPLE SUBMITTALS RECEIVED FROM ONE VENDOR 8 12. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS ................................................................... 8 13. PROVISION FOR OTHER AGENCIES .................................................................................................................. 8 14. COLLUSION ........................................................................................................................................................... 8 15. CONTRACTOR LICENSE REQUIREMENT .......................................................................................................... 8 16. SAFETY DATA SHEETS REQUIREMENTS ......................................................................................................... 8 17. RIGHT TO AUDIT ................................................................................................................................................... 8 18. STATEMENT RELATIVE TO "PUBLIC ENTITY CRIMES" .................................................................................. 8 19. COUNTY INDEMNIFICATION ................................................................................................................................ 9 20. VARIANCE FROM STANDARD TERMS & CONDITIONS.................................................................................... 9 21. ADA REQUIREMENT FOR PUBLIC NOTICES ..................................................................................................... 9 22. "OR EQUAL" DETERMINATION ........................................................................................................................... 9 23. INSURANCE ........................................................................................................................................................... 9 24. PROCUREMENT POLICY FOR RECYCLED MATERIALS .................................................................................. 9 25. ASBESTOS MATERIALS .................................................................................................................................... 10 26. PAYMENT/INVOICES .......................................................................................................................................... 10 27. TAXES .................................................................................................................................................................. 11 28. TERMINATION ..................................................................................................................................................... 11 29. CONTRACTOR CAPABILITY/REFERENCES .................................................................................................... 11 30. DELIVERY/CLAIMS.............................................................................................................................................. 11 31. MATERIAL QUALITY ........................................................................................................................................... 11 32. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS .............................................................. 12 33. ASSIGNMENT/SUBCONTRACTING/CORPORATE ACQUISITIONS AND/OR MERGERS ............................. 12 34. EXCEPTIONS ....................................................................................................................................................... 12 35. NON-EXCLUSIVE CONTRACT ........................................................................................................................... 12 36. PUBLIC RECORDS/TRADE SECRETS .............................................................................................................. 12 37. LOBBYING ........................................................................................................................................................... 13 38. ADDITIONAL REQUIREMENTS .......................................................................................................................... 13 39. ADD/DELETE LOCATIONS SERVICES .............................................................................................................. 14 40. INTEGRITY OF SOLICITATION DOCUMENTS .................................................................................................. 14 41. PUBLIC EMERGENCIES ..................................................................................................................................... 14 42. JOINT VENTURES ............................................................................................................................................... 14 43. CONFLICT OF INTEREST ................................................................................................................................... 14 44. PROTEST PROCEDURE ..................................................................................................................................... 15 45. DISPUTE RESOLUTION FOR PAYMENT REQUEST OR INVOICE .................................................................. 16 46. PUBLIC RECORDS – CONTRACTOR’S DUTY .................................................................................................. 17 47. E-VERIFY .............................................................................................................................................................. 17 48. INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 ............................................................................................................................................. 18 49. TRUTH IN NEGOTIATIONS ................................................................................................................................. 18 50. OWNERSHIP OF DOCUMENTS .......................................................................................................................... 18 SECTION B – SPECIAL CONDITIONS .......................................................................................... 19 1. INTENT ................................................................................................................................................................. 19 2. QUANTITIES ......................................................................................................................................................... 19 3. PRICING/PERIOD OF CONTRACT ..................................................................................................................... 19 4. TERM EXTENSION(S) OF CONTRACT .............................................................................................................. 19 Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 5 of 42 PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 5. MANDATORY PRE-BID CONFERENCE: NOT APPLICABLE .......................................................................... 20 6. NON-MANDATORY SITE VISIT: ......................................................................................................................... 20 7. PRE-COMMENCEMENT MEETING ..................................................................................................................... 20 8. PERFORMANCE SECURITY ............................................................................................................................... 20 9. BREACH OF CONTRACT .................................................................................................................................... 20 10. PERMITS, FEES AND COSTS IMPOSED BY PINELLAS COUNTY TO BE OBTAINED BY AND/OR BORNE B CONTRACTOR ......................................................................................................................................................... 20 11. WORKSITE SANITATION .................................................................................................................................... 20 12. EQUAL OPPORTUNITY / GIFT & GRATUITY POLICY ...................................................................................... 20 13. SUBMISSION OF BIDS ........................................................................................................................................ 20 14. DEMONSTRATION............................................................................................................................................... 21 SECTION C – INSURANCE AND INDEMNIFICATION REQUIREMENTS .................................... 22 1. LIMITATIONS ON LIABILITY ............................................................................................................................... 22 2. INDEMNIFICATION .............................................................................................................................................. 22 3. INSURANCE ......................................................................................................................................................... 22 SECTION D – VENDOR REFERENCES ........................................................................................ 25 SECTION E – SPECIFICATIONS ................................................................................................... 26 SECTION F – BID SUMMARY ........................................................................................................ 36 ELECTRONIC PAYMENT (EPAYABLES) ...................................................................................... 38 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION ........................................ 39 SECTION G - ADDENDUM ............................................................................................................. 40 SECTION H – STATEMENT OF NO BID ........................................................................................ 41 APPENDIX 1 – E-VERIFY AFFIDAVIT ........................................................................................... 42 Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 6 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 SECTION A - GENERAL CONDITIONS 1. PREPARATION OF SUBMITTAL Submittal will be prepared in accordance with the following: a. Submittals shall be uploaded on forms furnished, utilizing OpenGov procurement website. Failure to comply could result in the submission being rejected. b. If price is factor, unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. c. Alternate submittals will not be considered unless authorized by the solicitation. d. Proposed delivery time must be shown and shall include weekends and holidays. e. Contractor is advised that exceptions to any terms and conditions contained in this solicitation or the agreement must be stated with specificity in its response to the solicitation as provided herein and in Section A, AGREEMENT. Contractor is deemed to have accepted and to be bound by the solicitation and agreement terms and conditions that contractor does not take exception to in its response. The County reserves the right to modify or add terms and conditions based upon the exceptions stated by the contractor, or to declare any terms and conditions non-negotiable, as determined by the County in its sole discretion. f. Contractors shall thoroughly examine the drawings, specifications, schedule, instructions and/or all other solicitation documents. g. Contractors shall make all investigations necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the solicitation. Plea of ignorance by the contractor of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the contractor to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the solicitation documents, will not be accepted as a basis for varying the requirements of the County or the compensation to the contractor. h. Contractors are advised that all County solicitations are subject to all legal requirements provided for in the Purchasing Ordinance and/or State and Federal Statutes. 2. DESCRIPTION OF GOODS/SERVICES/SUPPLIES a. Any manufacturer's names, trade names, brand name, or catalog numbers used in specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Submittals will be considered for all brands which meet the quality of the specifications listed for any items. b. Contractors are required to state exactly what they intend to furnish otherwise they shall be required to furnish the items as specified. c. Contractor submission shall include all data necessary to evaluate and determine the quality of the item(s) they intend to furnish. 3. ALTERNATES Unless otherwise provided in the solicitation, alternatives may be included in the plans, specifications, and/or solicitation. When the County includes alternates in the solicitation, the contractor shall indicate on the submittal the cost of said alternate and sum to be deducted or added to the base pricing. Such alternates may or may not be accepted by the County. If approved, it is at the County’s discretion to accept said alternate(s) in any sequence or combination therein. If the contractor is proposing an alternate that is not provided in the solicitation, alternate(s) must be submitted within the Pinellas OpenGov Tab prior to the question deadline, and receive approval prior to the solicitation opening date in order to be considered for award. 4. VENDOR SUBMISSION a. Submittals shall be uploaded utilizing OpenGov procurement website (https://secure.procurenow.com/portal/pinellasfl). Failure to comply could result in the submittal being rejected. b. Submittals must be on the forms furnished. Submittals sent via email will not be considered. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 7 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 5. REJECTION OF SUBMISSION a. The County may reject a submittal if: 1. The contractor incorrectly states or conceals any material fact in the solicitation. 2. The solicitation does not strictly conform to the law or requirements of solicitation including insurance requirements. 3. The solicitation is conditional, except that the contractor may qualify its submittal for acceptance by the County on an "all or none" basis, or a "low item" basis. An "all or none" basis submittal must include all items upon which the contractor was invited. b. The respective constitutional officer, County Administrator, on behalf of the Board of County Commissioners or within their delegated financial approval authority, or Director of Purchasing, within their delegated financial approval authority, shall have the authority when the public interest will be served thereby to reject all submittals or parts of submittals at any stage of the procurement process through the award of an agreement. c. The County reserves the right to waive minor informalities or irregularities in any submittal. 6. WITHDRAWAL OF SUBMITTAL The submittal may be withdrawn prior to the bid opening date, however, a submittal may not be withdrawn for a period of time as specified in this solicitation document. 7. LATE SUBMISSION OR MODIFICATIONS a. Submittals and modifications received after the time set for the submission will not be considered. This upholds the integrity of the process. b. Modifications in writing received prior to the time set for the submittal will be accepted. 8. PUBLIC REVIEW AT OPENING Pursuant to Florida Statute, Section 119.071(1)(b)2, all submittals shall be subject to review as public records after 30-days from opening, or earlier if an intended decision is reached before the thirty-day period expires. Unless a specific exemption exists, all documents submitted will be released pursuant to a valid public records request. All trade secrets claims shall be dispositively determined by a court of law prior to trade secret protection being granted. 9. TABULATION INQUIRIES Inquiries relating to the results of this solicitation, prior to the official award by the Pinellas County Board of County Commissioners may be made by visiting OpenGov or calling the Purchasing Office after 30 days to comply with Florida Statute, Section 119.071(1)(b)2. 10. AWARD OF CONTRACT a. The contract will be awarded to the lowest responsive, responsible bidder whose bid, conforming to the Invitation to Bid, is most advantageous to Pinellas County, price and other factors considered. For Invitation to Bid for Sale of Real or Surplus Property, award will be made to the highest and most advantageous bid including price and other factors considered. b. The County reserves the right to accept and award item by item, and/or by group, or in the aggregate, unless the bidder qualifies his bid by specified limitations. See Rejection of Bids. c. If two or more bids received are for the same total amount or unit price or in the case of proposals, the qualifications, quality and service are equal then the contract shall be awarded by drawing lots in public. d. Prices quoted must be FOB Pinellas County with all transportation charges prepaid unless otherwise specified in the Invitation to Bid. e. A written award of acceptance (Purchase Order), mailed or otherwise furnished to the successful bidder, shall result in a binding contract without further action by either party. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 8 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 11. SUBMITTALS FROM RELATED PARTIES OR MULTIPLE SUBMITTALS RECEIVED FROM ONE VENDOR Where two (2) or more related parties each upload a submittal, or multiple submittals are received from one (1) contractor, for any solicitation, such submittals shall be judged non-responsive. Related parties mean contractors or the principles thereof, which have a direct or indirect ownership interest in another contractor for the same solicitation or in which a parent company or the principles thereof of one (1) contractor have a direct or indirect ownership interest in another contractor for the same solicitation. 12. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS The laws of the State of Florida apply to any purchase made under this solicitation. contractors shall comply with all local, state, and federal directives, orders and laws as applicable to this solicitation and subsequent agreement(s) including but not limited to Americans with Disabilities Act (ADA), Section 504 of the Rehabilitation Act of 1973, Equal Employment Opportunity (EEO), Minority Business Enterprise (MBE), and OSHA as applicable to this agreement. 13. PROVISION FOR OTHER AGENCIES Unless otherwise stipulated by the contractor(s), the contractor(s) agree to make available to all Government agencies, departments, and municipalities the prices submitted in accordance with said terms and conditions therein, should any said governmental entity desire to buy under this solicitation. Eligible users shall mean all State of Florida Agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the agreement. 14. COLLUSION The contractor, by affixing his signature to this proposal, agrees to the following: "Contractor certifies that its submittal is made without previous understanding, agreement, or connection with any person, firm or corporation making a submittal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 15. CONTRACTOR LICENSE REQUIREMENT All contractor performing construction and related work in Pinellas County must comply with our regulatory legislation, Chapter 75-489, Laws of Florida, as amended. Failure to have a competency license in a regulated trade will be cause for rejection of any submittal and/or award. 16. SAFETY DATA SHEETS REQUIREMENTS If any chemicals, materials, or products containing toxic substances, in accordance with OSHA Hazardous Communications Standards, are contained in the products purchased by the County as a result of this solicitation, the successful contractor shall provide a Safety Data Sheet (SDS) at the time of each delivery. 17. RIGHT TO AUDIT Pinellas County reserves the privilege of auditing a contractor's records as such records relate to purchases between Pinellas County and said contractor. Such audit privilege is provided for within the text of the Pinellas County Code §2-187. Records should be maintained for five (5) years from the date of final payment. 18. STATEMENT RELATIVE TO "PUBLIC ENTITY CRIMES" Contractor is directed to the Florida Public Entity Crime Act, Fla. Stat. 287.133, and Fla. Stat. 287.135 regarding Scrutinized Companies, and contractor agrees that its submittal and, if awarded, its performance of the agreement will comply with all applicable laws including those referenced herein. contractor represents and certifies that contractor is and will at all times remain eligible to submit for and perform the services subject to the requirements of these, and other applicable, laws. contractor agrees that any agreement awarded to contractor will be subject to termination by the County if contractor fails to comply or to maintain such compliance. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 9 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 19. COUNTY INDEMNIFICATION Contractor agrees to indemnify, pay the cost of defense, including attorney’s fees, and hold harmless the County, its officers, employees and agents from all damages, suits, actions or claims, including reasonable attorney’s fees incurred by the County, of any character brought on account of any injuries or damages received or sustained by any person, persons, or property, or in any way relating to or arising from the Agreement; or on account of any act or omission, neglect or misconduct of Contractor; or by, or on account of, any claim or amounts recovered under the Workers’ Compensation Law; or of any other laws, regulations, ordinance, order or decree; or arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon; or for any violation of requirements of the Americans with Disabilities Act of 1990, as may be amended, and all rules and regulations issued pursuant thereto (collectively the “ADA”) except when such injury, damage, or violation was caused by the sole negligence of the County. 20. VARIANCE FROM STANDARD TERMS & CONDITIONS All standard terms and conditions stated in this section apply to this Agreement except as specifically stated in the subsequent sections of the document, which take precedence over this section, and should be fully understood by contractors prior to submitting on this requirement. 21. ADA REQUIREMENT FOR PUBLIC NOTICES Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 727- 464-4062 (voice/tdd) fax 727-464-4157, not later than seven days prior to the proceeding. 22. "OR EQUAL" DETERMINATION Where submitting other than specified, the determination of equivalency will be at the sole discretion of Pinellas County and its specialized personnel. 23. INSURANCE Notice: The contractor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed in the insurance section below. Failure to provide the required insurance within a ten (10) day period following the determination or recommendation of lowest responsive, responsible submitter may result in the County to vacate the original determination or recommendation and proceed with recommendation to the second lowest, responsive, responsible submitter. 24. PROCUREMENT POLICY FOR RECYCLED MATERIALS a. Pinellas County wishes to encourage its contractors to use recycled products in fulfilling contractual obligations to the County and that such a policy will serve as a model for other public entities and private sector companies. b. When awarding a purchase or recommending a purchase for products, materials, or services, the Director of Purchasing and Risk Management may allow a preference to a responsive contractor who certifies that their product or material contains the greatest percentage of postconsumer material. If solicitation includes paper products, contractor must certify that their materials and/or products contain at least the content recommended by the EPA guidelines. c. On all quotes over fifty thousand dollars ($50,000) and informal quotes under fifty thousand dollars ($50,000), or as required by law, the Director of Purchasing and Risk Management shall require vendors to specify which products have recycled materials, what percentage or amount is postconsumer material, and to provide certification of the percentages of recycled materials used in the manufacture of goods and commodities procured by the County. d. Price preference is not the preferred practice the County wishes to employ in meeting the goals of this resolution. If a price preference is deemed to serve the best interest of the County and further supports the purchase of recycled materials, the Director of Purchasing will make a recommendation that a price preference be allowed up to an amount not to exceed 10% above the lowest complying submittal received. Definitions for Recycled Materials: Recovered Materials: Materials that have recycling potential, can be recycled, and have been diverted or removed from the solid waste stream for sale, use or reuse, by separation, collection, or processing. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 10 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 Recycled Materials: Materials that contain recovered materials. This term may include internally generated scrap that is commonly used in industrial or manufacturing processes, waste or scrap purchased from another manufacturer and used in the same or a closely related product. Postconsumer Materials: Materials which have been used by a business or a consumer and have served their intended end use, and have been separated or diverted from the solid waste stream for the purpose of recycling, such as; newspaper, aluminum, glass containers, plastic containers, office paper, corrugated boxes, pallets or other items which can be used in the remanufacturing process. 25. ASBESTOS MATERIALS a. The contractor shall perform all Work in compliance with Federal, State and local laws, statutes, rules, regulations and ordinances, including but not limited to the Department of Environmental Protection (DEP)'s asbestos requirements, 40 CFR Part 61, Subpart M, and OSHA Section 29 CFR 1926.58. Additionally, the contractor shall be properly licensed and/or certified for asbestos removal as required under Federal, State and local laws, statutes, rules, regulations and ordinances. b. The County shall be responsible for filing all DEP notifications and furnish a copy of the DEP notification and approval for demolition to the successful contractor. The County will furnish a copy of the asbestos survey to the successful contractor. The contractor must keep this copy on site at all times during the actual demolition. 26. PAYMENT/INVOICES Contractor shall submit invoices for payment as provided herein with such documentation as required by Pinellas County and all payments shall be made in accordance with the requirements of Section 218.70 et. Seq, Florida Statutes, “The Local Government Prompt Payment Act.” Invoices shall be submitted to the address below unless instructed otherwise on the purchase order, or if no purchase order, by the ordering department: Finance Division Accounts Payable Pinellas County Board of County Commissioners P.O. Box 2438 Clearwater, FL 33757 Email: FinanceAccountsPay@MyPinellasClerk.org Each invoice shall include, at a minimum, the contractor's name, contact information and the standard purchase order number. In order to expedite payment, it is recommended the contractors also include the information shown in below. The County may dispute any payments invoiced by contractor in accordance with the County’s Dispute Resolution Process for Invoiced Payments, established in accordance with Section 218.76, Florida Statutes, and any such disputes shall be resolved in accordance with the County’s Dispute Resolution Process. Remit To: Billing address to which you are requesting payment be sent Invoice Date: Creation date of the invoice Contractor Information: Company name, mailing address, phone number, contact name and email address as provided on the purchase order Invoice Number: Company tracking number Shipping Address: Address where goods and/or services were delivered Ordering Department: Name of ordering department, including name and phone number of contact person Purchase order Number: Standard purchase order number Ship Date: Date the goods/services were sent/provided Quantity: Quantity of goods or services billed Description: Description of services or goods delivered Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 11 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 Unit Price: Unit price for the quantity of goods/services delivered Line Total Amount due by line item Invoice Total: Sum of all line totals for the invoice Pinellas County offers a credit card payment process (ePayables) through Bank of America. Pinellas County does not charge contractor to participate in the program; however, there may be a charge by the company that processes your credit card transactions. For more information please visit Pinellas County purchasing website at: www.pinellascounty.org/purchase. 27. TAXES a. The County is exempt from all state and federal sales, use, transportation and excise taxes. The Laws of the State of Florida provide that sales and use taxes are payable by the contractor upon the tangible personal property incorporated in the work and such taxes shall be paid by the contractor and be deemed to have been included in the solicitation. b. Payments to Pinellas County are subject to applicable Florida taxes. 28. TERMINATION a. Pinellas County reserves the right to terminate this agreement, without cause by giving thirty (30) days prior written notice to the Contractor of the intention to terminate or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the Contractor to comply with any of the provisions of this Agreement shall be considered a material breach of Agreement and shall be cause for immediate termination of the Agreement at the sole discretion of Pinellas County. c. In addition to all other legal remedies available to the Pinellas County, the Pinellas County reserves the right to terminate and obtain from another source any services which have not been provided within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of request, as determined by the Pinellas County. d. In the event that sufficient budgeted funds are not available for a new fiscal period, the Pinellas County shall notify the Contractor of such occurrence and the Agreement shall terminate on the last day of the then current fiscal year period without penalty or expense to the Pinellas County. 29. CONTRACTOR CAPABILITY/REFERENCES Prior to agreement award, any contractor may be required to show that the company has the necessary facilities, equipment, ability and financial resources to perform the work specified in a satisfactory manner and within the time specified. In addition, the company must have experience in work of the same or similar nature, and can provide references, which will satisfy the County. Contractors must furnish a reference list of at least four (4) customers for whom they have performed similar services. 30. DELIVERY/CLAIMS Prices quoted shall be FOB Destination, freight included and unloaded to location(s) within Pinellas County. Actual delivery address(s) shall be identified at time of order. Successful contractor(s) will be responsible for making any and all claims against carriers for missing or damaged items. 31. MATERIAL QUALITY All materials purchased and delivered against this Agreement will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt will be exchanged within twenty-four (24) hours of notice to the contractor at no charge to the County. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 12 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 32. WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS No oral interpretations will be made to any firms as to the meaning of specifications or any other contractor documents. All questions pertaining to the terms and conditions or scope of work of this solicitation must be sent in writing (electronically) to the Purchasing and Risk Management Division and received by the date specified in solicitation. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the solicitation. All such addenda shall become part of the agreement documents. The County will not be responsible for any other explanation or interpretation of the proposed solicitation made or given prior to the award of the agreement. The Purchasing and Risk Management Division will be unable to respond to questions received after the specified time frame. 33. ASSIGNMENT/SUBCONTRACTING/CORPORATE ACQUISITIONS AND/OR MERGERS The contractor shall perform this agreement. If a contractor intends to subcontract a portion of this work, the contractor must disclose that intent in the solicitation. No assignment or subcontracting shall be allowed without prior written consent of the County. In the event of a corporate acquisition and/or merger, the contractor shall provide written notice to the County within thirty (30) business days of contractor’s notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this agreement, which shall not be unreasonably exercised by the County, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the County awarding an agreement to a contractor, which has disclosed its intent to assign or subcontract in its response to the solicitation, without exception shall constitute approval for purposes of this agreement. The contractor must inform the County in writing within forty-five (45) business days if the contractor’s business entity’s name changes. The contractor will bear all responsibility and waive any rights it may have to relief for any delay in processing a payment associated with the County’s inability to issue payment to the contractor for a business entity name change that the County was not made aware of as reflected herein. 34. EXCEPTIONS Contractor is advised that if it wishes to take exception to any of the terms contained in this solicitation or the attached agreement it must identify the term and the exception in its response to the solicitation. Failure to do so may lead County to declare any such term non-negotiable. contractor's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. 35. NON-EXCLUSIVE CONTRACT Award of this agreement shall impose no obligation on the County to utilize the contractor for all work of this type, which may develop during the agreement period. This is not an exclusive agreement. The County specifically reserves the right to concurrently agreement with other companies for similar work if it deems such action to be in the County's best interest. In the case of multiple-term agreements, this provision shall apply separately to each term. 36. PUBLIC RECORDS/TRADE SECRETS Pinellas County Government is subject to the Florida Public Records law (Chapter 119, Florida Statutes), and all documents, materials, and data submitted to any solicitation as part of the response are governed by the disclosure, exemption and confidentiality provisions relating to public records in Florida Statutes. Except for materials that are “trade secrets” or “confidential” as defined by applicable Florida law, ownership of all documents, materials, and data submitted in response to the solicitation shall belong exclusively to the County. To the extent that contractor desires to maintain the confidentiality of materials that constitute trade secrets pursuant to Florida law, trade secret material submitted must be identified by some distinct method that the materials that constitute a trade secret, and contractor shall provide an additional copy of the contractors submittal that redacts all designated trade secrets. By submitting materials that are designated as trade secrets and signature of the contractor signature page, contractor acknowledges and agrees: i. That after notice from the County that a public records request has been made for the materials designated as a trade secret, the contractor shall be solely responsible for defending its determination that submitted material is a trade secret that is not subject to disclosure at its sole cost, which action shall be taken immediately, but no later than ten (10) calendar days from the date of notification or contractor will be deemed to have waived the trade secret designation of the materials; Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 13 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 ii. That to the extent that the contractor with trade secret materials is evaluated, the County and it officials, employees, agents, and representatives in any way involved in processing, evaluating, negotiating agreement terms, approving any agreement based on the contractor, or engaging in any other activity relating to the competitive selection process are hereby granted full rights to access, view, consider, and discuss the materials designated as trade secrets through the final agreement award; iii. To indemnify and hold the County, and its officials, employees, agents and representatives harmless from any actions, damages (including attorney’s fees and costs), or claims arising from or related to the designation of trade secrets by the contractor, including actions or claims arising from the County’s non-disclosure of the trade secret materials. iv. That information and data it manages as part of the services may be public record in accordance with Chapter 119, Florida Statutes and Pinellas County public record policies. contractor agrees prior to providing goods/services it will implement policies and procedures to maintain, produce, secure and retain public records in accordance with applicable laws, regulations, and County policies, which are subject to approval by the County, including but limited to the Section 119.0701, Florida Statutes. Notwithstanding any other provision in the solicitation, the classification as trade secret of the entire submission document, line item and/or total contractor prices, the work, services, project, goods, and/or products to be provided by contractor, or any information, data, or materials that may be part of or incorporated into an agreement between the County and the contractor is not acceptable to the County and will result in a determination that the contractor submittal is nonresponsive; the classification as trade secret of any other portion of a submittal document may result in a determination that the submittal is nonresponsive. 37. LOBBYING "Lobbying shall be prohibited on all county competitive selection processes and purchasing contract awards pursuant to this division, including, but not limited to, requests for proposals, requests for quotations, requests for qualifications, bids or the award of purchasing contracts of any type. The purpose of this prohibition is to protect the integrity of the procurement process by shielding it from undue influences prior to the contract award, or the competitive selection process is otherwise concluded. However, nothing herein shall prohibit a prospective bidder/proposer/protestor from contacting the purchasing department or the county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. Lobbying of evaluation committee members, county government employees, elected/appointed officials, or advisory board members regarding requests for proposals, requests for quotations, requests for qualifications, bids, or purchasing contracts, by the bidder/proposer, any member of the bidder's/proposer's staff, any agent or representative of the bidder/proposer, or any person employed by any legal entity affiliated with or representing a bidder/proposer/protestor, is strictly prohibited from the date of the advertisement, or on a date otherwise established by the board, until either an award is final, or the competitive selection process is otherwise concluded. Any lobbying activities in violation of this section by or on behalf of a bidder/proposer shall result in the disqualification or rejection of the proposal, quotation, statement of qualification, bid or contract. For purposes of this provision, "lobbying" shall mean influencing or attempting to influence action or non-action, and/or attempting to obtain the goodwill of persons specified herein relating to the selection, ranking, or contract award in connection with any request for proposal, request for quotation, request for qualification, bid or purchasing contract through direct or indirect oral or written communication. The final award of a purchasing contract shall be the effective date of the purchasing contract. Any evaluation committee member, county government employee, elected/appointed official, or advisory board member who has been lobbied shall immediately report the lobbying activity to the director." (Ord. No. 02-35, 5-7-02; Ord. No. 04-64, § 12, 9-21-04; Ord. No. 04-87, § 1, 12-7-04; Ord. No. 10-09, § 6, 2-16-10; Ord. No. 11-23, § 2, 7-26-11; Ord. No. 14-11, § 5, 2-11-14; Ord. No. 18-34, 10-23-18). 38. ADDITIONAL REQUIREMENTS The County reserves the right to request additional goods or services relating to this agreement from the contractor. When approved by the County as an amendment to this agreement and authorized in writing, the contractor shall provide such additional requirements as may become necessary. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 14 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 39. ADD/DELETE LOCATIONS SERVICES The County reserves the right to unilaterally add or delete locations/services, either collectively or individually, at the County’s sole option, at any time after award has been made as may be deemed necessary or in the best interests of the County. In such case, the contractor(s) will be required to provide services to this agreement in accordance with the terms, conditions, and specifications. 40. INTEGRITY OF SOLICITATION DOCUMENTS Contractors shall use the original solicitation form(s) provided by the Purchasing & Risk Management Division and enter information only in the spaces where a response is requested. contractors may use an attachment as an addendum to the solicitation form(s) if sufficient space is not available on the original form for the contractor to enter a complete response. Any modifications or alterations to the original solicitation documents by the contractor, whether intentional or otherwise, will constitute grounds for rejection of a solicitation. Any such modifications or alterations a contractor wishes to propose must be clearly stated in the contractor’s submittal response and presented in the form of an addendum to the original solicitation documents. 41. PUBLIC EMERGENCIES It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God that Pinellas County shall require a first priority for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the County. contractor agrees to rent/sell/lease all goods and services to the County or governmental entities on a first priority basis. The County expects to pay a fair and reasonable price for all products and services rendered or contracted in the event of a disaster, emergency, hurricane, tornado or other acts of God. 42. JOINT VENTURES All contractors intending to submit as a joint venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Industry Licensing Board and any other state or local licensing Agency prior to submitting (see Section 489.119 Florida Statutes). Joint ventures must provide an affidavit attesting to the formulation of a joint venture and provide either proof of incorporation as a joint venture or a copy of the formal joint venture agreement between all joint venture parties, indicating their respective roles, responsibilities and levels of participation for the project. 43. CONFLICT OF INTEREST a. The contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder. The contractor further represents that no person having any such interest shall be employed during the agreement term and any extensions. In addition, the contractor shall not offer gifts or gratuities to County employees as County employees are not permitted to accept gifts or gratuities. By signing this document, the contractor acknowledges that no gifts or gratuities have been offered to County employees or anyone else involved in this competitive solicitation process. b. The contractor shall promptly notify the County’s representative, in writing, by certified mail, of all potential conflicts of interest for any prospective business association, interest, or other circumstance, which may influence or appear to influence the contractor’s judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the contractor may undertake and request an opinion of the County as to whether the association, interest or circumstance would, in the opinion of the County, constitute a conflict of interest if entered into by the contractor. The County agrees to notify the contractor of its opinion, by certified mail, within thirty days of receipt of notification by the contractor. c. It is essential to government procurement that the process be open, equitable and ethical. To this end, if potential unethical practices including but not limited to collusion, receipt or solicitation of gifts and conflicts of interest (direct/indirect) etc. are observed or perceived, please report such activity to: Pinellas County Clerk of Circuit Court – Division of Inspector General Phone – (727) 45FRAUD (453-7283) Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 15 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 Fax – 727-464-8386 44. PROTEST PROCEDURE As per Section 2-162 of County Code a. Right to Protest. "A vendor who is aggrieved by the contents of the bid or proposal package, or a vendor who is aggrieved in connection with the recommended award on a bid or proposal solicitation, may file a written protest to the director, as provided herein. This right to protest is strictly limited to those procurements of goods and/or services solicited through invitations to bid or requests for proposals, including solicitations pursuant to F.S. § 287.055, the "Consultants' Competitive Negotiation Act." No other actions or recommendations in connection with a solicitation can be protested, including: (i) requests for quotations, negotiations, qualifications or letters of interest; (ii) rejection of some, all or parts of bids or proposals; (iii) disqualification of bidders or proposers as non-responsive or non-responsible; or (iv) recommended awards less than the mandatory bid or proposal amount. Protests failing to comply with the provisions of this section shall not be reviewed." b. "Posting. The purchasing department shall post the recommended award on or through the departmental website." c. Requirements to protest. 1. "If the protest relates to the content of the bid or proposal package, a formal written protest must be filed no later than 5:00 p.m. EST on the fifth full business day after issuance of the bid or proposal package." 2. "If the protest relates to the recommended award of a bid or proposal, a formal written protest must be filed no later than 5:00 p.m. EST on the fifth full business day after posting of the award recommendation." 3. "The formal written protest shall identify the protesting party and the solicitation involved; include a statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds." 4. "A formal written protest is considered filed with the county when the purchasing department receives it. Accordingly, a protest is not timely filed unless it is received within the time specified above by the purchasing department. Failure to file a formal written protest within the time period specified shall constitute a waiver of the right to protest and result in relinquishment of all rights to protest by the bidder or proposer." d. "Sole remedy. These procedures shall be the sole remedy for challenging the content of the bid or proposal package or the recommended award." e. "Lobbying. Protestors and anyone acting on their behalf, are prohibited from attempts to influence, persuade, or promote a bid or proposal protest through any other channels or means, and contacting any county official, employee, advisory board member, or representative to discuss any matter relating in any way to the solicitation being protested, other than the purchasing department's or county attorney's office to address situations such as clarification and/or pose questions related to the procurement process. The prohibitions provided for herein shall begin with the filing of the protest and end upon the final disposition of the protest; provided, however, at all times protestors shall be subject to the procurement lobbying prohibitions in section 2-189 of this Code. Failure to adhere to the prohibitions herein shall result in the rejection of the protest without further consideration." f. "Time limits. The time limits in which protests must be filed as specified herein may be altered by specific provisions in the bid or proposal." g. "Authority to resolve. The director shall resolve the protest in accordance with the documentation and applicable legal authorities and shall issue a written decision to the protestor no later than 5:00 p.m. EST on the tenth full business day after the filing thereof." h. "Review of director's decision." 1. "The protesting party may request a review of the director's decision to the county administrator by delivering written request for review of the decision to the director by 5:00 p.m. EST on the fifth full business day after the date of the written decision. The written notice shall include any materials, Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 16 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 statements, and arguments which the bidder or proposer deems relevant to the issues raised in the request to review the decision of the director." 2. "The county administrator shall issue a decision in writing stating the reason for the action with a copy furnished to the protesting party no later than 5:00 p.m. EST on the seventh full business day after receipt of the request for review. The decision shall be final and conclusive as to the county unless a party commences action in a court of competent jurisdiction." i. "Stay of procurement during protests. There shall be no stay of procurement during pro tests." (Ord. No. 94-51, § 5, 6-7-94; Ord. No. 04-87, § 1, 12-7-04; Ord. No. 14-11, § 2, 2-11-14; Ord. No. 18-34, 10-23-18) 45. DISPUTE RESOLUTION FOR PAYMENT REQUEST OR INVOICE Payment of invoices for work performed for Pinellas County Board of County Commissioners is made, by standard, in arrears in accordance with Section 218.70, et. seq., Florida Statutes, the Local Government Prompt Payment Act. If a dispute should arise as a result of non-payment of a payment request or invoice the following Dispute Resolution process shall apply: a. Pinellas County shall notify a contractor in writing within ten (10) days after receipt of an improper invoice, that the invoice is improper. The notice should indicate what steps the contractor should undertake to correct the invoice and resubmit a proper invoice to the County. The steps taken by the contractor shall be that of initially contacting the requesting department to validate their invoice and receive a sign off from that entity that would indicate that the invoice in question is in keeping with the terms and conditions of the agreement. Once sign off is obtained, the contractor should then resubmit the invoice as a corrected invoice to the requesting department which will initiate the payment timeline. 1. Requesting department for this purpose is define as the County department for whom the work is performed. 2. Proper invoice for this purpose is defined as an invoice submitted for work performed that meets prior agreed upon terms or conditions to the satisfaction of Pinellas County. b. Should a dispute result between the contractor and the County about payment of a payment request or an invoice then the contractor should submit their dissatisfaction in writing to the requesting department. Each Requesting Department shall assign a representative who shall act as a dispute manager to resolve the issue at departmental level. c. The dispute manager shall first initiate procedures to investigate the dispute and document the steps taken to resolve the issue in accordance with section 218.76 Florida Statutes. Such procedures shall be commenced no later than forty-five (45) days after the date on which the payment request or invoice was received by Pinellas County, and shall not extend beyond sixty (60) days' after the date on which the payment request or invoice was received by Pinellas County. d. The dispute manager should investigate and ascertain that the work, for which the payment request or invoice has been submitted, was performed to Pinellas County’s satisfaction and duly accepted by the proper authority. Proper authority for this purpose is defined as the Pinellas County representative who is designated as the approving authority for the work performed in the contractual document. The dispute manager shall perform the required investigation and arrive at a solution before or at the sixty (60) days' timeframe for resolution of the dispute, per section 218.76, Florida Statutes. The County Administrator or his or her designee shall be the final arbiter in resolving the issue before it becomes a legal matter. The County Administrator or his or her designee will issue their decision in writing. e. Pinellas County dispute resolution procedures shall not be subject to Chapter 120 of the Florida Statutes. The procedures shall also, per section 218.76, Florida Statutes, not be intended as an administrative proceeding which would prohibit a court from ruling again on any action resulting from the dispute. f. Should the dispute be resolved in the County’s favor interest charges begin to accrue fifteen (15) days after the final decision made by the County. Should the dispute be resolved in the contractor’s favor the County shall pay interest as of the original date the payment was due. g. Pursuant to sections 218.70 et. seq., Florida Statues, an award will be made to cover court costs and reasonable attorney fees, including fees incurred as a result of an appeal to the prevailing party. This provision is applicable if Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 17 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 the non-prevailing party held back payment that was the reason for the dispute without any reasonable lawful basis or fact to dispute the prevailing party’s claim to those amounts. 46. PUBLIC RECORDS – CONTRACTOR’S DUTY If the contractor has questions regarding the application of Chapter 119, Florida Statutes, to the contractor’s duty to provide public records relating to this agreement, the contractor shall contact: Pinellas County Board of County Commissioners Purchasing and Risk Management Division 400 S. Ft. Harrison Ave, 6th Floor, Clearwater, FL 33756 Public Records Liaison Phone: 727-464-3237 Email: mcchartier@pinellas.gov 47. E-VERIFY The contractor and subcontractor must register with and use the E-verify system in accordance with Florida Statute 448.095. A contractor and subcontractor may not enter into a contract with the County unless each party registers with and uses the E-verify system. If a contractor enters a contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized aliens. The contractor must maintain a copy of the affidavit for the duration of the contract. If the County, Contractor, or Subcontractor has a good faith belief that a person or entity with which it is contracting has knowingly violated Florida Statute 448.09(1) shall immediately terminate the contract with the person or entity. If the County has a good faith belief that a Subcontractor knowingly violated this provision, but the Contractor otherwise complied with this provision, the County will notify the Contractor and order that the Contractor immediately terminate the contract with the Subcontractor. A contract terminated under the provisions of this section is not a breach of contract and may not considered such. Any contract termination under the provisions of this section may be challenged to Section 448.095(2)(d), Florida Statute. Contractor acknowledges upon termination of this agreement by the County for violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor acknowledges that Contractor is liable for any additional costs incurred by the County as a result of termination of any contract for a violation of this section. Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in this section, requiring the subcontracts to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any Subcontractor or Lower Tier Subcontractor with the clause set for in this section. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 18 of 42 SECTION A - GENERAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 48. INDEPENDENT CONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 Contractor acknowledges that it is functioning as an independent contractor in performing under the terms of this agreement, and it is not acting as an employee of Pinellas County. The contractor acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986, located at 8 U.S.C. Section 1324, et seq., and regulations relating thereto. Failure to comply with the above provisions of the agreement shall be considered a material breach and shall be ground for immediate termination of the agreement. 49. TRUTH IN NEGOTIATIONS The contractor certifies to truth-in-negotiation and that wage rates and other factual unit costs supporting the compensation are accurate, complete and current at the time of contracting. Further, the original agreement amount and any additions thereto shall be adjusted to exclude any significant sums where the County determines the agreement price was increased due to inaccurate, incomplete or non-current wage rates and other factual unit costs. Such adjustments must be made within one (1) year following the end of the agreement. 50. OWNERSHIP OF DOCUMENTS a. Drawings, specifications, designs, models, photographs, reports, surveys, calculations, and other data provided in connection with this solicitation are and shall remain the property of the County whether the project for which they are made is executed or not. Such finished or unfinished documents, data, calculations, studies, surveys, specifications, drawings, maps, models, photographs and reports prepared by the contractor shall be delivered by the contractor to the County at the conclusion of the project or the termination of the contractor’s services. b. When such documents are provided to other parties, the contractor shall ensure return of the County’s property. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 19 of 42 SECTION B – SPECIAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 SECTION B – SPECIAL CONDITIONS 1. INTENT This is a cooperative bid for the purpose of establishing a contract for labor, materials, and equipment for fencing, gate operators, and handrails to order on an as needed basis by, but not limited to, the following participants: City of Clearwater City of Dunedin City of Pinellas Park City of Tarpon Springs Pinellas County School Board Pinellas County Board of County Commissioners Award shall be consistent among all of the above agency participants, but each entity shall make their own award. Each participating agency may execute its own contract with the successful bidder in accordance with its respective purchasing policies and procedures. Each participating agency will be responsible for issuing its own purchase order(s), and for order placement. 2. QUANTITIES Quantities stated are an estimate only and no guarantee is given or implied as to quantities that will be used during the contract period. Estimated quantities are based upon previous use and/or anticipated needs. 3. PRICING/PERIOD OF CONTRACT Duration of the contract shall be for a period of 36 months with unit prices adjustable at 12 months after the date of award and thereafter annually for the life of the contract, in an amount not to exceed the average of the Producer Price Index (PPI) or 10%, whichever is less, for Producer Price Index by Commodity: Metals and Metal Products: Cold Rolled Steel Sheet and Strip, Series Id: WPU101707, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90-120 days prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day period above shall not be considered 4. TERM EXTENSION(S) OF CONTRACT The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for an additional 12-month period beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (CPI) or 10%, whichever is less, for Producer Price Index by Commodity: Metals and Metal Products: Cold Rolled Steel Sheet and Strip, Series Id: WPU101707, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior to extension. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval. It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 20 of 42 SECTION B – SPECIAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. 5. MANDATORY PRE-BID CONFERENCE: NOT APPLICABLE 6. NON-MANDATORY SITE VISIT: NOT APPLICABLE 7. PRE-COMMENCEMENT MEETING Upon award of bid, the County will coordinate a pre-commencement meeting with the successful Contractor. The meeting will require Contractor and the County Representative to review specific contract details and deliverable documents at this meeting to ensure the scope of work and work areas are understood. 8. PERFORMANCE SECURITY NOT APPLICABLE 9. BREACH OF CONTRACT Failure of Contractor to perform any of the services required by this contract within ten (10) days of receipt of written demand for performance from the County shall constitute breach of contract. 10. PERMITS, FEES AND COSTS IMPOSED BY PINELLAS COUNTY TO BE OBTAINED BY AND/OR BORNE B CONTRACTOR The Contractor is responsible for (1) determining and paying any fees that may be necessary to perform this contract and (2) determining and acquiring any and all permits and licenses required by any Federal, State or local government entity, agency or board that may be necessary to perform this contract. The Contractor shall maintain any and all permits and licenses required to complete this contract. 11. WORKSITE SANITATION At the end of each workday, the contractor shall remove from the premises the daily accumulation of waste materials or rubbish caused by his operations. Safety hazards will be immediately corrected by the contractor. The contractor is also responsible for ensuring that any subcontractor hired by him or his subcontractors totally cleanup the worksite at the completion of the work. If the contractor fails to clean up at the completion of the work, the County may do so and deduct the cost of such cleanup from the contractor's most current invoice. The contractor will not be responsible for cleaning up debris left by the County's employees, the public utilizing other areas in the vicinity of the worksite or left by other contractors. 12. EQUAL OPPORTUNITY / GIFT & GRATUITY POLICY Pinellas County is committed to a workplace, which is free from harassment or discrimination of any kind. All Contractors and their agents, while performing work and/or services pursuant to this Agreement, are expected to conduct themselves accordingly. All employees of Pinellas County are prohibited from accepting gifts and/or gratuities from Contractors. Contractor agrees to cause all of its employees, subcontractors, consultants and other agents to honor this policy. 13. SUBMISSION OF BIDS The preferred method is PDF conversion from your source files (to minimize file size and maximize quality and accessibility) rather than scanning. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 21 of 42 SECTION B – SPECIAL CONDITIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 Instructions for Providing Files in PDF Format to Pinellas County Government A. How do I convert my files to PDF format? Answer- If you have a program such as Adobe Acrobat, creating a PDF of any file is a simple print function. Rather than printing to a traditional printer, the file converts to a PDF format copy of your original. Any program (such as Word, PowerPoint, Excel, etc.) can be converted this way by simply selecting the print command and choosing PDF as the printer. B. Should I scan everything and save as PDF? Answer- Not unless you are scanning with OCR (optical character recognition). Scanning will create unnecessarily large files because a scan is just a picture of a page rather than actual page text. Furthermore, the result of scanning is that your pages will not look nearly as “clean” or professional as simply using the print to PDF method from the program from which the file originates. Additionally, since scan pages are pictures of text, not really text, they may not be considered accessible* under Federal ADA guidelines (*unless the scans are OCR.) 14. DEMONSTRATION If requested by the County, the contractor must be prepared to provide a free demonstration of the product and/or equipment. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 22 of 42 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 SECTION C – INSURANCE AND INDEMNIFICATION REQUIREMENTS 1. LIMITATIONS ON LIABILITY By submitting a Bid, the Vendor acknowledges and agrees that the services will be provided without any limitation on the Vendor’s liability. The County objects to and shall not be bound by any term or provision that purports to limit the Vendor’s liability to any specified amount in the performance of the services. The Vendor shall state any exceptions to this provision in its response, including specifying the proposed limits of liability in the stated exception to be included in the Services Agreement. The Vendor is deemed to have accepted and agreed to provide the services without any limitation on the Vendor’s liability that the Vendor does not take exception to in its response. Notwithstanding any exceptions by the Vendor, the County reserves the right to declare its prohibition on any limitation on the Vendor’s liability as non-negotiable, to disqualify any Bid l that includes exceptions to this prohibition on any limitation on the Vendor’s liability, and to proceed with another responsive, responsible proposal, as determined by the County in its sole discretion. 2. INDEMNIFICATION Vendor agrees to indemnify, pay the cost of defense, including attorney’s fees, and hold harmless the County, its officers, employees and agents from all damages, suits, actions or claims, including reasonable attorney’s fees incurred by the County, of any character brought on account of any injuries or damages received or sustained by any person, persons, or property, or in any way relating to or arising from the Agreement; or on account of any act or omission, neglect or misconduct of Contractor; or by, or on account of, any claim or amounts recovered under the Workers’ Compensation Law; or of any other laws, regulations, ordinance, order or decree; or arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon; or for any violation of requirements of the Americans with Disabilities Act of 1990, as may be amended, and all rules and regulations issued pursuant thereto (collectively the “ADA”) except when such injury, damage, or violation was caused by the sole negligence of the County. 3. INSURANCE The Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed below, prior to recommendation for award. The Vendor shall obtain and maintain and require any subcontractor to obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth. For projects with a Completed Operations exposure, Vendor shall maintain coverage and provide evidence of insurance for two (2) years beyond final acceptance. All insurance policies shall be from responsible companies duly authorized to do business in the State of Florida and have an AM Best rating of A- VIII or better. A. Submittals should include, the Vendor’s current Certificate(s) of Insurance. If Vendor does not currently meet insurance requirements, Vendor shall also include verification from their broker or agent that any required insurance not provided at that time of submittal will be in place prior to the award of contract. Upon selection of Vendor for award, the selected Vendor shall email certificate that is compliant with the insurance requirements. If the certificate received is compliant, no further action may be necessary. The Certificate(s) of Insurance shall be signed by authorized representatives of the insurance companies shown on the Certificate(s). The Certificate holder section shall indicate Pinellas County, a Subdivision of the State of Florida, 400 S Fort Harrison Ave, Clearwater, FL 33756. Pinellas County shall be named as an Additional Insured for General Liability. A Waiver of Subrogation for Workers Compensation shall be provided if Workers Compensation coverage is a requirement. B. Approval by the County of any Certificate(s) of Insurance does not constitute verification by the County that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate(s) of Insurance is in compliance with the requirements of the Agreement. County reserves the right to require a certified copy of the entire insurance policy, including endorsement(s), at any time during the Bid and/or contract period. C. If any insurance provided pursuant to the Agreement expires or cancels prior to the completion of the Work, you will be notified by CTrax, the authorized vendor of Pinellas County. Upon notification, renewal Certificate(s) of Insurance and endorsement(s) shall be furnished to Pinellas County Risk Management at Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 23 of 42 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 InsuranceCerts@pinellascounty.org and to CTrax c/o JDi Data at PinellasSupport@ididata.com by the Vendor or their agent prior to the expiration date. 1) Vendor shall also notify County within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal or adverse material change in coverage received by said Vendor from its insurer Notice shall be given by email to Pinellas County Risk Management at InsuranceCerts@pinellascounty.org. Nothing contained herein shall absolve Vendor of this requirement to provide notice. 2) Should the Vendor, at any time, not maintain the insurance coverages required herein, the County may terminate the Agreement,. D. If subcontracting is allowed under this Bid, the Primary Vendor shall obtain and maintain, at all times during its performance of the Agreement, insurance of the types and in the amounts set forth; and require any subcontractors to obtain and maintain, at all times during its performance of the Agreement, insurance limits as it may apply to the portion of the Work performed by the subcontractor; but in no event will the insurance limits be less than $500,000 for Workers’ Compensation/Employers’ Liability, and $1,000,000 for General Liability and Auto Liability if required below. All subcontracts between the Vendor and its Subcontractors shall be in writing and are subject to the County’s prior written approval. Further, all subcontracts shall 1. Require each Subcontractor to be bound to the Vendor to the same extent the Vendor is bound to the County by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor; 2. Provide for the assignment of the subcontracts from the Vendor to the County at the election of Owner upon termination of the Contract; 3. Provide that County will be an additional indemnified party of the subcontract; 4. Provide that the County will be an additional insured on all insurance policies required to be provided by the Subcontractor except workers compensation and professional liability; 5. Provide a waiver of subrogation in favor of the County and other insurance terms and/or conditions 6. Assign all warranties directly to the County; and 7. Identify the County as an intended third-party beneficiary of the subcontract. The Vendor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound by this Section C and identify to the Subcontractor any terms and conditions of the proposed subcontract which may be at variance with the Contract Documents. E. Each insurance policy and/or certificate shall include the following terms and/or conditions: 1) The Named Insured on the Certificate of Insurance and insurance policy must match the entity’s name that responded to the solicitation and/or is signing the agreement with the County. 2) Companies issuing the insurance policy, or policies, shall have no recourse against County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Vendor. 3) The term "County" or "Pinellas County" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments and Constitutional offices of County and individual members, employees thereof in their official capacities, and/or while acting on behalf of Pinellas County. 4) All policies shall be written on a primary, non-contributory basis. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 24 of 42 SECTION C – INSURANCE REQUIREMENTS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 The minimum insurance requirements and limits for this Agreement, which shall remain in effect throughout its duration and for two (2) years beyond final acceptance for projects with a Completed Operations exposure, are as follows: 1) Workers’ Compensation Insurance: Worker’s Compensation Insurance is required if required pursuant to Florida law. If, pursuant to Florida law, Worker’s Compensation Insurance is required, employer’s liability, also known as Worker’s Compensation Part B, is also required in the amounts set forth herein Limits Florida Statutory Employers’ Liability Limits Per Employee $ 500,000 Per Employee Disease $ 500,000 Policy Limit Disease $ 500,000 If Vendor/Contractor is not required by Florida law, to carry Workers Compensation Insurance in order to perform the requirements of this Agreement, County Waiver Form for workers compensation must be executed, submitted, and accepted by Risk Management. Failure to obtain required Worker’s Compensation Insurance without submitting and receiving a waiver from Risk Management constitutes a material breach of this Agreement. 2) Commercial General Liability Insurance: including, but not limited to, Independent Vendor, Contractual Liability Premises/Operations, Products/Completed Operations, and Personal Injury. Limits Combined Single Limit Per Occurrence $ 1,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal Injury and Advertising Injury $ 1,000,000 General Aggregate $ 2,000,000 3) Business Automobile or Trucker’s/Garage Liability Insurance covering owned, hired, and non-owned vehicles. If the Vendor does not own any vehicles, then evidence of Hired and Non-owned coverage is sufficient. Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards, unless Vendor can show that this coverage exists under the Commercial General Liability policy. Limits Combined Single Limit Per Accident $1,000,000 4) Excess or Umbrella Liability Insurance excess of the primary coverage required, in paragraphs (1), (2), and (3) above: Limits Each Occurrence $1,000,000 General Aggregate $1,000,000 For acceptance of Professional Liability coverage included within another policy required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total 5) Property Insurance Vendor will be responsible for all damage to its own property, equipment and/or materials. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 25 of 42 SECTION D – VENDOR REFERENCES PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 SECTION D – VENDOR REFERENCES THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR PROPOSAL MAY BE REVIEWED AND PROPERLY EVALUATED. COMPANY NAME: ___________________________________________________________________________ LENGTH OF TIME COMPANY HAS BEEN IN BUSINESS: ____________________________________________ BUSINESS ADDRESS: ________________________________________________________________________ HOW LONG IN PRESENT LOCATION: ___________________________________________________________ TELEPHONE NUMBER: _______________________________________________________________________ FAX NUMBER: ______________________________________________________________________________ TOTAL NUMBER OF CURRENT EMPLOYEES: ________ FULL TIME _________ PART TIME NUMBER OF EMPLOYEES YOU PLAN TO USE TO SERVICE THIS CONTRACT: __________ All references will be contacted by a County Designee via email, fax or phone call to obtain answers to questions, as applicable before an evaluation decision is made. Bidders must have experience in work of the same or similar nature, and must provide references that will satisfy the County. Proposer must furnish a reference list of at least four (4) customers for whom they have performed similar services. EITHER LOCAL COMMERCIAL OR GOVERNMENTAL REFERENCE(S) (PINELLAS COUNTY GOVERNMENT REFERENCES WILL NOT BE ACCEPTED) THAT YOU HAVE PREVIOUSLY PERFORMED SIMILAR CONTRACT SERVICES FOR: 1. 2. COMPANY: COMPANY: ADDRESS: ADDRESS: TELEPHONE/FAX: TELEPHONE/FAX: CONTACT: CONTACT: CONTACT EMAIL: CONTACT EMAIL: COMPANY EMAIL ADDRESS: COMPANY EMAIL ADDRESS: 3. 4. COMPANY: COMPANY: ADDRESS: ADDRESS: TELEPHONE/FAX: TELEPHONE/FAX: CONTACT: CONTACT: CONTACT EMAIL: CONTACT EMAIL: COMPANY EMAIL ADDRESS: COMPANY EMAIL ADDRESS: Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 26 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 SECTION E – SPECIFICATIONS 1. OBJECTIVE To award a contract to provide security and safety materials and services for County owned and maintained properties; requirements include Cooperative participants. 2. REQUIREMENTS 1. Standard Services Agreement - The awarded contractor will be required to execute the attached standard services agreement. No exceptions to the standard services agreement will be executed. 2. Job Quotes – Prior to beginning work, Contractor will provide the requesting department with a quote that includes labor and materials to be used, as well as start date and completion time frame. Quotes must be approved by the department and a purchase order issued prior to initiation of work. All quotes shall be provided within five (5) days from the date of request at no charge. Quotes for Emergency requests should be provided within the twenty-four (24) hour response time. 3. Two (2) Man Crew with Tools – All-inclusive rate billed at hourly unit price for: a. Group 9 – Installation, removal, repair, and replacement of fencing b. Group 11 – Additional Clearing per Hour – Bush Hog – Provide all labor and equipment (commercial grade) to excavate debris and vegetation within the work limits as directed by the County. Removal of vegetation does not include roots and rhizomes. This work includes removal of all trees that are less than 4” and located within the work area. 4. Repairs - a. Repairs must be completed within two (2) weeks of receipt of standard purchase order or as otherwise scheduled by the County. b. Contractor shall respond to the department’s request by visiting the site within forty-eight (48) hours of notification. Job quote to be provided as per Section E., Requirements – 2. Job Quotes. c. Emergency requests for temporary fencing for security purposes shall be responded to within twenty-four (24) hours with work completed in forty-eight (48) hours. 5. Warranty - Standard manufacturer’s warranty shall be in effect for all materials incorporated into the work of this contract. Services/Work will be guaranteed for eighteen (18) months, after the date of completion of work order. 3. SCOPE The Contractor shall provide all materials, tools, labor, supervision, quality control, vehicles, equipment, disposal fees, management and transportation necessary to perform this contract. All costs shall be factored into the individual line item unit price, measurable per the unit defined in the bid summary pages. 1. Installation: Installation of fence shall be in accordance with ASTM F 567, and with the following: a. Post spacing shall be spaced a maximum of 10'0"o.c. Terminal spans may be less, to a minimum of 7'0" in order to adjust line spans to even footage. b. Post foundations (footings) shall be: 1) A minimum of 24” deep plus 3 inches for each increase in fabric height above 4 feet. 2) The diameter of the post foundation shall be four (4) times the post diameter. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 27 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 3) If set into solid rock or concrete, the depth of the post hole shall be three (3) times the diameter of the post and the hole diameter shall be ½ inch greater than the diameter of the post. 4) Gate post foundations shall be in accordance with ASTM F 567, Table 2. 2. Bracing - Horizontal brace rails shall be provided on each terminal, corner and gate post and shall extend from these posts to the first adjacent line post. Diagonal brace (truss) rods shall extend back to the terminal, corner, or gate post and shall be furnished with a tightener or turnbuckle. a. No brace is required for fabric heights 6 feet or less where a top rail is used. b. On all fabric heights greater than 6 feet, a brace rail is required, even if a top rail is used: 1) When a top rail is used, attach the brace at the halfway point above grade. 2) When a top rail is not used, attach the brace at the two-thirds point above grade. 3) Pull posts shall be used as breaks in vertical grades of 15” and at approximately 330-foot centers except that this maximum may be reduced on curves where the degree of curvature is greater than 3°. Pull posts shall be braced in both directions. D. Materials All materials shall be as described and conform to the specifications referenced below: 1. Referenced Specifications – American Society for Testing and Measurements (ASTM): A 121 – Metallic Coated Steel Barbed Wire A.392 – Zinc – Coated Steel Chain Link Fence Fabric A 491 – Aluminum-Coated Steel Chain Link Fence Fabric A 824 – Metallic Coated Steel Mar celled Tension Wire for use with Chain Link Fence. F 567 – Installation of Chain Link Fence F 626 – Fence Fittings F 668 – Polyvinyl Chloride (PVC) and other Organic Polymer Coated Steel Chain Link Fence Fabric F 900 – Industrial and Commercial Swing Gates F 934 – Standard Colors for Polymer – Coated Chain Link Fence Materials F 1043 – Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework F 1083 – Pipe, Steel, Hot-Dipped Zinc-coated (Galvanized) Welded, for Fence Structures F 1664 – Polyvinyl Chloride (PVC) and other Organic Polymer Coated Steel Tension Wire used with Chain Link Fence F 1665 – Polyvinyl Chloride (PVC) and other Organic Polymer Coated Steel Barbed Wire used with Chain Link Fence F 1910 – Long Barbed Tape Obstacles 2. Chain Link Fence Fabric - a. Galvanized chain link fence fabric shall be zinc-coated steel conforming to the requirements of American Society for Testing and Materials (ASTM) A 392. 1) The coated wire diameter shall be 9-gage (0.148” ± 0.005”). 2) The mesh size of the woven fabric shall be 2” ± 1/8”. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 28 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 3) The fabric height shall be from 4 feet to 12 feet, in one-foot increments, as indicated. 4) The zinc coating weight shall be Class 1, not less than 1.2 oz. /ft. of uncoated wire surface. 5) Fabric shall be supplied in rolls of not less than 50 ft. allowable variance –6”. b. Polyvinyl Chloride (PVC) coated steel chain link fence fabric shall conform to the requirements of ASTM F 668. 1) The core wire diameter shall be 9-gage (0.148” ± 0.005”). 2) The PVC coating shall be Class 2a, extruded and adhered. 3) The fabric height shall be from 4 feet to 12 ft., in one-foot (ft.) increments, as indicated. i. The PVC color shall be as indicated and conform to ASTM F 934. ii. Fabric shall be supplied in rolls of not less than 25 ft. allowable variance –3”. c. Fabric heights greater than 12 ft. shall be woven from pre-coated strand with the following finishes: 1) PVC coated steel in accordance with ASTM F 668. 2) Aluminum coated steel in accordance with ASTM F 491. 3. Framework - a. Framework shall be round tubular pipe in either of the following types: 1) Type I-schedule 40 pipe conforming to the requirements of ASTM specifications F1083 and F1043 Group I-A, Type A, coating internal and external, minimum average zinc coating weight 1.8 oz./ft of surface. 2) Type II- high strength pipe conforming to the requirements of ASTM specification F1043, Group I-C, heavy Industrial, Type B or D internal coating. Type B external coating. 3) Framework for PVC coated chain link systems shall be either Type I, with supplemental PVC coating in accordance with ASTM 1043, or Type II, with supplemental polyester powder coating in accordance with ASTM F1043. Color shall be in accordance with ASTM F934. 4) Allowable variance for outside diameter (o.d.) wall thickness, and weight per foot shall be as required by ASTM specifications F1043 and F1083. b. Framework shall be of the following dimensions for the corresponding fence height and use: Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 29 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 TABLE 1 - FRAMEWORK REQUIREMENTS Fence Height Ft. Description NPS sizes o.d. inches Minimum Length of Post Type I Type II Wall Inches Weight lb./ft. Wall in inches Weight lb./ft. 4 End, corner, or pull post Line post Rail (if required) 2 1-1/2 1-1/4 2.375 1.900 1.660 6’6” 6’ 0.154 0.145 0.140 3.85 2.72 2.27 0.130 0.120 0.110 3.12 2.28 1.84 5 End, corner or pull post Line Post 2 1-1/2 1-1/4 2.375 1.900 1.660 7’9” 7’3” 0.154 0.145 0.140 3.65 2.72 2.27 0.130 0.120 0.110 3.12 2.28 1.84 6 End, corner, or pull post Line post Rail (if required) 2 1-1/2 1-1/4 2.375 1.900 1.660 9’ 8’6” 0.154 0.145 0.140 3.65 2.72 2.27 0.130 0.120 0.110 3.12 2.28 1.84 7 End, corner or pull post Line post Rail (if required) 2 1/2 2 1 1/4 2.875 2.375 1.660 10’3” 9’9” 0.203 0.154 0.140 5.79 3.65 2.27 0.160 0.130 0.110 4.64 3.12 1.84 8 End, corner or pull post Line post Rail (if required) 2 1/2 2 1 1/4 2.875 2.375 1.660 11’6” 11’ 0.203 0.154 0.140 5.79 3.65 2.27 0.160 0.130 0.110 4.64 3.12 1.84 9 End, corner or pull post Line post Rail (if required) 2 1/2 2 1 1/4 2.875 2.375 1.660 12’9” 12’3” 0.203 0.154 0.140 5.79 3.65 2.27 0.160 0.130 0.110 4.64 3.12 1.84 10 End, corner or pull post Line post Rail (if required) 2 1/2 2 1 1/4 2.875 2.375 1.660 14’ 13’6” 0.203 0.154 0.140 5.79 3.65 2.27 0.160 0.130 0.110 4.64 3.12 1.84 Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 30 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 11 End, corner or pull post Line post Rail (if required) 2 1/2 2 1 1/4 2.875 2.375 1.660 15’3” 14’9” 0.203 0.154 0.140 5.79 3.65 2.27 0.160 0.130 0.110 4.64 3.12 1.84 12 End, corner or pull post Line post Rail (if required) 2 1/2 2 1 1/4 2.875 2.375 1.660 16’6” 16’ 0.203 0.154 0.140 5.79 3.65 2.27 0.160 0.130 0.110 4.64 3.12 1.84 4. Gates - a. Swing-gate frames shall be fabricated in accordance with ASTM specification F900 using either Type I or Type II round tubular pipe. For fabric heights 6 foot (ft.) or less-fabricate frames using NPS 1-1/4” (1.660” o.d.) Pipe. 1) For fabric height over 6 ft.-fabricate frames using NPS 1-1/2” (1.900” o.d.) pipe. 2) Interior bracing, if required, shall be NPS 1-1/4 (1.660” o.d.) pipe. (a) Horizontal bracing is required for frames 5 ft. or higher. (b)Vertical bracing required for frames 12’ and wider. Vertical braces shall have a maximum spacing of 8 ft. b. Fabric cover – the fabric used to cover the fence frame shall be the same type and quality as that used on the adjacent fence. c. Gates with barbed wire shall have vertical frames to accept three strands of barbed wire. d. Gates posts shall be either Type I or Type II round tubular pipe in the following sizes for single swing gates or one leaf of double gates. 1) Length of gate posts shall be as for end, corner or pull posts, in Table 1, for the height of fence fabric. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 31 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 TABLE 2: GATE POST SIZES Gate Fabric Height, ft. Gate Leaf Width, ft. Type 1 or Type II NPS Size o.d. inches 6 ft. or less Up to and including 4 ft. Over 4 ft. to 10 ft. Over 10 ft. to 18 ft. 2 2 ½ 4 2.375 2.875 4.00 Over 6 ft. Up to and including 6 ft. Over 6 ft. to 12 ft. 2 ½ 4 2.875 4.000 Over 6 ft. (Type I pipe only) Over 12 ft. to 18 ft. Over 18 ft. to 24 ft. 6 8 6.875 8.875 5. Braces – corner, end (terminal) gate and pull posts for chain link fence shall be braced with a brace assembly consisting of: a. NPS 1-1/4 (1.660” o.d.) pipe brace rail and b. 3/8” truss rod with tightener, and c. Other miscellaneous fittings to complete the installation. 6. Tension Wire - a. Metallic coated tension wire 1) Tension wire, top and/or bottom, if required, shall be 7 gauge steel wire. 2) Tension wire shall conform to ASTM A824, Type II, zinc coated, Class 2. b. PVC coated tension wire 1) Tension wire, top and/or bottom, if required, shall conform to ASTM F 1664. 2) The PVC coating class shall be Class 2a or 2b. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 32 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 3) The metallic coated core wire shall be either 9 gage (Class 2a coated) or 7 gage (Class 2b coated). 7. Barbed Wire - a. Metallic coated barbed wire. 1) Metallic coated barbed wire shall conform to ASTM A 121, Design Number 12-4-5-14R (12 ½ galvanized (gal) x 4 point barbs x 5 inch spacing, 14-gage round barbs). 2) Coating shall be Type Z (zinc coated), Class 3. b. PVC coated barbed wire 1) PVC coated barbed wire shall conform to ASTM F 1665. Type I (Standard). 2) The PVC coating class shall be Class 2a or Class 2b. 3) The metallic coated core wire shall be 14 gage (0.080”) and shall be zinc coated and shall have a zinc coating weight not less than 0.25 oz. /2ft. 8. Barbed Tape – a. Barbed tape shall be either 24” or 30 “single coil concertina. b. Barbed tape shall have stainless steel barbs and core wire. c. Barbed tape shall conform to the requirements of ASTM F 1910. d. The diameter of the barbed tape obstacle in packaged condition shall be [18”, 24”, 24/30” (double coil), 30”, 36” 40” or 60”]. +/-2”. e. The tape shall be fabricated from 0.025” [AISI 430 series stainless steel with a minimum Rockwell hardness of (30N) 37]. f. Each loop shall contain barb clusters spaced 4” on center, and each barb cluster shall have 4 needle-sharp barbs with an average barb length of 1.2” as measured from the center of the cluster. g. Barbs [shall/shall not] be alternately offset from the tape centerline 0.15” to 0.45”. h. The tape shall be permanently cold clenched a minimum of 230 around a 0.098” diameter [AISI 304 spring quality austenitic stainless steel core wire] having a minimum tensile strength of [180,000] psi. i. The finished reinforced barbed tape shall have two continuous cut-resistant strengthening flanges, which shall be cut away at each barb root to permit maximum barb penetration. j. Each roll will consist of [0, 31, 33, 51, 81, or 101] loops with adjacent loops clipped at [0, 3, 5, 7, or 8] equally spaced locations around the circumference to provide the concertina effect. k. These clips shall be fabricated from 0.065” x 0.375” stainless steel and shall be capable of withstanding a minimum pull load of 200 lbs. l. Each roll of barbed tape shall cover [10, 15, 20, 25 or 50] linear feet when properly installed. 9. Miscellaneous Fittings and Accessories - a. Fabric ties – 9-gauge aluminum alloy wire conforming to ASTM F 626. b. Other miscellaneous fittings such as post caps, rail ends, brace and tension bands, barbed wire arms and other fittings as may be necessary to complete the installation, shall be of pressed steel or malleable iron and shall conform to the requirements of ASTM F 626. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 33 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 10. Wheatland Razor Tape – Sizes and Specifications - Product Name Diameter Inches (mm) Tape Materia l Core Wire Loops per Roll Clips per Roll Weight per Roll (lbs.) (kg) Length per Roll/ Attachment spacing (ft.) (m) Commercial Barrier 18 24 450 600 430 SS 430 SS Galv Galv 33 33 ____ __ 12. 4 16. 5 5.6 7.5 50 ft @ 18” 50 ft @ 18” 15m @ 450 mm 15m @ 450 mm Barrier 24 30 36 600 750 900 430 SS 430 SS 430 SS Galv Galv Galv 31 31 31 3 3 3 15. 6 19. 5 23. 4 7.1 8.8 10.6 20 ft @ 16” 20 ft @ 16” 20 ft @ 16” 6.1 m @ 400mm 6.1 m @ 400 mm 6.1 m @ 400 mm Super Barrier 30 36 40 60 750 900 1,000 1,500 430 SS 430 SS 430 SS 430 SS 304 SS 304 SS 304 SS 304 SS 51 51 81 81 5 5 7 9 32. 0 38. 4 66. 0 102 .0 14.5 17.4 30.9 46.3 25 ft @ 12” 25 ft @ 12” 40 ft @ 12” 40 ft @ 12” 7.6 m @ 300 mm 7.6 m @ 300 mm 12 m @ 300 mm 12 m @ 300 mm Double Barrier 24/3 0 600/75 0 430 SS Galv 31/31 3/3 35. 1 15.9 20 ft @ 16” 6.1 m @ 400 mm Triple Barrier 18/2 4/30 450/ 600/75 0 430SS Galv 31/31/ 31 3/3/3 47. 5 21.5 20 ft @ 16” 6.1 m @ 400 mm 11. Vinyl Fencing: (White) a. Fabric: 48” 6 GA., 2” Mesh KK Extruded PVC b. Top Rail: 1-5/8” O.D. Spectra SS-40 Pipe, 1.83 lbs. per foot. Top rail 21’ inn length, joined with 1-5/8” vinyl coated sleeve. c. Line Post: 2” O.D. Spectra SS-40 Pipe, 2.28 lbs. per foot. Line posts set 10’ on center maximum spacing. Concrete footing: 6” diameter, 18” depth. d. Terminal Post: 2-1/2” O.D. Spectra SS-40 Pipe, 3.12 lbs. per foot. e. Concrete footing: 6” diameter, 24” depth. f. Gates: SINGLE SWING GATE: Framework of 1-5/8” Spectra SS-40 pipe, 1.83 lbs per foot. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 34 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 DOUBLE SWING GATE: Framework of 1-5/8” Spectra SS-40 pipe, 1.83 lbs per foot. Gates braced and trussed as necessary. Same fabric as fence. g.Gate Post: SINGLE SWING GATE: 2-1/2” O.D. Spectra SS-40 Pipe, 3.12 lbs. per foot. Concrete footing:6” diameter, 24” depth.h.DOUBLE SWING GATE: 2-1/2” O.D. spectra SS-40 Pipe, 3.12 lbs. per foot.i.Concrete footing: 6” diameter, 24” depth.j.Tension Wire: 6 GA. Vinyl Coated Coil Spring Tension Wire attached to bottom of fence fabric with 9 GA.Vinyl coated steel hog ring spaced 24” on center. k.Fittings: Vinyl coated regular brace band & carriage bolt, vinyl coated combo rail-end, vinyl coated steel loopcap, vinyl coated aluminum cap, 3/16” X ¾” vinyl coated steel tension bar, vinyl coated regular tension band& carriage bolt.l.Tie Wire: 8-1/2” 9GA. Vinyl steel tie wire spaced 15” on center for line posts & 24” on center for rails. m.Post Footing: Sakcrete concrete. 12. Handrail, Pedestrian and Bicycle: The work and materials specified under this Section shall be constructed in accordance with the Florida Department of Transportation (FDOT) Design Standards Index 800 Series for Fencing and Pedestrian Railing as further described in the line items of Group 8. Standards can be viewed at: https://www.fdot.gov/design/standardplans/current/default.shtm Work items include: a.New - Rail, Steel or Aluminum, Various with Hardware – Includes all hardware, brackets, end caps, and incidentals necessary to install new designated rail. Measured per linear foot. b.Replacement – Rail, Steel or Aluminum, Various - includes the removal of and disposal of unsalvageable damaged rail and replacement wit new designated rail and includes all necessary hardware. Measured per linear foot. c.Maintenance of Traffic (MOT) – The Contractor shall be responsible to maintain traffic within the limits of the project for the duration of work in accordance with the requirements of the FDOT Design Standards, Index 600.Maintenance of traffic shall be factored into contract unit pricing. 13.Gate Operators:a. Gate Operator Equipment - Operator’s manufacturers may be, but are not limited to: Viking, Hy-Security,Stanley, B&B, Chamberlain and Automation Corporation. b.Control Systems & Accessories - may be, but are not limited to: Door-King, IEI-Door-Gard, and EDKO inGround Loop Detectors, AAID Long Range WEGAN Vehicle ID Readers, EDKO Photocells, DITK SurgeSuppressors, Ground Rods and Safety Edge with Receiver & Transmitter. c.Pricing for Gate Operators will be based on a percentage (%) mark up from cost. d.Gate Operator Repairs – The contractor shall be required to respond (on site) within twenty-four (24) hoursof notification to perform normal repairs or adjustments. 14.Unspecified Work: Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 35 of 42 SECTION E – SPECIFICATIONS PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 Unspecified work is defined as services that may be required due to unexpected conditions or events. Unspecified work is Not Guaranteed as part of the contract and must be properly authorized by the County before performed. Unspecified work includes but is not limited to additional parts not listed. A percentage (%) markup from cost to be provided on Section F – Bid Submittal for unspecified parts. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 36 of 42 SECTION F – BID SUMMARY PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 SECTION F – BID SUMMARY See Attachment Titled Section F Bid Submittal and Summary (Excel). Pricing must be submitted on Section F Bid Submittal and Summary. DELIVERY _________ DAYS AFTER RECEIPT OF ORDER An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 www.flsenate.gov/Laws/Statutes/2011/607.1501. A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit dos.myflorida.com/sunbiz/ for this information on how to become registered. ______________________________________________________________________________ Company Name Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 37 of 42 SECTION F – BID SUMMARY PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 BID SUBMITTAL CHECKLIST The following checklist is included to help ensure that you include all the submittals necessary to complete a thorough evaluation of your bid response. Items are checked if they are required with your bid submittal or if they must be on file prior to award. Additional documentation may be requested by the County to ensure contract compliance. √ DESCRIPTION OF SUBMITTAL PAGE SUBMIT WITH BID SUBMIT PRIOR TO AWARD Sign the Bidder Acceptance Form 3 X Current Certificate(s) of Insurance 23 X Complete the Vendor References Form 26 X Section F – Bid Submittal and Summary (Excel) *note fill in General Information section in addition to Pricing Attachment X ePayables Form 38 X W-9 39 X Sign the Addenda Acknowledgement Form (if applicable) 40 X Appendix 1 – E-Verify Affidavit 42 X Signed sample Agreement in acknowledgment and acceptance of County terms and conditions. Attachment X Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 38 of 42 ELECTRONIC PAYMENT (EPAYABLES) PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 ELECTRONIC PAYMENT (EPAYABLES) The Board of County Commissioners (County) is offering faster payments. The County would prefer to make payment using credit card through the ePayables system. See above. Would your company accept to participate in the ePayables credit card program? Yes _____ No _____ For more information about ePayables credit card program please visit Purchasing Department website www.pinellascounty.org/purchase/ __________________________________________________ Company Name __________________________________________________ Signature __________________________________________________ Printed Signature __________________________________________________ Phone Number __________________________________________________ Email __________________________________________________ Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 39 of 42 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 W-9 REQUEST FOR TAXPAYER ID NUMBER AND CERTIFICATION *Instructions to form W-9 available upon request The contractor must complete and submit to the County Form W-9 available: Through the following link: www.irs.gov/forms-pubs/about-form-w-9 Section 119.071(5), Florida Statutes Notice: Your Tax Identification Number (which for individuals is your social security number) is collected on Form W9 for use in filing information returns with the IRS as described more fully below. Collection of the Internal Revenue Code (26 U.S.C § 6109). Privacy Act Notice: Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons who must file information returns with the IRS to report interest, dividends, and certain other income paid to you, mortgage interest you paid, the acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA, or Archer MSA or HAS. The IRS may also provide this information to the Department of Justice for civil and criminal litigation, and to cities, states, and District of Columbia, and U.S. possessions to carry out their tax laws. We may also disclose this information to other countries under the tax treaty, to federal and state agencies to enforce federal nontax criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Payers must generally withhold 28% of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to a payer. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 40 of 42 SECTION G - ADDENDUM PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 SECTION G - ADDENDUM PLEASE ACKNOWLEDGE RECEIPT OF ADDENDA FOR THIS SOLICITATION BY SIGNING AND DATING BELOW: ADDENDA NO. SIGNATURE/PRINTED NAME DATE RECEIVED Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) have been issued, acknowledge receipt by signature and date in section above. Failure to do so may result in response being considered non-responsive or result in lowering the rating of a firm’s proposal. Information regarding addenda issued is available on the OpenGov website, https://secure.procurenow.com/portal/pinellasfl, listed under the bid attachments. Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 41 of 42 SECTION H – STATEMENT OF NO BID PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 SECTION H – STATEMENT OF NO BID NOTE: If you do not intend to bid on this requirement, please compete this form. Thank you. We, the undersigned have declined to submit a bid for No. 23-0054-ITB-Services for Fencing, Gate Operators, and Handrails. _______ Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). _______ Insufficient time to respond to the Invitation to Bid. _______ We do not offer this product or service. _______ Our schedule would not permit us to perform. _______ Unable to meet specifications. _______ Unable to meet Bond requirement. _______ Specifications unclear (explain below). _______ Unable to Meet Insurance Requirements. _______ Remove Us from Your "Notification List" Altogether _______ Other (specify below). REMARKS: COMPANY NAME: _____________________ DATE: _____________________ SIGNATURE: _____________________ TYPED NAME OF ABOVE: _____________________ TELEPHONE: _____________________ FAX: _____________________ COMPANY EMAIL: _____________________ Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 42 of 42 APPENDIX 1 – E-VERIFY AFFIDAVIT PINELLAS COUNTY INVITATION TO BID SERVICES Revised 08/2022 APPENDIX 1 – E-VERIFY AFFIDAVIT I hereby certify that ___________________________ [insert contractor company name] does not employ, contract with, or subcontract with an unauthorized alien, and is otherwise in full compliance with Section 448.095, Florida Statutes. All employees hired on or after January 1, 2021 have had their work authorization status verified through the E-Verify system. A true and correct copy of _______________________________ [insert contractor company name] proof of registration in the E-Verify system is attached to this Affidavit. Signature:______________________________ Print Name:______________________________ Date:______________________________ Federal Work Authorization User Identification No.:_____________________________ Name of Pinellas County Contract and Contract No.:____________________________ STATE OF FLORIDA COUNTY OF ________________ The foregoing instrument was acknowledged before me by means of 1) physical presence __ or 2) online notarization ___, this __________________________ (date) by ____________________________ (name of officer or agent, title of officer or agent) of _____________________________________ (name of contractor company acknowledging), a __________________________________ (state or place of incorporation) corporation, on behalf of the corporation. He/she is personally known to me or has produced __________________________________ (type of identification) as identification. [Notary Seal] Notary Public:_________________________________________ Name typed, printed, or stamped:_________________________________________ My Commission Expires:_________________________________________ PINELLAS COUNTY GOVERNMENT, FLORIDA Tabulation Bid No.: 23-0054-ITB-Services Bid Title: Fencing, Gate Operators, and Handrails Date and Time: December 13, 2022, 3:00 pm Vendor SMITH FENCE CO County Amount 2,540,868.20 Co-op Amount 7,539,823.00 Total Amount 10,080,691.20$ Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 1 of 37 AGREEMENT GOODS AND SERVICES AGREEMENT THIS GOODS AND SERVICES AGREEMENT is made as of __________________________(effective date) by andbetween Pinellas County, a political subdivision of the State of Florida ("County"), and Smith Industries Inc OBA Smith Fence Company ("Contractor"), (individually, "Party," collectively, "Parties"). WITNESS ETH: WHEREAS, the County requested proposals pursuant to 1TB 23-0054-ITB-Services for Fencing, Gate Operators, and Handrails-A Tampa Bay Cooperative Contract; and WHEREAS, based upon the County's assessment of Contractor's proposal, the County selected the Contractor to provide the Services as defined herein; and WHEREAS, Contractor represents that it has the experience and expertise to provide Goods and perform the Services as set forth in this Agreement. NOW, THEREFORE, in consideration of the above recitals, the mutual covenants, agreements, terms and conditions herein, and other good and valuable consideration, the receipt and sufficiency of which is hereby mutually acknowledged, the Parties agree as follows: 1.Definitions A."Agreement" means this Agreement, including all Exhibits, which are expressly incorporated herein by reference, and any amendments thereto. B."County Confidential Information" means any County information deemed confidential and/or exempt from Section 119.07, Florida Statutes, and Section 24(a), Article 1 of the Florida Constitution, or other applicable law,including, but not limited to data or information referenced in 1TB 23-0054-ITB-Services, and any other information designated in writing by the County as County Confidential Information. C."Contractor Confidential Information" means any Contractor information that is designated as confidential and/or exempt by Florida's public records law, including information that constitutes a trade secret pursuant toChapter 688, Florida Statutes, and is designated in this Agreement or in writing as a trade secret by Contractor (unless otherwise determined to be a public record by applicable Florida law). Notwithstanding the foregoing, Contractor Confidential Information does not include information that: (i) becomes public other than as a result ofa disclosure by the County in breach of the Agreement; (ii) becomes available to the County on a non-confidential basis from a source other than Contractor, which is not prohibited from disclosing such information by obligationto Contractor; (iii) is known by the County prior to its receipt from Contractor without any obligation or confidentiality with respect thereto; or (iv) is developed by the County independently of any disclosures made byContractor. D."Contractor Personnel" means all employees of Contractor, and all employees of subcontractors of Contractor,including, but not limited to temporary and/or leased employees, who are providing the Services at any time during the project term. E."Services" means the work, duties and obligations to be carried out and performed safely by Contractor under this Agreement, as described throughout this Agreement and as specifically described in the Statement of WorkExhibit attached hereto and incorporated herein by reference. As used in this Agreement, Services shall include any component task, subtask, service, or function inherent, necessary, or a customary part of the Services, butnot specifically described in this Agreement, and shall include the provision of all standard day-to-day administrative, overhead, and internal expenses, including costs of bonds and insurance as required herein,labor, materials, equipment, safety equipment, products, office supplies, consumables, tools, postage, computer hardware/software, telephone charges, copier usage, fax charges, travel, lodging, and per diem and all other costs required to perform Services except as otherwise specifically provided in this Agreement. 2.Execution of Agreement The execution of this Agreement is expressly limited by the Terms and Conditions hereon. County and the Contractor are not bound by additional provisions or provisions at variance herewith that may appear in the Contractor's quotation, estimate, scope of work, or any other such related documents, acknowledgement in force, or any other communication from Contractor to or from County unless such provision is expressly set forth herein. PINELLAS COUNTY GOODS AND STANDARD SERVICES AGREEMENT Revised 8/2022 February 14, 2023 Bid # 23-0054-ITB-Services Bid Title Fencing, Gate Operators, and Handrails Page 3 of 37 AGREEMENT 6.Orders C.Price Adjustments 1.Initial Term- Duration of the contract shall be for a period of 36 months with unit prices adjustable at 12 months after the date of award and thereafter annually for the life of the contract, in an amount not to exceed the average of the Producer Price Index (PPI) or 10%, whichever is less, for Producer Price Index by Commodity: Metals and Metal Products: Cold Rolled Steel Sheet and Strip, Series Id: WPU101707, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor's request for adjustment shall be submitted between 90-120 days prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day period above shall not be considered. 2.Term Extensions- The contract may be extended subject to written notice of agreement from the County and the Contractor for an additional 12-month period beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or 10%, whichever is less, for Producer Price Index by Commodity: Metals and Metal Products: Cold Rolled Steel Sheet and Strip, Series Id: WPU101707, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior to extension. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval. For any adjustment to commence on the first day of any exercised extension period, the vendor's request for adjustment should be submitted at the time the extension request from the County, utilizing the available index at the time of the request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day period above shall not be considered. Within the term of this Agreement, County may place one or more orders for goods and/or services at the prices listed on the Price Schedule Exhibit attached hereto, and which is incorporated by reference hereto. 7.Delivery/ Claims Prices on the Schedule of Prices are F.O.B. Destination, FREIGHT INCLUDED and unloaded to location(s) within Pinellas County. Actual delivery address(es) will be identified at time of order. Contractor will be responsible for making any and all claims against carriers for missing or damaged items. 8.Inspection In County's sole discretion, goods rejected due to inferior quality or workmanship will be returned to Contractor at Contractor's expense and are not to be replaced except upon receipt of written instructions from County. 9.Material Quality All goods and materials purchased and delivered pursuant to this Agreement will be of first quality and not damaged and/or factory seconds. Any materials damaged or not in first quality condition upon receipt must be exchanged within 24 hours of notice to the Contractor at no charge to County. 10.Material Safety Data In accordance with OSHA Hazardous Communications Standards, it is the Contractor seller's duty to advise if a product is a toxic substance and to provide a Material Safety Data Sheet at time of delivery. PINELLAS COUNTY GOODS AND STANDARD SERVICES AGREEMENT Revised 8/2022 Janet C. Long SMITH INDUSTRIES, INC.DATE: D/B/A SMITH FENCE COMPANY 4699 110TH AVENUE NORTH INVOICE NO.ESTIMATE OF COSTS CLEARWATER, FL 33762 PH: 727-573-5440 ATTENTION:KATTRINA MILLER FAX: 727-573-2075 HUGH GRANT ACCOUNT NO. CITY OF CLEARWATER - PURCHASING DEPARTMENT BILL TO:CITY OF CLEARWATER 100 S. MYRTLY AVE SOLID WASTE DEPARTMENT CLEARWATER FL, 33756 1701 N. HERCULES AVE, PH:727-562-4630 CLEARWATER FL 33765 PH:727-562-4920 FAX: CELL:727-260-3286 E-MAIL: JOB:ENTIRE PERIMETER FENCE REPLACEMENT FOR:SOLID WASTE FACILITY LOC:1701 N. HERCULES AVE, CLEARWATER FL LINE ITEM QTY.UNIT UNIT PRICE AMOUNT 117 330.13.102791 FENCE, REMOVAL OF OLD 2795 LF 5.00$ 13,975.00$ 4 330.13.102778 6'0" W/TOP RAIL & 3 STRANDS OF BARB WIRE 2795 FT 35.00$ 97,825.00$ 12 330.13.101277 6' END POST 10 EA 175.00$ 1,750.00$ 14 330.13.101278 6' CORNER POST 18 EA 239.00$ 4,302.00$ 75 330.13.101281 6' X 4' SINGLE SWING GATE 1 EA 625.00$ 625.00$ 71 988.15.100977 6' X 12' SINGLE SWING GATE 4 EA 1,050.00$ 4,200.00$ 70 988.15.100976 6' X 20' CANTILEVER GATE 1 EA 3,530.00$ 3,530.00$ 118 330.13.100356 Fencing-Installation & Removal Rate Charges M-F 8AM-5PM Straight Time40 HR 125.00$ 5,000.00$ (LABOR TO HAND CARRY & INSTALL LIMITED ACCESS AREAS) HUGH GRANT (2) 24'W DOUBLE GATES & (1) 4'W GATE. DISPOSE OF ALL WITH (3) STRANDS OF BARED WIRE & (1) 20'W CANTILEVER GATE REMOVE AND REPLACE 2795' OF 6'H GALVANIZED CHAINLINK SCOPE OF WORK REMOVED MATERIALS. PINELLAS COUNTY BLANKET PURCHASE AGREEMENT #454914 EFFECTIVE START DATE: 02-14-23 - EFFECTIVE END DATE: 02-13-26 DESCRIPTION GRAND TOTAL 131,207.00$ October 23, 2023 NOTE: FENCE LINES TO BE CLEARED OF FOLIAGE BY OTHERS Kattrina.Miller@myclearwater.com Page 1 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1523 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.1 SUBJECT/RECOMMENDATION: Approve the Mayor’s appointment of Isay Gulley to the Clearwater Housing Authority to fill the remainder of an unexpired term through September 30, 2024. SUMMARY: APPOINTMENT WORKSHEET BOARD: Clearwater Housing Authority TERM: 4 years APPOINTED BY: Mayor, Approved by City Council FINANCIAL DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater, except for the Public Housing Resident SPECIAL QUALIFICATIONS: 1 member shall be a Program Recipient - Clearwater residency not required. 2 members can be Pinellas County residents who are employed within city limits. Clearwater residency not required. Note - The appointment is made by the Mayor and confirmed by City Council. MEMBERS: 5 CHAIR: Caitlein Jammo MEETING DATES: 4th Friday, 9:00 a.m. (Every other month) PLACE: The Vincent Building, 908 Cleveland Street, Clearwater, FL 33755 APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED, REQUIRING AN APPOINTMENT FOR UNEXPIRED TERM: 1.John Doran - 1201 S Highland Ave., #5, 33756 Original Appointment - 9/20/2012 Resignation letter received 11/6/2023 THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE VACANCY: 1. Isay Gulley - 1246 Eldridge Street, 33755 Zip codes current members on board: 2 at 33761 1 at 33770 1 at 33775 STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 11/28/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1524 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Clerk Agenda Number: 12.2 SUBJECT/RECOMMENDATION: Appoint Kimberly DiVito to the Public Art and Design Board to fill the remainder of an unexpired term through February 29, 2024. (consent) SUMMARY: BOARD: Public Art and Design Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater resident except for the Clearwater Arts Alliance, Inc., formerly, Clearwater Arts Foundation, and the Creative Pinellas representative MEMBERS: 7 Liaison: Amber Brice, Cultural Affairs Coordinator CHAIR: MEETING DATE: Quarterly - January, March, June, Sep. TIME/PLACE: 2:00 PM/Chambers APPOINTMENTS NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED AND SEAT NOW REQUIRES REAPPOINTMENT: 1. Charlene Harrison - 301 22nd Ave. South, St. Petersburg, 33705 - CL Arts Alliance rep Original Appointment: 03/02/2023 Resignation Date: 11/22/2023 (accepted a position with St. Petersburg Art Alliance) THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE VACANCY: 1.Kimberly DiVito - 14627 Brewster Drive, Largo, 33774 - CL Arts Alliance Rep Zip codes of current members: 2 - 33755 1 - 33761 2 - 33765 1 - 33764 STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 11/28/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9722-23 2nd rdg Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 13.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9722-23 on second reading, annexing certain real property whose post office address is 2634 South Drive, Clearwater, Florida 33759, together with certain right-of-way of South Drive, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 11/28/2023 Ordinance No. 9722-23 ORDINANCE NO. 9722-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SOUTH DRIVE APPROXIMATELY 500 FEET EAST OF US HIGHWAY 19 N, WHOSE POST OFFICE ADDRESS IS 2634 SOUTH DRIVE, CLEARWATER, FLORIDA 33759, TOGETHER WITH CERTAIN RIGHT-OF-WAY OF SOUTH DRIVE, 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 descriptions. (ANX2023-09010) 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. 9722-23 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 ANX2023-09010 ========================================================================================= Lot 4, 5 and 6, Ehle Subdivision, according to the Plat thereof, recorded in Plat Book 28, page(s) 39, of the Public Records of Pinellas County, Florida. Together with: All abutting Right-of-Way of South Dr. Parcel ID No.: 05-29-16-25362-000-0040 Exhibit “B” PROPOSED ANNEXATION MAP Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN:05-29-16-25362-000-0040 From: Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) LOCATION MAP Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) AERIAL PHOTOGRAPH Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) EXISTING SURROUNDING USES MAP Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) Multifamily Residential Commercial & Detached Dwellings Commercial Vacant Detached Dwellings ANX2023-09010 Restoring Tampa Bay, LLC 2634 South Drive View looking north at subject property 2634 South Drive East of the subject property Across the street, to the south of the subject property View looking easterly along South Drive View looking westerly along South Drive West of the subject property Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9723-23 2nd rdg Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 13.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9723-23 on second reading, amending the future land use plan element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 2634 South Drive, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Medium (RM). Page 1 City of Clearwater Printed on 11/28/2023 Ordinance No. 9723-23 ORDINANCE NO. 9723-23 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 NORTH SIDE OF SOUTH DRIVE APPROXIMATELY 500 FEET EAST OF US HIGHWAY 19 N, WHOSE POST OFFICE ADDRESS IS 2634 SOUTH DRIVE, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL MEDIUM (RM); 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 Lots 4, 5, and 6, Ehle Subdivision, according to the plat thereof, as recorded in Plat Book 28, Page(s) 39, Public Records of Pinellas County, Florida. Residential Medium (RM) (ANX2023-09010) 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. 9722-23. Ordinance No. 9723-23 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 Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 Land Use Zoning PIN: 05-29-16-25362-000-0040 From: Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) LOCATION MAP Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) AERIAL PHOTOGRAPH Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) EXISTING SURROUNDING USES MAP Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) Multifamily Residential Commercial & Detached Dwellings Commercial Vacant Detached Dwellings ANX2023-09010 Restoring Tampa Bay, LLC 2634 South Drive View looking north at subject property 2634 South Drive East of the subject property Across the street, to the south of the subject property View looking easterly along South Drive View looking westerly along South Drive West of the subject property Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9724-23 2nd rdg Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 13.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9724-23 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 2634 South Drive, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Medium Density Residential (MDR). Page 1 City of Clearwater Printed on 11/28/2023 Ordinance No. 9724-23 ORDINANCE NO. 9724-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SOUTH DRIVE APPROXIMATELY 500 FEET EAST OF US HIGHWAY 19 N, WHOSE POST OFFICE ADDRESS IS 2634 SOUTH DRIVE, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS MEDIUM DENSITY RESIDENTIAL (MDR); 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. 9722-23. Property Zoning District Lots 4, 5, and 6, Ehle Subdivision, according to the plat thereof, as recorded in Plat Book 28, Page(s) 39, Public Records of Pinellas County, Florida. Medium Density Residential (MDR) (ANX2023-09010) Ordinance No. 9724-23 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 Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 Land Use Zoning PIN: 05-29-16-25362-000-0040 From: Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) LOCATION MAP Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) AERIAL PHOTOGRAPH Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) EXISTING SURROUNDING USES MAP Owner(s): Restoring Tampa Bay LLC Case: ANX2023-09010 Site: 2634 South Drive Property Size(Acres): ROW (Acres): 1.067 0.34 Land Use Zoning PIN: 05-29-16-25362-000-0040 From : Residential Medium (RM) R-4 One, Two, & Three Family Residential Atlas Page: 264A To: Residential Medium (RM) Medium Density Residential (MDR) Multifamily Residential Commercial & Detached Dwellings Commercial Vacant Detached Dwellings ANX2023-09010 Restoring Tampa Bay, LLC 2634 South Drive View looking north at subject property 2634 South Drive East of the subject property Across the street, to the south of the subject property View looking easterly along South Drive View looking westerly along South Drive West of the subject property Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9725-23 2nd rdg Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: City Attorney Agenda Number: 13.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9725-23 on second reading, amending Clearwater Code of Ordinances, Appendix A, Schedule of fees, Article XXIV, Sections 1, 3, and 4 to increase miscellaneous fees related to temporary service deposits, impact fees and miscellaneous user fees such as, special meter readings, turn-on services, meter changes and other special services that benefit a specific customer. Page 1 City of Clearwater Printed on 11/28/2023 ORDINANCE NO. 9725-23 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING CODE OF ORDINANCES, APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV PUBLIC WORKS – FEES, RATES AND CHARGES; AMENDING SECTION 1 IMPACT FEES; AMENDING SECTION 3 RATES FOR STANDBY FIRE PROTECTION SYSTEMS; AMENDING SECTION 4 MISCELLANEOUS ADDITIONAL CHARGES; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Appendix A, Article XXIV sets forth the schedule of fees, rates, and charges to be paid by customers of the City’s water, wastewater collection, and reclaimed water systems; WHEREAS, in September 2023, Stantec Consulting Services, Inc. completed a Miscellaneous Fee Analysis (“Study”), which evaluated the sufficiency of the revenues provided by existing water, wastewater collection, and reclaimed water rates; WHEREAS, the Study recommends adjustments to temporary service deposits and increases to impact fees and miscellaneous user fees, such as special meter readings, turn-on services, meter changes, and other special services that benefit a specific customer. WHEREAS, the Study further recommends increases to these fees since they have not been updated in several years, and recovering the actual cost of specific services directly from the customer benefiting from those services will promote positive behavior and prevent the utility from spreading the costs across to all users of the system; WHEREAS, the Public Utilities Department conducted an internal review and recommends increases to these fees in order to bring the fees in accordance with the actual costs of providing these services; WHEREAS, after a properly noticed public hearing, the City Council determines that the adoption of this Ordinance is in the best interest of the City. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: SECTION 1: Appendix A, Article XXIV, Section 1 of the City of Clearwater Code of Ordinances, is amended with the following underlined language to be added and the strikethrough language to be deleted as written below: APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES ***** XXIV. PUBLIC WORKS—FEES, RATES AND CHARGES (1) Impact fees: (a) Water. There is hereby imposed a water impact fee, based on the capital portion of the cost of financing the extension of the city's water system, on the single- family residential unit or equivalent single-family residential unit, or equivalent living unit, which is responsible for creating the need for additional water system financing. The obligation for payment of the fee shall occur at the time the first building or plumbing permit is issued. The water impact fee shall be payable at the building division at the time the first building or plumbing permit is issued, as follows: 1. Residential accounts. Single-family, duplex, and multifamily residential, regardless of the form of ownership, and mobile homes fee, per unit.480.00 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 $540.00 $600.00 $660.00 $720.00 2. Each nonresidential account will, for the purpose of establishing the water impact fee, be considered to comprise a number of equivalent living units based upon the size of water meter required to serve the account. The water impact fee shall be $480.00 for each equivalent living unit. Equivalent living units and fees shall be determined according to the following table: Meter Size (inches) Equivalent Living Unit Water Impact Fee Less than 1 1 $ 480.00 1 2.5 1,200.00 1½ 5 2,400.00 2 8 3,840.00 3 Compound 15 7,200.00 4 Compound 25 12,000.00 6 Compound 50 24,000.00 3 Turbo 17.5 $8,400.00 4 Turbo 50 24,000.00 6 Turbo 100 48,000.00 Water Impact Fees: Equivalent Living Units October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 5/8" 1.00 $540.00 $600.00 $660.00 $720.00 3/4" 1.50 540.00 600.00 660.00 720.00 1" 2.50 1,350.00 1,500.00 1,650.00 1,800.00 1.5" 5.00 2,700.00 3,000.00 3,300.00 3,600.00 2" Compound 8.00 4,320.00 4,800.00 5,280.00 5,760.00 3" Compound 17.50 8,100.00 9,000.00 9,900.00 10,800.00 4" Compound 30.00 13,500.00 15,000.00 16,500.00 18,000.00 6" Compound 67.50 27,000.00 30,000.00 33,000.00 36,000.00 3" Turbo 21.75 9,450.00 10,500.00 11,550.00 12,600.00 4" Turbo 37.50 26,249.00 28,498.00 30,747.00 32,996.00 6" Turbo 80.00 53,598.00 59,196.00 64,794.00 70,392.00 3. Each additional unit or equivalent living unit occasioned by changes in property usage subsequent to April 1, 1990, shall be subject to a water impact fee computed in accordance with subsection(3)(1)(a)1. or (3)(1) (a)2., above, whichever is applicable. If a building permit is issued for an existing connection which will increase water demand, the total number of units or equivalent living units for the old and new parts of the structure shall be computed in accordance with subsection (3)(1)(a)1. or (3)(1)(a)2. above. The number of new units or equivalent living units shall be determined by subtracting the number of old units or equivalent living units in the entire structure from the total number of units or equivalent living units. The water impact fee will be assessed on the remaining number of new units or equivalent living units. 4. Whenever any work for which an impact fee required by this subsection has been commenced without first paying such fee, then such fee shall be tripled. 5. New lawn meters shall be assessed by meter size as follows: Meter Size (inches) Water Impact Fee Less than 1 $ 70.00 1 175.00 2—1 in manifold 350.00 1½ 350.00 2 560.00 3 compound 1,050.00 4 compound 1,750.00 6 compound 3,500.00 3 turbo 1,225.00 4 turbo 3,500.00 6 turbo 7,000.00 Lawn Impact Fees: Equivalent Living Units October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 5/8" 1.00 79.00 88.00 96.00 105.00 3/4" 2.50 197.00 219.00 241.00 263.00 1" Manifold 5.00 394.00 438.00 481.00 525.00 1.5" 5.00 394.00 438.00 481.00 525.00 2" Compound 8.00 630.00 700.00 770.00 840.00 3" Compound 17.50 1,181.00 1,313.00 1,444.00 1,575.00 4" Compound 30.00 1,969.00 2,188.00 2,406.00 2,625.00 6" Compound 67.50 3,938.00 4,375.00 4,813.00 5,250.00 3" Turbo 21.75 1,378.00 1,531.00 1,684.00 1,838.00 4" Turbo 37.50 3,938.00 4,375.00 4,813.00 5,250.00 6" Turbo 80.00 7,875.00 8,750.00 9,625.00 10,500.00 (b) Storm drainage. See the building code adopted in chapter 47. (c) Wastewater impact fees. Payable at the building division at the time the first building or plumbing permit is issued or prior to connection where conversion of a septic system to sewer service occurs: 1. Residential accounts. Single-family, duplex, and multifamily residential (regardless of the form of ownership), and mobile homes, fee, per unit.900.00 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 $939.00 $978.00 $978.00 $978.00 2. Each nonresidential account will, for the purpose of establishing the wastewater impact fee, be considered to comprise a number of equivalent single-family residential units or equivalent living units based upon the size of the water meter or meters required to serve the account. The wastewater impact fee shall be $900.00 for each equivalent living unit. Equivalent living units and fees shall be determined according to the following table: Meter Size (inches) Equivalent Living Units Wastewater Impact Fee Less than 1 1 $ 900.00 1 2.5 2,250.00 1½ 5 4,500.00 2 8 7,200.00 3 Compound 15 13,500.00 4 Compound 25 22,500.00 6 Compound 50 45,000.00 3 Turbo 17.5 15,750.00 4 Turbo 50 45,000.00 6 Turbo 100 90,000.00 Sewer Impact Fees: Equivalent Living Units October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 5/8" 1.00 $939.00 $978.00 $978.00 $978.00 3/4" 2.50 1,013.00 1,125.00 1,238.00 1,350.00 1" 5.00 2,347.00 2,444.00 2,444.00 2,444.00 1.5" 5.00 4,694.00 4,888.00 4,888.00 4,888.00 2" Compound 8.00 7,510.00 7,820.00 7,820.00 7,820.00 3" Compound 17.50 14,402.00 15,304.00 16,205.00 17,107.00 4" Compound 30.00 24,207.00 25,913.00 27,620.00 29,327.00 6" Compound 67.50 50,246.00 55,492.00 60,738.00 65,985.00 3" Turbo 21.75 17,128.00 18,506.00 19,884.00 21,262.00 4" Turbo 37.50 40,829.00 36,658.00 36,658.00 36,658.00 6" Turbo 80.00 84,102.00 78,204.00 78,204.00 78,204.00 3. Each additional unit or equivalent living unit or part thereof, occasioned by changes in property usage subsequent to April 1, 1990, shall be subject to a wastewater impact fee computed in accordance with the rates set forth in subsection (3)(1)(c)1. or (3)(1)(c)2. above, whichever is applicable. If a building permit is issued for an existing connection which will increase wastewater collection demand, the total number of units or equivalent living units for the old and new parts of the facility shall be computed according to subsection (3)(1)(c)1. or (3)(1)(c)2. above. The number of new units or equivalent living units shall be determined by subtracting the number of old units or equivalent living units in the entire facility from the total number of units or equivalent living units. The wastewater impact fee will be assessed on the remaining number of new units or equivalent living units. (d) Reclaimed water system connection fee: 1. Standard connection assembly (tap, service lines, valve, and hose bib when required, installed at the point of connection), to be furnished and installed by the city: No charge. 2. Nonstandard connection assembly: Actual cost of materials, equipment, labor and overhead. 3. When backflow prevention device on potable water supply is required: As established in Appendix A to this Code. …. SECTION 2: Appendix A, Article XXIV, Section (3)(a)3, “Standby and other charges for fire protection systems,” of the City of Clearwater Code of Ordinances, is amended with the following underlined language to be added and the strikethrough language to be deleted as written below: APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES ***** XXIV. PUBLIC WORKS—FEES, RATES AND CHARGES ***** (3) Rates: (a) Water rates. Water rates for all water furnished by the city shall be as follows: ***** 3. Standby and other charges for fire protection systems. For fire hydrants and fire protection systems on private property connected to the city water system, the customer shall pay a monthly standby charge as set forth in the following table: Facility Monthly Charge Fire hydrants, per hydrant $5.00 Fire protection systems, based on fire line size, per building: 6 inches or less 5.00 8 inches 9.00 10 inches 14.00 12 inches or larger 20.00 Fire protection systems, based on fire line size, per building: October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Fire hydrant, per hydrant $14.00 $24.00 $33.00 $42.00 6" and smaller 14.00 24.00 33.00 42.00 8" 29.00 49.00 70.00 90.00 10" 51.00 88.00 124.00 161.00 12" 80.00 140.00 200.00 260.00 Water drawn from a fire line and used for purposes other than firefighting will be charged at the lawn meter rate if the water does not enter the sewer system, or the domestic rate if the water enters the sewer system. Such charges shall be in addition to the monthly standby charges. 4. Service out of municipal limits. Accounts outside of the corporate limits of the city shall be subject to a surcharge equal to 25 percent of the monthly charges. 5. A charge of the monthly minimum for a 1½-inch water meter is required for a deduct meter for air conditioning cooling water and similar purposes, but not for lawn irrigation purposes. This charge shall be required only where a separate irrigation meter cannot be set in the right-of-way or easement and the meter reader must physically read and deduct consumption for billing purposes. 6. The water rates shall be adjusted periodically to recover any increased cost to supply water due to changes in the wholesale rate the city pays for water. Any such adjustment shall be a proportionate increase based upon the ratio of water the city buys wholesale to total system water. Such rate adjustment shall be recommended by the public works administrator and approved by the city manager, and a copy shall be filed with the city clerk following approval. 7. Annual indexing of water rates and lawn water rates. Water and lawn water rates may be adjusted annually on October 1 based on the Price Index for Water and Wastewater Utilities established each year by the Florida Public Service Commission (FPSC). The maximum rate adjustment based on the Price Index for Water and Wastewater Utilities is 3.5 percent. Such rate adjustment shall be recommended by the city manager for approval by the city council by ordinance. 8. Dormant accounts. The monthly charge for a dormant lawn water account shall be at the applicable water lawn base charge for the size of meter at the premises. SECTION 3: Appendix A, Article XXIV, Section (4)(a), “Miscellaneous additional Charges,” of the City of Clearwater Code of Ordinances, is amended with the following underlined language to be added and the strikethrough language to be deleted as written below: APPENDIX A – SCHEDULE OF FEES, RATES AND CHARGES ***** XXIV. PUBLIC WORKS—FEES, RATES AND CHARGES ***** (4) Miscellaneous additional charges. (a) Applicable during normal working hours: 1. Turn-on: Water meter/reclaimed water connection, per meter/connection$ 20.00 2. Special reading15.00 3. Collector fee (for each collection attempt)5.00 4. Check reading (if correct reading has been made)15.00 5. Read for change of account15.00 6. Reset meter: Water50.00 7. Water meter test if meter is correct: a. Less than or equal to 2-inch size50.00 b. Greater than 2-inch size100.00 8.1. Dishonored check service fee. See section 2.528 9. Turn-off: WaterN/C 10. Lawn meter removed70.00 11.2. Duplicate bill preparation for payments (mailed in or customer walk in) N/C 12. Water meter downsize or upsize (no new tap needed): a. From 1-inch meter or to 1-inch meter60.00 b. From 1½-inch meter or to 1½-inch meter110.00 c. From 2-inch meter or to 2-inch meter160.00 d. From 3-inch meter or to 3-inch meter330.00 e. From 4-inch meter or to 4-inch meter385.00 f. From 6-inch meter or to 6-inch meter400.00 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Turn on: Water meter / reclaimed water connection, per meter / connections $30.00 $40.00 $50.00 $60.00 Special Reading 30.00 45.00 60.00 75.00 Collector Fee (for each collection attempt) 8.75 12.50 16.25 20.00 Check Reading (if correct reading has been made) 30.00 45.00 60.00 75.00 Read for change of account 30.00 45.00 60.00 75.00 Reset meter: Water 68.75 87.50 106.25 125.00 Water meter test, if meter is correct: Less than or equal to 2-inch size 87.50 125.00 162.50 200.00 Greater than 2-inch size 132.50 165.00 197.50 230.00 Turn-off: Water 30.00 40.00 50.00 60.00 Lawn meter removed 156.25 242.50 328.75 415.00 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Water meter downsize or upsize (no new tap needed): From 1-inch meter or to 1-inch meter $157.50 $255.00 $352.50 $450.00 From 1 ½ -inch meter or to 1 ½ - inch meter 257.50 405.00 552.50 700.00 From 2-inch meter or to 2-inch meter 478.75 797.50 1,116.25 1,435.00 From 3-inch meter or to 3-inch meter At Cost At Cost At Cost At Cost From 4-inch meter or to 4-inch meter At Cost At Cost At Cost At Cost From 6-inch meter or to 6-inch meter At Cost At Cost At Cost At Cost Any combination of downsizing and subsequent upsizing or upsizing and subsequent downsizing for the same service, per meter, will not be allowed more than once every three years. 13.3. Leaks: WaterN/C 14. Reclaimed water re-inspection (no charge for initial or first re- inspection)35.00 15. Fire hydrant flow test50.00 16.4. Water main offset installation—Time and materials (b) Evenings, weekends and holidays: Overtime surcharge for all work including installation, service and repair, maintenance, and call-out turn-ons (as requested by the customer for evenings, weekends, and holidays)—Double normal charge. October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Reclaimed water re-inspection (no charge for initial or first re- inspection) $58.75 $82.50 $106.25 $130.00 Fire Hydrant Flow Test 83.75 117.50 151.25 185.00 After Hour Services: Evening, weekends and holidays; Overtime surcharge for all work including installation, service and repair, maintenance, and call-out turn-ons (as requested by the customer for evenings, weekends, and holidays) Double Normal Charge Double Normal Charge Double Normal Charge Double Normal Charge (5) Other miscellaneous charges. (a) Water: 1. Unauthorized water system use: For any use of water, unauthorized, per occurrence$ 500.00 2. Bypass: Ten percent of average monthly bill for each day since last reading. 3. Broken stop locks on water meters25.00 4. Repair or replace tampered or damaged meter or any other part of the water system: $25.00 plus labor and materials. To relocate water meter: Time and materials. 5. Unauthorized use of fire hydrants500.00 October 1, 2023 October 1, 2024 October 1, 2025 October 1, 2026 Unauthorized water system use: For any use of water, unauthorized, per occurrence $500.00 $500.00 $500.00 $500.00 Bypass 10% of average monthly bill for each day since last reading 10% of average monthly bill for each day since last reading 10% of average monthly bill for each day since last reading 10% of average monthly bill for each day since last reading Broken stop locks on water meters 43.75 62.50 81.25 100.00 Repair or replace tempered or damaged meter or any other part of the water system 25 + labor and materials. To relocate water meter: Time and materials 25 + labor and materials. To relocate water meter: Time and materials 25 + labor and materials. To relocate water meter: Time and materials 25 + labor and materials. To relocate water meter: Time and materials Unauthorized use of fire hydrants 500.00 500.00 500.00 500.00 Install New Lateral Fee (If no tap is available) 2,649.33 2,834.56 3,019.78 3,205.00 SECTION 4: Should any of the clauses, sentences, paragraphs, sections, or parts of this Ordinance be deemed invalid, unconstitutional, or unenforceable by a court of law or administrative agency with jurisdiction over the matter, such action shall not be construed to affect any other valid portion of this Ordinance. SECTION 5: This Ordinance shall become effective ninety (90) days after the adoption by City Council. PASSED ON FIRST READING ____________________ PASSED ON SECOND AND FINAL ____________________ READING AND ADOPTED __________________________ Brian Aungst, Sr. Mayor Approved as to form: Attest: _______________________ __________________________ Jerrod Simpson Rosemarie Call Senior Assistant City Attorney City Clerk Clearwater Utilities - Miscellaneous Fees August 23, 2023 1 < 1.0% Utility Revenue Water, Sewer, Irrigation and Reclaimed Rate Revenues Miscellaneous Fees (User Fees, Fire Protection and Impact Fees) Non-Fee (Interest, Wholesale Service Charges, Other) Miscellaneous Fees Recover cost of services directly from the beneficiary Haven’t been updated in several years 2Background Customer Deposits User Fees & Fire Protection Impact Fees Process 1. Perform interviews with staff to identify activities and costs 2. Populate in Stantec’s cost computation template xHours Spent (i.e., Customer Service, Field Services, Technical Services) Costs per Hour (Labor, vehicles & equipment)+Unit Costs (Materials) =Cost of Service 3 Results1 Findings and Considerations: Current fees not aligned with cost = supports increases Use of Funds: can be used for growth/expansion related capital projects 4 $480 $900 $70 $880 $978 $202 $0 $200 $400 $600 $800 $1,000 $1,200 Water Sewer Lawn Existing Calculated Water, Sewer & Lawn Impact Fees 1 Reflects calculated results prior to limitations imposed by Florida Impact Fee Act. Benchmarking: FY 23 Local Combined Impact Fees 5 Notes: St. Petersburg = $350 sewer per water closet; assumes 3. Largo = water service provided by Pinellas County. Tampa = as shown includes CIAC charges Clearwater = does not include lawn fee for comparison purposes $480 $720 $352 $984 $352 $2,253 $2,733 $2,159 $1,609 $1,863 $2,214 $1,050 $900 $978 $1,992 $1,390 $2,060 $1,570 $1,237 $1,834 $2,931 $2,951 $3,651 $0 $1,000 $2,000 $3,000 $4,000 $5,000 $6,000 St. Petersburg Clearwater - Current Clearwater - Proposed Largo Oldsmar Pinellas County Tarpon Springs Tampa Dunedin Pasco County Hillsborough County - NW Hillsborough County - South/Central Water Sewer Combined W&S fee in FY 2027 Miscellaneous Fees – Conclusions & Recommendations Conclusions Fees have not been recently updated Fees should be updated and added to reflect current costs, practices, and policies Benefits: increased equity and minimizes rate increases Recommendations Regularly review miscellaneous fees to ensure appropriate cost recovery 6 Discussion 7 City of Clearwater, FL FY 2023 Miscellaneous Fees Analysis- Final Report September 19, 2023 September 19, 2023 Mr. Jay Ravins Finance Director City of Clearwater 100 S. Myrtle Avenue Clearwater, FL 33756 Re: FY 2023 Miscellaneous Fees Update- Final Report Dear Mr. Ravins, Stantec Consulting Services Inc. is pleased to present this Final Report of the FY 2023 Miscellaneous Fees Analysis (Study) that we completed for the City of Clearwater, Florida (City) and its Public Utilities Department. We appreciate the fine assistance provided by you and each of the members of City staff who participated in this Study. If you or others at the City have any questions, please do not hesitate to call me at (813) 269-6010 or email me at leticia.doohaluk@stantec.com. We appreciate the opportunity to be of service to the City and look forward to working with you again in the near future. Sincerely, Leticia Doohaluk Senior Manager 777 S. Harbour Island Blvd., Suite 600 Tampa, Florida 33602 (813) 269-6010 leticia.doohaluk@stantec.com Enclosure UTILITY MISCELLANEOUS FEES ANALYSIS Introduction 3 TABLE OF CONTENTS 1. INTRODUCTION ............................................................................................................ 4 1.1 BACKGROUND .............................................................................................................. 4 1.1 OBJECTIVES ................................................................................................................. 5 2. CUSTOMER DEPOSITS ................................................................................................ 6 2.1 DESCRIPTION ............................................................................................................... 6 2.2 PROPOSED CUSTOMER DEPOSITS AND IMPLEMENTATION .................................. 6 3. USER FEES ................................................................................................................... 8 3.1 DESCRIPTION ............................................................................................................... 8 3.2 NEW USER FEES .......................................................................................................... 9 3.3 PROPOSED USER FEES AND IMPLEMENTATION ..................................................... 9 4. FIRE PROTECTION CHARGES ...................................................................................10 4.1 DESCRIPTION ..............................................................................................................10 4.2 COST BASIS .................................................................................................................10 4.3 RESULTS ......................................................................................................................11 4.4 PROPOSED FEES AND IMPLEMENTATION ...............................................................12 5. WATER, SEWER, AND LAWN IMPACT FEES ............................................................13 5.1 DESCRIPTION ..............................................................................................................13 5.2 LEGAL CONSIDERATIONS ..........................................................................................13 5.3 METHODOLOGY ..........................................................................................................14 5.4 SYSTEM VALUE – COST BASIS ..................................................................................15 5.5 SYSTEM CAPACITY – EQUIVALENT RESIDENTIAL UNITS (ERUS) ..........................16 5.6 LEVEL OF SERVICE .....................................................................................................17 5.7 RESULTS ......................................................................................................................18 5.8 BENCHMARKING – IMPACT FEES ..............................................................................18 5.9 PROPOSED FEES AND IMPLEMENTATION ...............................................................20 6. BENCHMARKING.........................................................................................................21 6.1 MISCELLANEOUS FEES ..............................................................................................21 6.2 FIRE PROTECTION MONTHLY FEES .........................................................................22 6.3 WATER AND SEWER IMPACT FEES ..........................................................................22 UTILITY MISCELLANEOUS FEES ANALYSIS Introduction 4 1. INTRODUCTION Stantec Consulting Services Inc. (“Stantec”) has conducted a Miscellaneous Fee Analysis (“Study”) for Clearwater’s (City’s) Water and Sewer Systems (“Utility”). This report describes the source data, assumptions, procedures, results, and recommendations of the Study. 1.1 BACKGROUND The City‘s Water System includes multiple wells, three water treatment plants (two of which use reverse osmosis), water storage and a distribution system. The Sewer System includes three wastewater reclamation facilities along with collection and transport systems. The City serves more than 34,000 water and sewer customers and provides approximately 11 million gallons per day of potable water, a portion of which is purchased from Pinellas County. With a keen focus on Utility financial soundness, user charge equity and because miscellaneous fees haven’t been updated in quite some time, utility management retained Stantec to perform a comprehensive analysis of select miscellaneous fees. Management’s goal was to reflect its current costs and processes, identify potential new fees currently not charged but for which the Utility provides service and understand how similar fees of other local agencies compare. For purposes of this Study, miscellaneous fees refer broadly to the Utility’s ancillary fees for specific services that supplement its base and volumetric charges or rates applied to customers for ongoing utility services. The Utility’s miscellaneous fees evaluated represent less than a percent of the Utility’s total annual revenues. However, implementing cost-based fees improves transparency, equity, and allows for review of internal processes required to perform the associated activities. Figure 1 summarizes the categories of miscellaneous fees evaluated during this Study. Figure 1 - Miscellaneous Fees Categories Customer Deposits User Fees: (Special reading, turn-on services, etc.) Private Fire Protection Water, Sewer, and Lawn Impact Fees UTILITY MISCELLANEOUS FEES ANALYSIS Introduction 5 1.1 OBJECTIVES The principal objectives and components of the Study are as follows: Customer Deposits Analysis – Review the Utility’s existing service deposits policy, meet with City staff to discuss constraints, and suggest updates or modifications as appropriate. User Fees Analysis – Review the Utility’s one-time user fees associated with a specific activity, or group of activities, or customer request. City staff and Stantec evaluated these fees using Stantec’s cost calculation templates to determine the costs associated with user fees, including labor, benefits, overhead, equipment and other related expenses. Fire Protection User Fees Analysis – Review the private fire protection service fees provided by the Utility in accordance with the current cost of service, Utility policy objectives, and industry practices. Water, Sewer and Lawn Impact Fees Analysis – Update the Utility’s Water, Sewer and Lawn Impact Fees and align them with the costs to provide capacity to new connections. Review and calculate these fees considering the Utility’s policies, industry accepted methodologies, and the Utility’s specific system configuration, historical and planned investments, available data, and local requirements. Benchmarking – Perform a comparison of miscellaneous fees for local agencies to help inform the implementation of new fees and changes to existing fees. UTILITY MISCELLANEOUS FEES ANALYSIS Customer Deposits 6 2. CUSTOMER DEPOSITS . 2.1 DESCRIPTION Because the Utility bills in arrears, it carries the risk of nonpayment for costs incurred for services already rendered. As such, it is common for utilities to require customers to pay a deposit prior to the start of service. The City currently requires a deposit from customers at the time of account set up, which the City remits back to customers after one year of good standing payment history or may apply to the final bill balance if the account is closed prior to the one year period. 2.2 PROPOSED CUSTOMER DEPOSITS AND IMPLEMENTATION The Utility’s deposits fall into two categories: Permanent deposits, required of connections to the Utility system without a defined turn off or end date, and Temporary deposits, which reflects connections with an anticipated turn off or end date (i.e., 10 days, 2 weeks). Permanent Services: The City’s current deposit policy for water, lawn, reclaimed and sewer permanent service is the greater of two times the minimum monthly charge or two times the average monthly bill for service for that address or service location. If there is no location history from a previous customer, the deposit is set equal to two times the minimum monthly charge. It is common within the industry for customer deposits to be based on one to four months of an average or typical bill and consistent with the Utility’s billing frequency and collection practices. Stantec recommends that the Utility continue with its current permanent deposit policy, as it avoids a common issue of utilities that have set dollar amounts listed for deposits and are not updated as often as the recurring utility rates. Thus, creating a discrepancy between the surety of the deposit and the risk the utility carries for non- payment. Temporary Services: Currently, the City collects a separate temporary water service deposit for either a one week maximum service time period or a three days maximum service time period. City staff indicated that both deposits are generally used for property clean out or move out services and that a seven-day maximum service time period deposit is most often applicable. As such, Stantec recommends the combining of these two deposits into one, Cleanup / Moveout, for temporary service not to exceed seven consecutive days and adjusting the deposit to $80 from $65. Furthermore, the City collects temporary potable water deposits by meter size. Staff indicated that temporary potable services for meter sizes larger than 2” are rarely necessitated. As such, Stantec recommends that the temporary potable water deposits be capped at the same level as the current deposit for 2” meter size, which is $900. The City’s existing deposit policy includes a temporary non-potable water deposit also known as a hydrant deposit. However, it does not include a reclaimed water deposit. Discussion with staff identified the need to add a temporary reclaimed water deposit option, as temporary reclaimed water demand has increased UTILITY MISCELLANEOUS FEES ANALYSIS Customer Deposits 7 most recently. As such, Stantec recommends the addition of the temporary reclaimed water deposit at the same level as the non-potable (Hydrant) water deposit of $500. The existing temporary non-potable (hydrant) deposit includes an estimated usage component. Given the negligible cost benefit of estimating usage for each non-potable (hydrant) deposit request, Stantec recommends the removal of the estimated usage component of the non-potable deposit. Furthermore, the non-potable (hydrant) deposits include a $25 service charge applied to the final bill to recover administrative costs of connecting temporary services. Since both the temporary potable water and temporary reclaimed water services require administrative efforts to set up, Stantec also recommends that the $25 service charge be added to the final bills of both the temporary potable water and the reclaimed water deposits. Stantec recommends that the Utility should review these deposits every three to five years. The current and proposed deposits are presented in Appendix C along with a comparison to local benchmarking. UTILITY MISCELLANEOUS FEES ANALYSIS User Fees 8 3. USER FEES 3.1 DESCRIPTION User fees refer to the Utility’s ancillary fees associated with the provision of specific services for individual customers. Various service charges like turn-on/off fees, meter changes and meter reading fees, are examples of the types of services for which the City has user fees. These types of activities are non- recurring in nature. The primary intent of user fees is to ensure the recipient of a specific service bears the costs associated with City providing that service or to influence customer behavior, reducing improper use of the system, such as bypassing the meter, broken locks placed on meters delinquent payments, or tampering with a hydrant. The cost of service for user fees are calculated by determining the costs, including both the time and materials, necessary to provide the service. Identification of the type of employee(s) involved in providing each service (i.e., meter reader, utility maintenance specialist, utility supervisor, customer service representative, engineering technician, and others), the materials (i.e., water meter and box, couplings, valves, and others) and vehicles and/or equipment used is the first step in developing appropriate fees. The employee(s) cost, including benefits are then added to the costs of materials, vehicles, and equipment, including allowances for any overhead allocations such as purchasing, warehousing, etc. to determine the charge for each respective service. Figure 2 outlines this process. Figure 2 – User Fee Calculation Process To facilitate the calculations, Stantec employed a standardized cost template to provide a consistent and repeatable process for assigning the activities and associated costs required for each miscellaneous fee. Through a series of multiple interviews and work sessions, Stantec and Utility staff discussed in detail the Utility’s processes and populated the templates to reflect the types and amount of cost for each miscellaneous service provided. Schedule 1 of Appendix A provides a summary of the supporting cost data and assumptions for unit labor, materials, vehicles, and equipment costs utilized in the development of miscellaneous fees. Hours Spent per Task Costs per Hour (Labor, vehicles & equipment) Unit Costs (Materials) Cost of Service UTILITY MISCELLANEOUS FEES ANALYSIS User Fees 9 3.2 NEW USER FEES The Utility has several existing user fees, but City staff had identified twenty-four of these as fees to be evaluated as part of this study. Furthermore, during the study, Utility staff identified one new user fee, Install New Lateral Fee (if no tap is available). Although the cost of providing this service has historically been recovered by the City based on a case-by-case calculation performed by the engineering department, City staff explained that occurrences of this work are similar in cost and a case by case calculation is not warranted. As such, a standardized process was developed to recover the cost of this work. Furthermore, City staff identified that the cost basis used in these case-by-case calculations did not include the most current labor and material costs of the Utility, thus the fee was updated and reflect the most up to date costs as detailed in Schedule 1 of Appendix A. 3.3 PROPOSED USER FEES AND IMPLEMENTATION The proposed user fees considered the potential impacts to customers, comparison to local benchmarking, and the Utility’s overall cost recovery objectives. Appendix C presents a comparison of the current fees, and proposed user fees described herein. Upon completion of the Study, Stantec will provide the final cost computation templates to the Utility for reference and future updates to reflect changes in costs and/or processes. Furthermore, Stantec recommends that City implement the proposed user fees as presented in Schedule 2 of Appendix C and review these fees every three to five years to account for changes in the Utility’s costs of providing the services and/or changes in processes that may occur. It is noteworthy that two of the Utility’s proposed user fees reflect partial cost recovery, the Turn on and Turn-off fees, to be more closely aligned with the identified costs but also more comparable to the benchmarking range. UTILITY MISCELLANEOUS FEES ANALYSIS Fire Protection Charges 10 4. FIRE PROTECTION CHARGES 4.1 DESCRIPTION The Utility incurs costs to provide fire protection services throughout its water distribution system to ensure the availability and appropriate pressure of water to address firefighting needs. Fire protection (both public and private) services differ from the other water services provided by the City in that these services are provided on a standby basis and are not extensively used but must be available. Utilities provide public fire protection via a network of fire hydrants often located within rights-of-way for the benefit of the system. Customers with private fire protection services are usually commercial or large residential customers with dedicated lines for additional fire protection beyond what a water system provides in overall system public fire protection. For cost recovery purposes, the City has historically recognized that costs associated with the provision of public fire protection are shared amongst all the system’s customers through their rates and charges and assesses a separate charge for customers with private fire lines or hydrants with standby service. This cost recovery approach is consistent with industry practice as outlined in the American Water Works Association’s (AWWA) Manual of Water Supply Practices M1, Principles of Water Rates, Fees, and Charges, seventh edition. 4.2 COST BASIS Since the City does not have a recent base extra capacity or commodity demand cost allocation study, the Maine Public Utilities Commission fire protection curve which is based on population and peak hour water demands, was used to determine total costs of fire protection, as outlined in the AWWA Manual of Water Supply Practices M1, Principles of Water Rates, Fees, and Charges, seventh edition. As such, Stantec reviewed the Utility’s water system cost of service, peak hour demands, and population served with staff and identified the portion of system costs associated with providing public and private fire protection as summarized in Table 4-1. UTILITY MISCELLANEOUS FEES ANALYSIS Fire Protection Charges 11 Table 4-1 - Fire Protection Costs 4.3 RESULTS After identifying the total fire protection costs, Stantec used the Utility’s units of service provided by City staff (i.e., number of public and private fire hydrants and private fire lines) and the cost of service associated with providing private fire protection as summarized in Table 4-2. Table 4-2 - Allocation of Fire Protection Costs1 1 Assumes a demand factor of 111.31 for 6-in. fire lines based on the Hazen-Williams equation for flow through pressure conduits as diameter raised to power of 2.63. UTILITY MISCELLANEOUS FEES ANALYSIS Fire Protection Charges 12 Table 4-3 summarizes the calculated annual and monthly unit cost of service associated with private fire protection services and the resulting cost of service compared to the Utility’s current fees. Table 4-3 - Private Fire Protection Unit Costs and Current Fee Comparison 4.4 PROPOSED FEES AND IMPLEMENTATION As summarized, the Utility’s cost of service is higher than the current private fire protection fees. As such, Stantec recommends increasing the Utility’s standby fire protection service fees to reflect the cost of service in a four-year phase in approach starting in FY 2024. This phased in approach is presented in Appendix C. Furthermore, Stantec recommends that the Utility update these fees more regularly (every four to five years) as part of a rate study given their more recurring nature. UTILITY MISCELLANEOUS FEES ANALYSIS Water, Sewer, and Lawn Impact Fees 13 5. WATER, SEWER, AND LAWN IMPACT FEES 5.1 DESCRIPTION Within the water and wastewater industries, an impact fee2 is a one-time fee paid by a new customer for infrastructure and facilities needed to provide capacity and by existing customers requiring increased system capacity. Such fees are the mechanism to provide capacity for new customers and minimize the extent to which existing customers must bear the cost of facilities used to serve new customers. In general, these fees are based upon the costs of major backbone infrastructure necessary to provide service to all customers, including water supply facilities, treatment facilities, effluent disposal facilities, and water and sewer transmission mains. The City currently assesses these fees to recover the cost of capacity from additional connections to each respective system on new and upsized water, wastewater, and lawn (irrigation). Periodic review of impact fees helps to ensure that the level of fees provide an accurate representation of the Utility’s current unit costs to provide capacity. The City’s fees have not been updated in several years. As such, Utility staff requested a review and update of its water, sewer, and lawn impact fees in the Study. 5.2 LEGAL CONSIDERATIONS Stantec takes a conservative approach in developing capital (capacity related) charges for new utility infrastructure in Florida (such as the City’s impact fees) consistent with the statutory guidelines of the Florida Impact Fee Act, which was created in 2006 by Senate Bill 1194, outlined in Section 163.31801 of the Florida Statutes. Most notably, this legislation requires 1) that the calculation of impact fees be based upon the most recent, localized data, 2) separate reporting/accounting of impact fee revenue and expenditures in a distinct fund, 3) that the administrative charges collected in impact fees be based upon actual costs, and 4) that 90 days’ notice be given prior to the effective date of an ordinance or resolution imposing a new or increased impact fee. The courts and the referenced legislation have fundamentally addressed three areas associated with the development of impact fees. These areas include: 1) “fair share” allocations dealing with payment of impact fees by the affected property owners, 2) “rational nexus” standards, which focus on the expenditure or purpose of the fees, and 3) “credit” allowances, which recognize offsets in the calculation of impact fees. The “fair share” allocations would require that an impact fee should only be used for capital expenditures that are attributable to new growth. Additionally, the “fair share” allocation principles recognize that the cost of facilities used by both existing customers and new development must be apportioned between the two user groups, such that the user groups are treated equally, and one group does not subsidize the other. 2 Often referred to throughout the industry as capital charges, system development charges, capacity charges, impact fees, or connection fees. UTILITY MISCELLANEOUS FEES ANALYSIS Water, Sewer, and Lawn Impact Fees 14 The “rational nexus” standards require that there be a reasonable relationship between the need for capital facilities and the benefits received by new customers for which the impact fees will be expended. There are two general conditions that limit where and when impact fees can be collected and used. With respect to the first condition, although there is no specific limit as to distance between an applicant paying the facilities charges and the capital expenditure to be constructed by the charge, there should be a general geographical relationship between charge collection and use. The second nexus condition recognizes that the property must receive a benefit from the service for which the impact fees are being applied. With respect to the water and sewer impact fees, the water and sewer facilities are used by and constructed on behalf of all the customers of the Utility, and they benefit both residential and commercial customers. As such, all new growth requesting capacity from the Utility (either water, lawn and/or sewer) should be subject to impact fees. The “credit” allowances recognize that if a public agency has received property or infrastructure in the form of cost-free capital or if there is another revenue source that will be used for the capital expenditures necessitated by new growth (i.e., debt financing), a credit should be included within the development of impact fees. Specifically, “credits” should be determined as part of calculating impact fees to recognize any grants, contributions by developers, assessments, and other sources that provide funds for the same capital expenditures included in the impact fees to avoid a double recovery of costs. The development of updated unit costs of capacity, impact fees, for the City in this Study was done consistent with the aforementioned guidelines and practices for impact fees in Florida. 5.3 METHODOLOGY There are three primary approaches for the calculation of impact fees within the industry: Buy-In – This approach uses the value of the utility’s existing assets as the basis for the fee calculation. This approach is most appropriate for a system with considerable excess capacity such that most new connections to the system will be served by that existing available capacity or when a utility does not have substantial or representative growth and expansion related projects planned in its capital improvement plan (CIP). Incremental – This approach uses a utility’s planned multi-year CIP to determine projects that are associated with the provision of additional system capacity as the cost basis for the fee. This approach is most appropriate where 1) the existing system has limited excess capacity to accommodate growth, and 2) the CIP has a substantial number of projects that provide additional system capacity for each functional system component to be representative of the cost of capacity for an entire system. Combined – This approach uses the system’s existing assets as well as the growth-related CIP as the cost basis for the fee calculation. This approach is most appropriate to use when 1) there is excess capacity in the existing system that will accommodate some growth, but additional capacity is needed in the relative short-term as reflected in the CIP, and 2) the CIP includes significant projects that will provide additional system capacity but does not necessarily have sufficient projects in each functional component to be reflective of a total system. UTILITY MISCELLANEOUS FEES ANALYSIS Water, Sewer, and Lawn Impact Fees 15 The Study used the buy-in approach as the cost basis for the water, sewer, and lawn impact fees because the Utility can accommodate near-term growth with the current capacity, and it does not have significant expansion projects identified in the near-term to be able to serve new growth or redevelopment. As such, the buy-in approach represents the most current estimate of a unit cost for system capacity. The first step in calculating the fees was to determine the cost basis for each major system (water and sewer) function (i.e., transmission, treatment, supply, disposal). The second step was to determine each system’s capacities by functional cost component as stated in terms of ERUs. 5.4 SYSTEM VALUE – COST BASIS The accounting records for the Utility’s existing and in-service assets serve as the basis to determine the water and sewer system’s value. Stantec evaluated the Utility’s fixed asset listing, accounting records of assets, which included an asset number and description, location description, purchase date or year in service, useful life, and net book value of each asset. Stantec removed contributed assets (assets contributed by a developer or received at no cost such as grants), and assets with a useful life of 10 years or less and original value of $50,000 or less, as minor vehicles and equipment that do not represent investment in backbone or capacity related infrastructure. Stantec then allocated each fixed asset by its corresponding system and functional cost components and provided that allocation list to Utility staff for review. Water assets were functionalized by supply/treatment and distribution, whereas sewer assets were functionalized by treatment/disposal and collection. General and Administrative assets were split amongst each functional component based on their share of the direct asset allocation. To determine the current system value, FY 2022 replacement cost, for the water and sewer systems, Stantec escalated the net book value of each asset utilizing the Engineering News Record (ENR) Construction Cost Index and the year the City placed each asset in service 3. In this way, Stantec identified the value of the water and sewer systems stated in terms of replacement cost new less depreciation (RCNLD). A sewer interlocal agreement between the Cities of Clearwater and Safety Harbor allocates 4 million gallons per day (MGD) of capacity in the sewer system, from the North East Plant’s total 13.5 MGD of capacity, to the City of Safety Harbor. As such, 29.6% (4 ÷ 13.5) of the value of assets associated with the North East Plant were excluded from the impact fee calculation as “capacity allocated to Safety Harbor”. Schedule 1 of Appendix B provides the Utility’s fixed assets in service, RCNLD, and applicable allocations for calculation of the water and sewer impact fees under the buy-in approach. Once the RCNLD was determined for the water and sewer systems, a credit was applied to the respective system value in recognition of outstanding debt incurred to fund the existing system in service. Upon connection to the system, new customers will begin will pay recurring monthly rates which recover the cost 3 Land assets were escalated using Bank of International Settlement, Real Residential Property Prices for United States index. UTILITY MISCELLANEOUS FEES ANALYSIS Water, Sewer, and Lawn Impact Fees 16 of existing debt service. Therefore, to avoid a double recovery a credit is given within the impact fee calculation. 5.5 SYSTEM CAPACITY – EQUIVALENT RESIDENTIAL UNITS (ERUS) Once the total cost basis of each system by functional cost component was determined, the next step was to determine the system capacities as stated in terms of equivalent residential units (ERUs). Expressing the system capacities in terms of ERUs allows for the development of the unit pricing of capacity which is essential for the determination of water and sewer impact fees. The total system capacity stated in MGD for each system divided by the level of service stated in terms of gallons per day (GPD) per ERU is equal to the total number of ERUs that the Utility can serve with the identified infrastructure outlined herein. Figure 3 provides a summary of the conversion calculation from system capacity stated in terms of flow to capacity in ERUs. Figure 3 - Equivalent Residential Units Calculation The City’s water and sewer systems consist of numerous functional components such as water treatment, source of supply, transmission, and storage. Each of the functional components have a physical or regulatory permitted capacity. While treatment, supply, and disposal capacities are generally accepted to be either the physical or regulatory permitted capacity of such facilities and are readily available, transmission system capacities are more difficult to quantify. Therefore, it is common to define the capacity for all functional components (including the transmission facilities) based on the system’s total treatment capacity. This approach was utilized for the determination of the Utility’s system capacities. The rationale is that even if the transmission and pumping portion of either system is larger than that system’s treatment capacity, the only capacity the system can offer to its users is its total treatment capacity. Table 5-1 summarizes the capacity by function used in the fee calculation. It is important to note that 4.0 MGD of sewer capacity allocated to Safety Harbor was removed from this calculation along with its representative asset value as discussed in section 5.4 of this report. A such, total sewer system capacity is 24.5 MGD rather than the full 28.5 MGD. The water and sewer system capacities reflect existing assets in service rather than future capacities. System Capacity (MGD) Level of Service (GPD) Equivalent Residential Units (ERUs) UTILITY MISCELLANEOUS FEES ANALYSIS Water, Sewer, and Lawn Impact Fees 17 Table 5-1 - System Capacities: Million Gallons per Day System Supply / Treatment Distribution / Collection Water 14.3 14.3 Sewer 24.5 24.5 5.6 LEVEL OF SERVICE In the evaluation of the capital facility needs for providing water and sewer utility services, it is critical to define a level of service. The “level of service” means an indicator of the extent or degrees of service provided by, or proposed by a facility, based on, and related to the operational characteristics of the facility. Utilities establish level of service standards to ensure provision of adequate facility capacity for future development and for purposes of issuing development orders or permits. For water and sewer systems, the level of service is the amount of capacity allocable to an ERU expressed as the amount of usage in gallons. This reflects the amount of capacity allowable per ERU represented by a 5/8”. or 3/4" meter equivalent for a single-family residence, whether they use such capacity or not. The Utility’s level of service was defined by the City’s most recent Comprehensive Plan, which is 100 gallons per day (gpd) per capita for both water and sewer service. U.S. Census data for the City of Clearwater area as of June 2023 reflects 2.3 persons per household. As such the level of service per household or 1 ERU is 230 gallons per day as summarized in Table 5-2. Table 5-2 - Level of Service Description Water Wastewater Notes Demand per Capita (GPD) 100 100 City’s Comprehensive Plan Persons per Household 2.30 2.30 U.S. Census data (City of Clearwater) Level of Service (GPD) 230 230 Line 1 X Line 2 Lawn (Irrigation) Impact Fees Stantec performed an analysis of the City’s FY 2022 billing records and identified that an average lawn customer uses 52.18 gallons per day. Given that an equivalent residential unit requires 230 gallons per day, the lawn impact fee is calculated to reflect 23% that of an equivalent residential unit (52.18 gpd ÷ 230 gpd). Lawn impact fees are intended to capture incremental demands associated with irrigation above what is effectively included in the domestic water demand level of service assumptions. UTILITY MISCELLANEOUS FEES ANALYSIS Water, Sewer, and Lawn Impact Fees 18 5.7 RESULTS After determining the cost basis, net RCNLD, of each system and the number of ERUs that each system can serve, unit costs of capacity are determined by dividing the cost basis by the total number of ERU’s a system can serve. Figure 4 presents the calculated unit costs of capacity by system (water, sewer and lawn) at full (100%) cost recovery and compares them against the City’s current impact fees. This comparison demonstrates that the City’s existing impact fees, which have been in place for decades, are lower than, the Utility’s true cost of capacity. Details of the calculated fees are presented in Schedules 4, 5 and 6 of Appendix B. Figure 4 - Current and Calculated Water, Sewer and Lawn Impact Fees Per ERU 5.8 BENCHMARKING – IMPACT FEES As part of the analysis, Stantec performed a comparison of local communities to identify the market range of water and sewer capital charges like the Utility’s water and sewer impact fees for a single-family residential customer (one ERU). These comparisons are presented, but an in-depth analysis has not been performed to identify the methods used in the development of the water and sewer capacity charges imposed by the other utilities, nor has any analysis been performed to determine whether all of the cost of new facilities is recovered from such fees (or if some percentages of the costs are recovered through user rates). Additionally, Stantec did not conduct an analysis as to the types of capital facilities currently in service or planned for the utilities surveyed which could have material differences. As such, these types of comparisons often reflect wide variations between communities. Water and sewer impact fees may differ among utilities for a variety of reasons including the following: Source of supply and proximity thereto Type and complexity of treatment Effluent disposal method $480 $900 $70 $880 $978 $202 $- $200 $400 $600 $800 $1,000 $1,200 Water Sewer Lawn Current Calculated UTILITY MISCELLANEOUS FEES ANALYSIS Water, Sewer, and Lawn Impact Fees 19 Density of service area Availability of grant funding to finance Capital Improvement Projects (CIP) Age of system Utility life cycle (i.e., growth-oriented vs. mature) Level of service standards Methodology used and date or period of last fee update. Figure 5 presents the results of the local comparison, which demonstrate that the Utility’s existing and calculated water and sewer impact fees are among the lowest within the surveyed utility systems, but the calculated fees are consistent with Stantec’s industry experience and knowledge of current impact fees throughout Florida. Figure 5 - Water and Sewer Impact Fees Comparison $480 $352 $984 $352 $2,253 $2,733 $2,159 $1,609 $1,863 $2,214 $1,050 $900 $1,992 $1,390 $2,060 $1,570 $1,237 $1,834 $2,931 $2,951 $3,651 $0 $1,000 $2,000 $3,000 $4,000 $5,000 $6,000 St. Petersburg Clearwater - Current Largo Oldsmar Pinellas County Tarpon Springs Tampa Dunedin Pasco County Hillsborough County - NW Hillsborough County - South/Central Water Sewer UTILITY MISCELLANEOUS FEES ANALYSIS Water, Sewer, and Lawn Impact Fees 20 5.9 PROPOSED FEES AND IMPLEMENTATION Recent and relevant updates to the Florida Impact Fee Act (“Act”) legislation4 limits impact fee increases to 50%. In fact, the Act defines that any fee increases between 0% and 25% should be implemented in two equal increments and a fee increase greater than 25% but equal to or less than 50% should be implemented in four equal increments. Furthermore, impact fees may not increase more than once every 4 years. Since it is Stantec’s conservative approach to follow Florida Impact Fee Act guidelines, Stantec developed a phased approach to implementing increases to the Utility’s water, sewer and lawn impact fees. The phased in approach for one equivalent residential unit is outlined in Table 5-3, fees for larger connection sizes are shown in Appendix C. Table 5-3 - Proposed Water, Sewer and Lawn Impact Fees Per ERU System Current FY 2023 FY 2024 FY 2025 FY 2026 Water Impact Fees ($/ERU) $480 $540 $600 $660 $720 Sewer Impact Fees ($/ERU) $900 $939 $978 $978 $978 Lawn Impact Fees ($/ERU) $70 $79 $88 $96 $105 Total ($/ERU) $1,450 $1,558 $1,666 $1,734 $1,803 Total $ Change - $108 $108 $68 $69 Total % Change - 7.4% 6.9% 4.1% 4.0% These increases result in impact fees that are closer to the actual cost of the infrastructure to support new growth and will minimize the impact to existing customers to support the Utility’s growth. Additionally, Stantec recommends that the Utility review these fees periodically (i.e., every four to five years) to ensure that they remain fair and equitable and continue to reflect the most current cost of capacity. As the Utility experiences changes in system capacity, future changes in technology, demands, development patterns, or other factors may necessitate additional adjustments to its water, sewer and lawn impact fees. Lastly Stantec recommends that the City adopt fees by meter sizes based on AWWA meter equivalent factors for 5/8” meters for all other sizes. Detailed proposed fees by meter size are presented in Appendix C. 4 HB 337 signed into law in June 2021 with changes to the Florida Impact Fee Act. This legislation limits increases to impact fees to 50%. Increases below 25% are to be spread out over a two-year period while increases between 25% and 50% are to be phased in over four years. UTILITY MISCELLANEOUS FEES ANALYSIS Benchmarking 21 6. BENCHMARKING As part of the Miscellaneous Fee Study, Stantec conducted benchmarking to compare the Utility’s existing and proposed user fees and fire protection fees to those of other local governments throughout the Tampa Bay Region. The surveyed entities included City of Tampa, City of Largo, City of Oldsmar, Pasco County, Pinellas County, Hillsborough County, City of Dunedin, City of Tarpon Springs, and City of St. Petersburg. Information compiled for this survey from sources such as rate schedules and ordinances, websites, and calls to staff. Stantec completed the benchmarking analysis during May and June of 2023 and reflects then- current fees. Utility systems make individual choices as to what types of user fees they employ and how they recover the costs of these services. As a result, the number of and type of these fees varies between systems. Therefore, this benchmarking analysis compares similar fees for the surveyed systems where applicable. Appendix C documents the minimum and maximum benchmarking range each fee. 6.1 MISCELLANEOUS FEES Figure 6 summarizes the number of fees below, within and above the observed benchmarking. range5. Figure 6 - Benchmarking Summary of Existing Miscellaneous Fees 5 Includes fees where no direct comparisons were found within the benchmarked utilities. At or Above Range0% Within Range36% Below Range44% No Comps Identified20% UTILITY MISCELLANEOUS FEES ANALYSIS Benchmarking 22 6.2 FIRE PROTECTION MONTHLY FEES Cost recovery practices for fire protection services vary between water utility systems. As such, the benchmarking identified a wide range of results by fire line size (as summarized in Appendix C). Currently, the City’s existing charges fall within the range of the benchmarked utilities for 6” or smaller fire line sizes but below the benchmarking range for larger line sizes. 6.3 WATER AND SEWER IMPACT FEES Section 5.8 of this Report provides the results of the benchmarking analysis of water and sewer impact fees. None of the surveyed utilities had an irrigation (lawn) impact fee. The City’s sewer impact fee was the lowest in the comparison. When considered together, the City’s water and sewer impact fees were the second lowest of the surveyed communities. APPENDIX: SUPPORTING SCHEDULES UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules Appendix A USER FEES UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules Data Tables Schedule 1 Description Cost Unit Cost Apply Overhead? 5/8" DDC METER each 462.00$ Yes 5/8" WATER METER each 58.00$ Yes 1" WATER METER each 123.00$ Yes 1" RECLAIMED METER each 128.00$ Yes 1 1/2" WATER METER each 338.00$ Yes 2" RECLAIMED METER each 430.00$ Yes 2" WATER METER each 425.00$ Yes 3" Mach 10 Meter W /R900i V4 each 2,640.00$ Yes 4" Mach 10 Meter W /R900i V4 each 3,377.77$ Yes 6" Mach 10 Meter W /R900i V4 each 5,600.00$ Yes 8" Mach 10 Meter W /R900i V4 each 9,092.85$ Yes 10" Mach 10 Meter W /R900i V4 each 12,200.00$ Yes 14" Mach 10 Meter W /R900i V4 each 14,645.38$ Yes 2" Bronze Flanged Meter Strainer each 438.75$ Yes 3" Bronze Flanged Meter Strainer each 796.74$ Yes 4" Bronze Flanged Meter Strainer each 1,388.88$ Yes 6" Bronze Flanged Meter Strainer each 2,096.66$ Yes 8" Bronze Flanged Meter Strainer each 3,517.61$ Yes 10" Bronze Flanged Meter Strainer each 2,168.00$ Yes 1/4" FPT X 1/4" MPT TEST COCK, BRASS, LEAD FREE each 2.65$ Yes 1/4" FPT X 1/8" MPT TEST COCK, BRASS, LEAD FREE each 2.50$ Yes ADAPTER, 1" MIP X 1" KITEC COMPRESSION "FOR KITEC IPS TU each 28.13$ Yes ADAPTER, 1" REGULATOR, MIP X MALE METER THREAD pair 18.57$ Yes ADAPTER, 3/4" REGULATOR, MIP X MALE METER THREAD pair 14.34$ Yes ADAPTER, POLY 1" FIP X COMP each 14.58$ Yes ADAPTER, POLY 1" MIP X COMP each 12.09$ Yes ADAPTER, POLY 1-1/2" FIP X COMP each 42.35$ Yes ADAPTER, POLY 1-1/2" MIP X COMP each 33.15$ Yes ADAPTER, POLY 2" FIP X COMP each 50.49$ Yes ADAPTER, POLY 2" MIP X COMP each 48.30$ Yes ADAPTER, POLY 3/4" FIP X COMP each 10.74$ Yes ADAPTER, POLY 3/4" MIP X COMP each 10.22$ Yes AMES 1/2" 2000B 1ST OR 2ND CHECK ASSEMBLY, 7016330 each 26.94$ Yes AMES 1/2" 2000B COMPLETE RUBBER REBUILD KIT, 7016348 each 16.45$ Yes AMES 1/2" MODEL 2000B 1st OR 2nd CHECK ASSEMBLY P/N 7016 each 21.42$ Yes AMES 1/2" MODEL 2000B COMPLETE RUBBER REBUILD P/N 7016 each 13.09$ Yes AMES 1/2" MODEL 2000B DOUBLE CHECK VALVE, LESS VALVES each 134.50$ Yes AMES 2000/3000 SS , 2.5" - 4" CHECK 1, P/N 7010097 each 152.60$ Yes AMES 2000/3000 SS , 2.5" - 4" CHECK 2, P/N 7010100 each 152.62$ Yes AMES 2000/3000SS, 6" CHECK 1, P/N 7010098 each 162.62$ Yes AMES 2000/3000SS, 6" CHECK 2, P/N 7010101 each 162.62$ Yes AMES 2000/3000SS, 8" CHECK 1, P/N 7010099 each 468.37$ Yes AMES 2000/3000SS, 8" CHECK 2, P/N 7010102 each 468.37$ Yes AMES 3/4" MODEL 2000BM3 DOUBLE CHECK VALVE, LESS VALVE each 87.32$ Yes AMES 3000BM1, 2" 1st CHECK ASSEMBLY P/N 7016200 each 63.87$ Yes AMES 3000BM1, 2" 2ND CHECK ASSEMBLY P/N 7016201 each 57.72$ Yes AMES 3000BM1, 2" COMPLETE RUBBER REBUILD P/N 7016202 each 17.32$ Yes Materials UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix A – User Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – User Fees Supporting Schedules Appendix B WATER, SEWER, AND LAWN IMPACT FEES UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 0000027486 PU100 PUB UTIL 0157 PU IND PRT PORTABLE SAMPLER SIGMA 900 MAX $6,845 2005 5 $0 1.75 $0 $0 $0 $0 $0 $0 $00000027701 PU100 PUB UTIL 0166 PU LAB XP ANALYTICAL BALANCE $5,167 2006 10 $0 1.68 $0 $0 $0 $0 $0 $0 $0 0000027747 PU100 PUB UTIL 0164 PU MAINT PT878 PORTABLE FLOWMETER $5,047 2006 10 $0 1.68 $0 $0 $0 $0 $0 $0 $0 0000027899 PU100 PUB UTIL 0166 PU LAB PHOENIX 8000 TOC ANALYZER $24,936 2006 10 $0 1.68 $0 $0 $0 $0 $0 $0 $0 0000027917 PU100 PUB UTIL 0167 PU WATER D L/P FORD AKRON COMPLETE TEST BENCH $15,174 2006 10 $0 1.68 $0 $0 $0 $0 $0 $0 $0 0000027918 PU100 PUB UTIL 0167 PU WATER D L/P FORD INDY COMPLETE TEST $10,970 2006 10 $0 1.68 $0 $0 $0 $0 $0 $0 $00000027930 PU100 PUB UTIL 0167 PU WATER D VALVE EXERCISER WITH VITALS $19,378 2006 10 $0 1.68 $0 $0 $0 $0 $0 $0 $0 0000027938 PU100 PUB UTIL 0166 PU LAB PERKINELMER AUTOSAMPLER AS 93 PLUS $7,286 2006 5 $0 1.68 $0 $0 $0 $0 $0 $0 $00000028296 PU100 PUB UTIL 0163 PU SEWER AIR UTILITY PIPE CUTTER $6,539 2007 5 $0 1.63 $0 $0 $0 $0 $0 $0 $0 0000028413 PU100 PUB UTIL 0163 PU SEWER PORTABLE VIDEO INSPECTION SYSTEM $11,435 2007 10 $0 1.63 $0 $0 $0 $0 $0 $0 $0 0000028422 PU100 PUB UTIL 0166 PU LAB B+L QUAATRO ANALYZER 4 CHANNEL $49,997 2007 10 $0 1.63 $0 $0 $0 $0 $0 $0 $0 0000028737 PU100 PUB UTIL 0164 PU MAINT VECTRAX KNEE STYLE MILLING MACHINE $14,486 2008 10 $0 1.57 $0 $0 $0 $0 $0 $0 $0 0000028816 PU100 PUB UTIL 0166 PU LAB BD50 BLOCK DIGESTION SYSTEM $6,096 2008 5 $0 1.57 $0 $0 $0 $0 $0 $0 $00000029033 PU100 PUB UTIL 0167 PU WATER D Hydra-Stop Insertion System $32,176 2009 10 $0 1.52 $0 $0 $0 $0 $0 $0 $0 0000029085 PU100 PUB UTIL 0166 PU LAB Seal Analytical XY-2 Sampler $8,218 2008 8 $0 1.57 $0 $0 $0 $0 $0 $0 $00000029143 PU100 PUB UTIL 0167 PU WATER D InfoWater Exec Suite 6.0 Software $15,500 2008 5 $0 1.57 $0 $0 $0 $0 $0 $0 $0 0000029302 PU100 PUB UTIL 0167 PU WATER D Fujitsu FI-6770 Scanner $5,987 2009 5 $0 1.52 $0 $0 $0 $0 $0 $0 $0 0000029977 PU100 PUB UTIL 0179 PU LIFT ST San Sewer Pump Station LS#24 $19,510 1980 999 $19,510 3.30 $64,455 $0 $0 $0 $0 $64,455 $0 0000029978 PU100 PUB UTIL 0000 UNASSIGNED Well Site - Water Well #76 $80,365 1980 999 $80,365 3.30 $265,506 $0 $0 $0 $265,506 $0 $0 0000029979 PU100 PUB UTIL 0005 PU MARSHLL Marshall Street Sewage $418,018 1926 999 $418,018 41.01 $17,144,631 $0 $0 $0 $0 $0 $17,144,6310000029980 PU100 PUB UTIL 0005 PU MARSHLL Marshall Street Sewage $5,532 1946 999 $5,532 16.14 $89,259 $0 $0 $0 $0 $0 $89,259 0000029981 PU100 PUB UTIL 0179 PU LIFT ST Sani Sewer Pump Station LS#03 $1,106 1946 999 $1,106 16.14 $17,847 $0 $0 $0 $0 $17,847 $00000029982 PU100 PUB UTIL 0179 PU LIFT ST Sanitary Sewer Pumping Station $21,140 1979 999 $21,140 3.46 $73,176 $0 $0 $0 $0 $73,176 $0 0000029983 PU100 PUB UTIL 0007 PU E WPC Clearwater East Sewer Plant $17,471 1943 999 $17,471 18.56 $324,237 $0 $0 $0 $0 $0 $324,237 0000029985 PU100 PUB UTIL 0007 PU E WPC Clearwater East Sewer Plant $2,184 1960 999 $2,184 8.40 $18,341 $0 $0 $0 $0 $0 $18,341 0000029986 PU100 PUB UTIL 0179 PU LIFT ST Pump Station LS#45 $291,530 1975 999 $291,530 4.17 $1,216,126 $0 $0 $0 $0 $1,216,126 $0 0000029987 PU100 PUB UTIL 0079 PU NE PLT NE Treatment Plant/N Clearwater $223,998 1974 999 $223,998 4.37 $979,035 ($290,084) $0 $0 $0 $0 $688,9500000029988 PU100 PUB UTIL 0000 UNASSIGNED Eastland Blvd Well Site $23,237 1975 999 $23,237 4.17 $96,932 $0 $0 $0 $96,932 $0 $0 0000029989 PU100 PUB UTIL 0000 UNASSIGNED Vacant land north of N.E. $12,813 1973 999 $12,813 4.58 $58,674 $0 $58,674 $0 $0 $0 $00000029993 PU100 PUB UTIL 0159 PU RO 2 Reservoir Site $25,071 1964 999 $25,071 6.97 $174,706 $0 $0 $0 $174,706 $0 $0 0000029994 PU100 PUB UTIL 0179 PU LIFT ST Lift Station #50 $64,233 2008 999 $64,233 0.96 $61,828 $0 $0 $0 $0 $61,828 $0 0000029995 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex from 422 $4,651 1986 33 $0 3.03 $0 $0 $0 $0 $0 $0 $0 0000029996 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY88 $15,163 1987 33 $0 2.95 $0 $0 $0 $0 $0 $0 $0 0000029997 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY89 $243 1988 33 $0 2.88 $0 $0 $0 $0 $0 $0 $00000029998 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY89 $411,650 1988 33 $0 2.88 $0 $0 $0 $0 $0 $0 $0 0000029999 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY90 $1,937 1989 33 $0 2.82 $0 $0 $0 $0 $0 $0 $00000030000 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY90 $478 1989 33 $0 2.82 $0 $0 $0 $0 $0 $0 $0 0000030001 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY90 $88,444 1989 33 $0 2.82 $0 $0 $0 $0 $0 $0 $0 0000030002 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY98 $14,150 1997 33 $3,216 2.23 $7,181 $0 $7,181 $0 $0 $0 $0 0000030003 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY01 $67,146 2000 33 $21,365 2.09 $44,668 $0 $44,668 $0 $0 $0 $0 0000030004 PU100 PUB UTIL 0130 PUB WK CPX Bldg Public Serv Complex FY02 $1,789 2001 33 $623 2.05 $1,279 $0 $1,279 $0 $0 $0 $00000030006 PU100 PUB UTIL 0166 PU LAB Laboratory Building FY02 Adds $6,179 2001 33 $2,153 2.05 $4,416 $0 $4,416 $0 $0 $0 $0 0000030007 PU100 PUB UTIL 0166 PU LAB Laboratory Building FY03 Adds $2,223,909 2002 33 $842,390 1.99 $1,675,869 $0 $1,675,869 $0 $0 $0 $0 0000030008 PU100 PUB UTIL 0000 UNASSIGNED PS Complex AJE 239-89 $91,288 1988 33 $0 2.88 $0 $0 $0 $0 $0 $0 $0 0000030009 PU100 PUB UTIL 0000 UNASSIGNED Land Improv AJE 260-90 $13,403 1989 33 $0 2.82 $0 $0 $0 $0 $0 $0 $0 0000030010 PU100 PUB UTIL 0000 UNASSIGNED Land Improv AJE 257-90 $9,044 1989 33 $0 2.82 $0 $0 $0 $0 $0 $0 $0 0000030011 PU100 PUB UTIL 0000 UNASSIGNED Land Improv 1991 $13,403 1990 33 $203 2.75 $558 $0 $558 $0 $0 $0 $0 0000030012 PU100 PUB UTIL 0000 UNASSIGNED Land Improv 1992 $12,021 1991 33 $546 2.69 $1,470 $0 $1,470 $0 $0 $0 $00000030013 PU100 PUB UTIL 0000 UNASSIGNED Land Improv 1993 $17,550 1992 33 $1,330 2.61 $3,469 $0 $3,469 $0 $0 $0 $0 0000030014 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General $3,595 1966 33 $0 12.76 $0 $0 $0 $0 $0 $0 $0 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 0000030015 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General $2,876 1988 33 $0 2.88 $0 $0 $0 $0 $0 $0 $00000030016 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General $13,119 1988 33 $0 2.88 $0 $0 $0 $0 $0 $0 $0 0000030017 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General 1995 $58,234 1994 33 $7,941 2.41 $19,100 $0 $19,100 $0 $0 $0 $0 0000030018 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General 1996 $7,535 1995 33 $1,256 2.38 $2,985 $0 $2,985 $0 $0 $0 $0 0000030019 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General 1997 $20,867 1996 33 $4,110 2.31 $9,509 $0 $9,509 $0 $0 $0 $0 0000030020 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General $16,519 1997 33 $3,754 2.23 $8,383 $0 $8,383 $0 $0 $0 $0 0000030021 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General $82,457 1998 33 $21,239 2.20 $46,661 $0 $46,661 $0 $0 $0 $0 0000030022 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General $17,635 1999 33 $5,077 2.15 $10,897 $0 $10,897 $0 $0 $0 $00000030024 PU100 PUB UTIL 0000 UNASSIGNED Recl Water System 1995 Adds $275,729 1994 33 $37,599 2.41 $90,438 $0 $0 $0 $0 $90,438 $0 0000030025 PU100 PUB UTIL 0000 UNASSIGNED Recl Water System 1997 Adds $34,450 1996 33 $6,786 2.31 $15,698 $0 $0 $0 $0 $15,698 $0 0000030026 PU100 PUB UTIL 0000 UNASSIGNED Recl Water System 1998 Adds $157,564 1997 33 $35,810 2.23 $79,960 $0 $0 $0 $0 $79,960 $0 0000030027 PU100 PUB UTIL 0000 UNASSIGNED Recl Water System 1999 Adds $735,437 1998 33 $189,431 2.20 $416,169 $0 $0 $0 $0 $416,169 $0 0000030028 PU100 PUB UTIL 0169 PU RECLAIM RWS-Island Estates $5,869,129 1998 33 $1,511,745 2.20 $3,321,224 $0 $0 $0 $0 $0 $3,321,2240000030029 PU100 PUB UTIL 0000 UNASSIGNED Recl Water System 2001 Adds $304,819 2000 33 $96,988 2.09 $202,776 $0 $0 $0 $0 $202,776 $0 0000030030 PU100 PUB UTIL 0000 UNASSIGNED Recl Water System 2002 Adds $80,873 2001 33 $28,183 2.05 $57,800 $0 $0 $0 $0 $57,800 $00000030031 PU100 PUB UTIL 0169 PU RECLAIM Recl Water System 2003 Adds $426,500 2002 33 $161,553 1.99 $321,397 $0 $0 $0 $0 $0 $321,397 0000030032 PU100 PUB UTIL 0169 PU RECLAIM RWS-South Beach $1,633,871 2002 33 $618,890 1.99 $1,231,234 $0 $0 $0 $0 $0 $1,231,234 0000030033 PU100 PUB UTIL 0169 PU RECLAIM RWS-N Beach & NE Pumping $2,841,391 2002 33 $1,076,285 1.99 $2,141,184 $0 $0 $0 $0 $0 $2,141,184 0000030034 PU100 PUB UTIL 0169 PU RECLAIM Recl Water System 2004 Adds $698,632 2003 33 $285,804 1.94 $555,286 $0 $0 $0 $0 $0 $555,286 0000030035 PU100 PUB UTIL 0169 PU RECLAIM RWS-N Greenwood Corridor $1,324,760 2003 33 $541,948 1.94 $1,052,944 $0 $0 $0 $0 $0 $1,052,9440000030036 PU100 PUB UTIL 0169 PU RECLAIM RWS-Marshall Street WWTP $533,736 2003 33 $218,347 1.94 $424,223 $0 $0 $0 $0 $0 $424,223 0000030037 PU100 PUB UTIL 0169 PU RECLAIM Recl Water System 2005 Adds $222,724 2004 33 $97,864 1.83 $178,901 $0 $0 $0 $0 $0 $178,9010000030038 PU100 PUB UTIL 0169 PU RECLAIM RWS-Under Harbor Lines $788,389 2004 33 $346,413 1.83 $633,266 $0 $0 $0 $0 $0 $633,266 0000030039 PU100 PUB UTIL 0169 PU RECLAIM RWS-Harbor Oaks $2,987,903 2004 33 $1,312,867 1.83 $2,400,006 $0 $0 $0 $0 $0 $2,400,006 0000030040 PU100 PUB UTIL 0079 PU NE PLT RWS-NE WWTP $3,562,124 2004 33 $1,565,176 1.83 $2,861,244 ($847,776) $0 $0 $0 $0 $2,013,468 0000030041 PU100 PUB UTIL 0169 PU RECLAIM Recl Water System 2005 Adds $240,024 2005 33 $112,739 1.75 $196,932 $0 $0 $0 $0 $0 $196,932 0000030042 PU100 PUB UTIL 0169 PU RECLAIM RWS-Cap Int & items <$5000K ea. $76,936 2006 33 $38,468 1.68 $64,551 $0 $0 $0 $0 $0 $64,5510000030043 PU100 PUB UTIL 0169 PU RECLAIM RWS-Seville/Sunset $2,043,761 2005 33 $959,949 1.75 $1,676,841 $0 $0 $0 $0 $0 $1,676,841 0000030044 PU100 PUB UTIL 0169 PU RECLAIM RWS-Del Oro $3,837,429 2006 33 $1,918,714 1.68 $3,219,663 $0 $0 $0 $0 $0 $3,219,6630000030045 PU100 PUB UTIL 0169 PU RECLAIM RWS-Drew Union $7,225,004 2006 33 $3,612,502 1.68 $6,061,891 $0 $0 $0 $0 $0 $6,061,891 0000030046 PU100 PUB UTIL 0169 PU RECLAIM RWS-Cap Int & items <$5000K ea. $599,137 2007 33 $317,724 1.63 $518,713 $0 $0 $0 $0 $0 $518,713 0000030047 PU100 PUB UTIL 0169 PU RECLAIM BEACHWALK CORONADO/S GULFVIEW RCW $212,111 2008 33 $118,911 1.57 $186,121 $0 $0 $0 $0 $0 $186,121 0000030048 PU100 PUB UTIL 0000 UNASSIGNED WS Pre FY88 Adds $28,149,678 1975 33 $0 5.88 $0 $0 $0 $0 $0 $0 $0 0000030049 PU100 PUB UTIL 0000 UNASSIGNED WS FY88 Adds $1,174,909 1987 33 $0 2.95 $0 $0 $0 $0 $0 $0 $00000030050 PU100 PUB UTIL 0000 UNASSIGNED WS FY89 Adds $2,132,837 1988 33 $0 2.88 $0 $0 $0 $0 $0 $0 $0 0000030051 PU100 PUB UTIL 0000 UNASSIGNED WS FY90 Adds $1,958,969 1989 33 $0 2.82 $0 $0 $0 $0 $0 $0 $00000030052 PU100 PUB UTIL 0000 UNASSIGNED WS FY91 Adds $2,533,761 1990 33 $38,390 2.75 $105,525 $0 $0 $105,525 $0 $0 $0 0000030053 PU100 PUB UTIL 0000 UNASSIGNED WS FY92 Adds $341,713 1991 33 $15,532 2.69 $41,784 $0 $0 $41,784 $0 $0 $0 0000030054 PU100 PUB UTIL 0000 UNASSIGNED WS FY93 Adds $4,784,485 1992 33 $362,461 2.61 $945,763 $0 $0 $945,763 $0 $0 $0 0000030055 PU100 PUB UTIL 0000 UNASSIGNED WS FY94 Adds $3,312,177 1993 33 $351,292 2.50 $876,934 $0 $0 $876,934 $0 $0 $0 0000030056 PU100 PUB UTIL 0000 UNASSIGNED WS FY95 Adds $1,269,704 1994 33 $173,142 2.41 $416,457 $0 $0 $416,457 $0 $0 $00000030057 PU100 PUB UTIL 0000 UNASSIGNED WS FY96 Adds $4,078,842 1995 33 $679,807 2.38 $1,616,134 $0 $0 $1,616,134 $0 $0 $0 0000030058 PU100 PUB UTIL 0000 UNASSIGNED WS FY97 Adds $1,818,705 1996 33 $358,230 2.31 $828,762 $0 $0 $828,762 $0 $0 $00000030059 PU100 PUB UTIL 0000 UNASSIGNED WS FY98 Adds $779,200 1997 33 $177,091 2.23 $395,426 $0 $0 $395,426 $0 $0 $0 0000030060 PU100 PUB UTIL 0000 UNASSIGNED WS FY99 Adds $2,288,675 1998 33 $589,507 2.20 $1,295,116 $0 $0 $1,295,116 $0 $0 $0 0000030061 PU100 PUB UTIL 0000 UNASSIGNED WS FY00 Adds $660,035 1999 33 $190,010 2.15 $407,860 $0 $0 $407,860 $0 $0 $0 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 0000030015 PU100 PUB UTIL 0000 UNASSIGNED Land Improv General $2,876 1988 33 $0 2.88 $0 $0 $0 $0 $0 $0 $00000030062 PU100 PUB UTIL 0000 UNASSIGNED WS FY01 & 02 Adds $3,215,248 2001 33 $1,120,465 2.05 $2,297,937 $0 $0 $2,297,937 $0 $0 $0 0000030063 PU100 PUB UTIL 0167 PU WATER D WS FY03 Gulf Blvd Line Relocation $601,653 2002 33 $227,899 1.99 $453,387 $0 $0 $453,387 $0 $0 $0 0000030064 PU100 PUB UTIL 0167 PU WATER D WS FY03 Clwtr Harbor Trans Mains $672,205 2002 33 $254,623 1.99 $506,553 $0 $0 $506,553 $0 $0 $0 0000030065 PU100 PUB UTIL 0167 PU WATER D WS FY03 02 Water Svc Lines $639,405 2002 33 $242,199 1.99 $481,836 $0 $0 $481,836 $0 $0 $0 0000030066 PU100 PUB UTIL 0167 PU WATER D WS FY03 Adds Other $1,182,245 2002 33 $447,820 1.99 $890,903 $0 $0 $890,903 $0 $0 $00000030067 PU100 PUB UTIL 0167 PU WATER D BAYMONT-ROUNDABOUT WTR LINE REPLACED $676,835 2003 33 $276,887 1.94 $537,961 $0 $0 $537,961 $0 $0 $0 0000030068 PU100 PUB UTIL 0167 PU WATER D KEENE RD DRUID TO SUNSET WTR LINE $511,279 2003 33 $209,160 1.94 $406,374 $0 $0 $406,374 $0 $0 $00000030069 PU100 PUB UTIL 0153 PU RO 1 WS FY04 Rvrs Osmosis Pl - Rsvr 1 $7,248,943 2003 33 $2,965,477 1.94 $5,761,595 $0 $0 $0 $5,761,595 $0 $0 0000030070 PU100 PUB UTIL 0169 PU RECLAIM WS FY04 Clwtr Harbor Trans Mains $1,108,907 2003 33 $453,644 1.94 $881,380 $0 $0 $0 $0 $0 $881,380 0000030071 PU100 PUB UTIL 0160 PU WT 3 WS FY04 Disinfection Systems $911,206 2003 33 $372,766 1.94 $724,244 $0 $724,244 $0 $0 $0 $0 0000030072 PU100 PUB UTIL 0167 PU WATER D WS FY04 Adds Other $1,028,256 2003 33 $420,650 1.94 $817,277 $0 $0 $817,277 $0 $0 $0 0000030073 PU100 PUB UTIL 0169 PU RECLAIM RWS-UNDER HARBOR LINES $626,272 2004 33 $275,180 1.83 $503,047 $0 $0 $0 $0 $0 $503,0470000030074 PU100 PUB UTIL 0167 PU WATER D WS FY05 Palmetto St Imprv $612,797 2004 33 $269,259 1.83 $492,223 $0 $0 $492,223 $0 $0 $0 0000030075 PU100 PUB UTIL 0167 PU WATER D US19 S OF COACHMAN TO N OF SUNSET PT $756,927 2004 33 $332,589 1.83 $607,995 $0 $0 $607,995 $0 $0 $00000030076 PU100 PUB UTIL 0167 PU WATER D WS FY05 Adds Other $1,244,508 2004 33 $546,829 1.83 $999,640 $0 $0 $999,640 $0 $0 $0 0000030077 PU100 PUB UTIL 0000 UNASSIGNED WS FY06 Elevated Tank Upgrades $2,138,038 2005 33 $1,004,230 1.75 $1,754,191 $0 $0 $1,754,191 $0 $0 $0 0000030078 PU100 PUB UTIL 0167 PU WATER D WS FY06 Adds Other $1,137,307 2005 33 $534,190 1.75 $933,124 $0 $0 $933,124 $0 $0 $0 0000030079 PU100 PUB UTIL 0167 PU WATER D WS FY07 Wellfield Maximization $797,673 2006 33 $398,836 1.68 $669,260 $0 $0 $669,260 $0 $0 $0 0000030080 PU100 PUB UTIL 0167 PU WATER D WS FY07 02 to 05 Wtr Svc Lines $832,656 2006 33 $416,328 1.68 $698,611 $0 $0 $698,611 $0 $0 $00000030081 PU100 PUB UTIL 0167 PU WATER D WS FY07 Myrtle Ave Imprv $1,722,216 2006 33 $861,108 1.68 $1,444,966 $0 $0 $1,444,966 $0 $0 $0 0000030082 PU100 PUB UTIL 0167 PU WATER D WS FY07 06/07 Wtr Svc Lines $949,209 2006 33 $474,605 1.68 $796,402 $0 $0 $796,402 $0 $0 $00000030083 PU100 PUB UTIL 0167 PU WATER D WS FY07 Various at < $500,000 Ea $2,490,307 2006 33 $1,245,154 1.68 $2,089,407 $0 $0 $2,089,407 $0 $0 $0 0000030084 PU100 PUB UTIL 0167 PU WATER D WS FY08 Beach Walk $1,400,446 2007 33 $742,661 1.63 $1,212,460 $0 $0 $1,212,460 $0 $0 $0 0000030085 PU100 PUB UTIL 0167 PU WATER D WS FY08 Downtown Streetscape $523,170 2007 33 $277,439 1.63 $452,943 $0 $0 $452,943 $0 $0 $0 0000030086 PU100 PUB UTIL 0167 PU WATER D WS FY08 Water Main Phs 16-17-18 $2,312,189 2007 33 $1,226,161 1.63 $2,001,818 $0 $0 $2,001,818 $0 $0 $0 0000030087 PU100 PUB UTIL 0167 PU WATER D WS FY08 Various at < $500,000 ea $708,994 2007 33 $375,982 1.63 $613,824 $0 $0 $613,824 $0 $0 $00000030088 PU100 PUB UTIL 0167 PU WATER D CORONADO/S GULFVIEW WTR RELOCATION $810,967 2008 33 $454,633 1.57 $711,600 $0 $0 $711,600 $0 $0 $0 0000030089 PU100 PUB UTIL 0153 PU RO 1 RO#1 MEDIA FILTER #06-0051-UT $887,094 2008 33 $497,310 1.57 $778,399 $0 $0 $0 $778,399 $0 $00000030090 PU100 PUB UTIL 0167 PU WATER D WS FY09 Various at < $500,000 ea $1,373,555 2008 33 $770,024 1.57 $1,205,255 $0 $0 $1,205,255 $0 $0 $0 0000030091 PU100 PUB UTIL 0000 UNASSIGNED WWS Pre '86 Adds $54,208,459 1976 40 $0 5.42 $0 $0 $0 $0 $0 $0 $0 0000030092 PU100 PUB UTIL 0000 UNASSIGNED WWS FY86 Adds $4,253,276 1985 40 $265,830 3.10 $824,221 $0 $0 $0 $0 $824,221 $0 0000030093 PU100 PUB UTIL 0000 UNASSIGNED WWS FY87 Adds $3,138,640 1986 40 $274,631 3.03 $831,684 $0 $0 $0 $0 $831,684 $0 0000030094 PU100 PUB UTIL 0000 UNASSIGNED WWS FY88 Adds $2,695,617 1987 40 $303,257 2.95 $895,237 $0 $0 $0 $0 $895,237 $00000030095 PU100 PUB UTIL 0000 UNASSIGNED WWS FY89 Adds $497,322 1988 40 $68,382 2.88 $196,820 $0 $0 $0 $0 $196,820 $0 0000030096 PU100 PUB UTIL 0000 UNASSIGNED WWS FY90 Adds $1,612,595 1989 40 $262,047 2.82 $738,548 $0 $0 $0 $0 $738,548 $00000030097 PU100 PUB UTIL 0000 UNASSIGNED WWS FY92 Adds $1,463,876 1991 40 $311,074 2.69 $836,818 $0 $0 $0 $0 $836,818 $0 0000030098 PU100 PUB UTIL 0000 UNASSIGNED WWS FY93 Adds $5,089,073 1992 40 $1,208,655 2.61 $3,153,722 $0 $0 $0 $0 $3,153,722 $0 0000030099 PU100 PUB UTIL 0000 UNASSIGNED WWS FY94 Adds $3,311,494 1993 40 $869,267 2.50 $2,169,964 $0 $0 $0 $0 $2,169,964 $0 0000030100 PU100 PUB UTIL 0000 UNASSIGNED WWS FY95 Adds $1,174,463 1994 40 $337,658 2.41 $812,167 $0 $0 $0 $0 $812,167 $0 0000030101 PU100 PUB UTIL 0000 UNASSIGNED WWS FY96 Adds $3,145,771 1995 40 $983,054 2.38 $2,337,056 $0 $0 $0 $0 $2,337,056 $00000030102 PU100 PUB UTIL 0000 UNASSIGNED WWS FY97 Adds $484,296 1996 40 $163,450 2.31 $378,140 $0 $0 $0 $0 $378,140 $0 0000030103 PU100 PUB UTIL 0000 UNASSIGNED WWS FY98 Adds $342,186 1997 40 $124,043 2.23 $276,975 $0 $0 $0 $0 $276,975 $00000030104 PU100 PUB UTIL 0000 UNASSIGNED WWS FY99 Adds $477,820 1998 40 $185,155 2.20 $406,776 $0 $0 $0 $0 $406,776 $0 0000030105 PU100 PUB UTIL 0000 UNASSIGNED WWS FY00 Adds $328,629 1999 40 $135,560 2.15 $290,982 $0 $0 $0 $0 $290,982 $0 0000030106 PU100 PUB UTIL 0000 UNASSIGNED WWS FY02 Adds $907,395 2001 40 $419,670 2.05 $860,692 $0 $0 $0 $0 $860,692 $0 0000030107 PU100 PUB UTIL 0000 UNASSIGNED WWS FY03 Adds $1,249,744 2002 40 $609,251 1.99 $1,212,056 $0 $0 $0 $0 $1,212,056 $0 0000030108 PU100 PUB UTIL 0163 PU SEWER WWS FY04 Clwtr Harbor Force Mn $2,475,805 2003 40 $1,268,850 1.94 $2,465,236 $0 $0 $0 $0 $0 $2,465,2360000030109 PU100 PUB UTIL 0163 PU SEWER WWS FY04 Adds Other $652,929 2003 40 $334,626 1.94 $650,142 $0 $0 $0 $0 $0 $650,142 0000030110 PU100 PUB UTIL 0163 PU SEWER WWS FY05 Adds $1,890,459 2004 40 $1,016,122 1.83 $1,857,537 $0 $0 $0 $0 $0 $1,857,5370000030111 PU100 PUB UTIL 0163 PU SEWER WWS FY06 Adds $182,905 2005 40 $102,884 1.75 $179,719 $0 $0 $0 $0 $0 $179,719 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 0000030112 PU100 PUB UTIL 0163 PU SEWER WWS FY07 Adds $908,210 2006 40 $533,573 1.68 $895,353 $0 $0 $0 $0 $0 $895,353 0000030113 PU100 PUB UTIL 0163 PU SEWER WWS FY08 Adds $726,053 2007 40 $444,707 1.63 $726,024 $0 $0 $0 $0 $0 $726,024 0000030114 PU100 PUB UTIL 0163 PU SEWER BEACHWAL SEWER RELOCATIONS $1,231,553 2008 40 $785,115 1.57 $1,228,877 $0 $0 $0 $0 $1,228,877 $00000030115 PU100 PUB UTIL 0163 PU SEWER UPGRADE SS SYSTEM $503,812 2008 40 $321,180 1.57 $502,717 $0 $0 $0 $0 $0 $502,717 0000030116 PU100 PUB UTIL 0007 PU E WPC East AWT Facility Imprv 91 $15,495,741 1990 32 $0 2.75 $0 $0 $0 $0 $0 $0 $0 0000030117 PU100 PUB UTIL 0005 PU MARSHLL MS AWT Facility Imprv 91 $16,239,282 1990 32 $0 2.75 $0 $0 $0 $0 $0 $0 $00000030118 PU100 PUB UTIL 0079 PU NE PLT NE AWT Facility Imprv 91 $19,565,489 1990 32 $0 2.75 $0 $0 $0 $0 $0 $0 $00000030119 PU100 PUB UTIL 0005 PU MARSHLL MS AWT Facility Imprv 93 $625,695 1992 32 $29,329 2.61 $76,529 $0 $0 $0 $0 $0 $76,529 0000030120 PU100 PUB UTIL 0079 PU NE PLT NE Generator 93 $1,025,042 1992 32 $48,049 2.61 $125,373 ($37,148) $0 $0 $0 $0 $88,225 0000030121 PU100 PUB UTIL 0000 UNASSIGNED AWT Various @ < $500,00 Ea 93 $392,872 1992 32 $18,416 2.61 $48,052 $0 $0 $0 $0 $0 $48,0520000030122 PU100 PUB UTIL 0079 PU NE PLT NE Biosolids Imprv 94 $5,063,582 1993 32 $395,592 2.50 $987,523 ($292,599) $0 $0 $0 $0 $694,924 0000030123 PU100 PUB UTIL 0000 UNASSIGNED AWT Various @ < $500,00 Ea 95 $84,881 1994 32 $9,284 2.41 $22,331 $0 $0 $0 $0 $0 $22,331 0000030124 PU100 PUB UTIL 0079 PU NE PLT NE Influent Pumps & Piping 97 $700,000 1996 32 $120,312 2.31 $278,342 ($82,472) $0 $0 $0 $0 $195,8700000030125 PU100 PUB UTIL 0000 UNASSIGNED AWT Various @ < $500,000 Ea 98 $20,765 1997 32 $4,218 2.23 $9,418 $0 $0 $0 $0 $0 $9,4180000030126 PU100 PUB UTIL 0000 UNASSIGNED AWT Various @ < $500,000 Ea 02 $94,879 2001 32 $31,132 2.05 $63,848 $0 $0 $0 $0 $0 $63,848 0000030127 PU100 PUB UTIL 0000 UNASSIGNED AWT Various @ < $500,000 Ea 03 $432,163 2002 32 $155,309 1.99 $308,974 $0 $0 $0 $0 $0 $308,974 0000030128 PU100 PUB UTIL 0079 PU NE PLT NE CHLORINE CONTACT CHAMBER CCC $6,798,331 2003 32 $2,655,598 1.94 $5,159,535 ($1,528,751) $0 $0 $0 $0 $3,630,7840000030129 PU100 PUB UTIL 0079 PU NE PLT NE THICKENING & SLUDGE TANK $163,763 2003 32 $63,970 1.94 $124,286 ($36,826) $0 $0 $0 $0 $87,461 0000030130 PU100 PUB UTIL 0165 PU WET ADM E/MS/NE Scada 05 $1,123,001 2004 32 $473,766 1.83 $866,075 $0 $866,075 $0 $0 $0 $0 0000030131 PU100 PUB UTIL 0007 PU E WPC AWT Various @ < $500,000 Ea 05 $425,527 2004 32 $179,519 1.83 $328,173 $0 $0 $0 $0 $0 $328,1730000030132 PU100 PUB UTIL 0005 PU MARSHLL MS Blower/MCC Rplcmnt 06 $1,210,647 2005 32 $548,574 1.75 $958,251 $0 $0 $0 $0 $0 $958,2510000030133 PU100 PUB UTIL 0079 PU NE PLT NE SECURITY FENCING & BARRICADES $43,612 2005 32 $19,762 1.75 $34,520 ($10,228) $0 $0 $0 $0 $24,292 0000030134 PU100 PUB UTIL 0005 PU MARSHLL MS BIOSOLIDS/FIRST DIGESTER $2,831,168 2006 32 $1,371,347 1.68 $2,301,163 $0 $0 $0 $0 $0 $2,301,163 0000030135 PU100 PUB UTIL 0079 PU NE PLT NE BIOSOLIDS/FIRST DIGESTER $2,624,890 2006 32 $1,271,431 1.68 $2,133,501 ($632,148) $0 $0 $0 $0 $1,501,3530000030136 PU100 PUB UTIL 0005 PU MARSHLL MS Generator 07 $1,345,582 2006 32 $651,766 1.68 $1,093,684 $0 $0 $0 $0 $0 $1,093,684 0000030137 PU100 PUB UTIL 0079 PU NE PLT NE Biosolids Imprv 07 $678,253 2006 32 $328,529 1.68 $551,282 ($163,343) $0 $0 $0 $0 $387,939 0000030138 PU100 PUB UTIL 0005 PU MARSHLL MS Nitrate Rcycl Imprv 07 $1,505,875 2006 32 $729,408 1.68 $1,223,969 $0 $0 $0 $0 $0 $1,223,9690000030139 PU100 PUB UTIL 0079 PU NE PLT NE Filter Rehab 07 $1,646,044 2006 32 $797,303 1.68 $1,337,899 ($396,414) $0 $0 $0 $0 $941,4840000030140 PU100 PUB UTIL 0000 UNASSIGNED AWT Various @ < $500,000 Ea 07 $160,399 2006 32 $77,693 1.68 $130,372 $0 $0 $0 $0 $0 $130,372 0000030141 PU100 PUB UTIL 0005 PU MARSHLL MS Biosolids 08 $731,386 2007 32 $377,121 1.63 $615,684 $0 $0 $0 $0 $0 $615,684 0000030142 PU100 PUB UTIL 0005 PU MARSHLL MS Influent PStn Bypass Rehab 08 $1,273,484 2007 32 $656,640 1.63 $1,072,024 $0 $0 $0 $0 $0 $1,072,0240000030143 PU100 PUB UTIL 0079 PU NE PLT NE & MS ODOR CONTROL $1,140,847 2007 32 $588,249 1.63 $960,370 ($284,554) $0 $0 $0 $0 $675,816 0000030144 PU100 PUB UTIL 0005 PU MARSHLL WWTP Headworks 09 $6,214,175 2008 32 $3,398,377 1.57 $5,319,204 $0 $0 $0 $0 $0 $5,319,204 0000030145 PU100 PUB UTIL 0079 PU NE PLT MS/NE/E MISC UPGRADES $429,773 2008 32 $235,032 1.57 $367,876 ($109,000) $0 $0 $0 $0 $258,8760000030146 PU100 PUB UTIL 0000 UNASSIGNED PS/LS Marina 86 $30,000 1985 18 $0 3.10 $0 $0 $0 $0 $0 $0 $0 0000030147 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 93 $177,813 1992 18 $0 2.61 $0 $0 $0 $0 $0 $0 $0 0000030148 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 94 $47,193 1993 18 $0 2.50 $0 $0 $0 $0 $0 $0 $0 0000030149 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 00 $24,746 1999 18 $0 2.15 $0 $0 $0 $0 $0 $0 $00000030150 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Morton Plant #7 & #18 01 $668,301 2000 18 $0 2.09 $0 $0 $0 $0 $0 $0 $0 0000030151 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 01 $30,288 2000 18 $0 2.09 $0 $0 $0 $0 $0 $0 $0 0000030152 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 02 $16,360 2001 18 $0 2.05 $0 $0 $0 $0 $0 $0 $00000030153 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Sand Key #45 03 $907,273 2002 18 $0 1.99 $0 $0 $0 $0 $0 $0 $0 0000030154 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 03 $201,693 2002 18 $0 1.99 $0 $0 $0 $0 $0 $0 $0 0000030155 PU100 PUB UTIL 0179 PU LIFT ST PS/LS #11, #14 & #25 Imprv 04 $1,121,498 2003 18 $0 1.94 $0 $0 $0 $0 $0 $0 $0 0000030156 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 04 $496,765 2003 18 $0 1.94 $0 $0 $0 $0 $0 $0 $00000030157 PU100 PUB UTIL 0179 PU LIFT ST PS/LS #20 & #35 Imprv 05 $923,816 2004 18 $0 1.83 $0 $0 $0 $0 $0 $0 $0 0000030158 PU100 PUB UTIL 0179 PU LIFT ST PS/LS #24 & #40 Imprv 05 $604,773 2004 18 $0 1.83 $0 $0 $0 $0 $0 $0 $0 0000030159 PU100 PUB UTIL 0179 PU LIFT ST PS/LS #9 & #10 Imprv 05 $574,327 2004 18 $0 1.83 $0 $0 $0 $0 $0 $0 $00000030160 PU100 PUB UTIL 0179 PU LIFT ST LS #01,#22,#43,#37,#06 $1,589,428 2004 18 $0 1.83 $0 $0 $0 $0 $0 $0 $0 0000030161 PU100 PUB UTIL 0179 PU LIFT ST PS/LS #15 & #25 Imprv 06 $736,682 2005 18 $20,463 1.75 $35,746 $0 $0 $0 $0 $35,746 $0 0000030162 PU100 PUB UTIL 0179 PU LIFT ST PS/LS #55 Imprv 06 $708,925 2005 18 $19,692 1.75 $34,399 $0 $0 $0 $0 $34,399 $0 0000030163 PU100 PUB UTIL 0179 PU LIFT ST LS #06 & LS #12 $376,445 2005 18 $10,457 1.75 $18,266 $0 $0 $0 $0 $18,266 $00000030164 PU100 PUB UTIL 0179 PU LIFT ST LS #69 REHAB $33,058 2006 18 $2,755 1.68 $4,623 $0 $0 $0 $0 $4,623 $0 0000030165 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 08 $194,149 2007 18 $26,965 1.63 $44,023 $0 $0 $0 $0 $44,023 $0 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 0000030166 PU100 PUB UTIL 0179 PU LIFT ST PS/LS #58 Imprv 08 $1,540,851 2007 18 $214,007 1.63 $349,386 $0 $0 $0 $0 $349,386 $00000030167 PU100 PUB UTIL 0179 PU LIFT ST PS #16 Imprv 09 $1,905,551 2008 18 $370,524 1.57 $579,951 $0 $0 $0 $0 $579,951 $0 0000030168 PU100 PUB UTIL 0179 PU LIFT ST PS#19 Rehab 09 #06-0010-UT $661,552 2008 18 $128,635 1.57 $201,342 $0 $0 $0 $0 $201,342 $00000030169 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 09 $505,634 2008 18 $98,318 1.57 $153,889 $0 $0 $0 $0 $153,889 $0 0000030996 PU100 PUB UTIL 0169 PU RECLAIM RWS-Skycrest Storage&Pump07-0013-UT $2,850,858 2010 33 $1,763,788 1.48 $2,607,288 $0 $0 $0 $0 $0 $2,607,288 0000030997 PU100 PUB UTIL 0169 PU RECLAIM RWS-2010 items <$500K ea. $120,209 2010 33 $74,372 1.48 $109,939 $0 $0 $0 $0 $0 $109,939 0000030998 PU100 PUB UTIL 0159 PU RO 2 WS FY10 Rvrs Osmosis Pl 06-0055-UT $1,408,273 2010 33 $871,280 1.48 $1,287,954 $0 $0 $0 $1,287,954 $0 $0 0000030999 PU100 PUB UTIL 0167 PU WATER D WS FY10 Various at < $500,000 ea $406,147 2010 33 $251,278 1.48 $371,447 $0 $0 $371,447 $0 $0 $00000031000 PU100 PUB UTIL 0163 PU SEWER WWS FY10<$500,000 Ea. $466,779 2010 40 $319,938 1.48 $472,943 $0 $0 $0 $0 $0 $472,943 0000031001 PU100 PUB UTIL 0005 PU MARSHLL MS APCF Process Air Sys Upgr 10 $3,546,844 2010 32 $2,152,121 1.48 $3,181,334 $0 $0 $0 $0 $0 $3,181,3340000031003 PU100 PUB UTIL 0179 PU LIFT ST PS/LS Various @ < $500,000 Ea 10 $365,205 2010 18 $109,900 1.48 $162,457 $0 $0 $0 $0 $162,457 $0 0000031022 PU100 PUB UTIL 0169 PU RECLAIM RWS-Skycrest($5,436,824)#07-0013-UT $5,428,060 2010 33 $3,371,977 1.48 $4,984,564 $0 $0 $0 $0 $0 $4,984,564 0000031023 PU100 PUB UTIL 0169 PU RECLAIM RWS - Morningside#05-0022-UT $2,737,851 2010 33 $1,700,786 1.48 $2,514,156 $0 $0 $0 $0 $0 $2,514,156 0000031024 PU100 PUB UTIL 0169 PU RECLAIM RWS-Coachman/Chautauqua#07-0053-UT $3,281,365 2010 33 $2,038,424 1.48 $3,013,263 $0 $0 $0 $0 $0 $3,013,263 0000031025 PU100 PUB UTIL 0160 PU WT 3 Wellfield Exp Res#3 PH II#04-0049-UT $2,840,913 2010 33 $1,764,810 1.48 $2,608,798 $0 $2,608,798 $0 $0 $0 $00000031026 PU100 PUB UTIL 0153 PU RO 1 RO Plant Expansion Res#1#04-0049-UT $3,592,500 2010 33 $2,231,704 1.48 $3,298,976 $0 $0 $0 $3,298,976 $0 $0 0000031027 PU100 PUB UTIL 0167 PU WATER D WS FY11 SYSTEM EXPANSION $162,827 2010 33 $101,150 1.48 $149,524 $0 $0 $149,524 $0 $0 $00000031028 PU100 PUB UTIL 0179 PU LIFT ST LS#4 CONVERT TO GRAVITY 03-0037-UT $268,276 2010 40 $184,440 1.48 $272,644 $0 $0 $0 $0 $272,644 $0 0000031029 PU100 PUB UTIL 0005 PU MARSHLL Generator Repl Phase II#07-0032-UT $1,285,398 2010 32 $783,289 1.48 $1,157,883 $0 $0 $0 $0 $0 $1,157,883 0000031030 PU100 PUB UTIL 0005 PU MARSHLL MS & E CHLORINE & SULFUR DIOXIDE $1,359,383 2010 32 $828,374 1.48 $1,224,529 $0 $0 $0 $0 $0 $1,224,529 0000031031 PU100 PUB UTIL 0005 PU MARSHLL MS TRANSDUCERS LIQUID DISINFECTION $6,186 2010 32 $3,770 1.48 $5,573 $0 $0 $0 $0 $0 $5,573 0000031032 PU100 PUB UTIL 0179 PU LIFT ST LIFT STATION REPLACEMENTS $60,752 2010 18 $18,563 1.48 $27,441 $0 $0 $0 $0 $27,441 $00000031110 PU100 PUB UTIL 0167 PU WATER D Hydra-Stop Dbl Line Stop Equipment $39,623 2011 10 $0 1.43 $0 $0 $0 $0 $0 $0 $0 0000031255 PU100 PUB UTIL 0153 PU RO 1 Sampler 900Max Portable $6,054 2010 5 $0 1.48 $0 $0 $0 $0 $0 $0 $00000031581 PU100 PUB UTIL 0157 PU IND PRT 900MAX Portable Sampler Controller $9,328 2011 5 $0 1.43 $0 $0 $0 $0 $0 $0 $0 0000031830 PU100 PUB UTIL 0166 PU LAB Horizon Extractor System $32,363 2012 10 $0 1.40 $0 $0 $0 $0 $0 $0 $0 0000032115 PU100 PUB UTIL 0166 PU LAB MASS SPECTROMETER $91,773 2012 10 $0 1.40 $0 $0 $0 $0 $0 $0 $0 0000032180 PU100 PUB UTIL 0157 PU IND PRT FUJI PORTAFLOW-C FLOW METER $6,149 2013 5 $0 1.36 $0 $0 $0 $0 $0 $0 $0 0000032201 PU100 PUB UTIL 0169 PU RECLAIM DOWNTOWN STREETSCAPE PH 2 08-0055-EN $51,295 2011 33 $33,420 1.43 $47,926 $0 $0 $0 $0 $0 $47,9260000032202 PU100 PUB UTIL 0169 PU RECLAIM GLEN OAKS & PALMETTO RCW#08-0043-UT $3,711,555 2011 33 $2,418,134 1.43 $3,467,791 $0 $0 $0 $0 $0 $3,467,791 0000032203 PU100 PUB UTIL 0169 PU RECLAIM SKYCREST RCW 10-0040-UT $1,188,533 2011 33 $774,347 1.43 $1,110,474 $0 $0 $0 $0 $0 $1,110,4740000032204 PU100 PUB UTIL 0169 PU RECLAIM CHAUTAUQUALAKE ESTATE RCW#10-0041-UT $268,673 2011 33 $175,044 1.43 $251,027 $0 $0 $0 $0 $0 $251,027 0000032205 PU100 PUB UTIL 0169 PU RECLAIM SKYCREST CSX KEENE RD 10-0026-UT $226,249 2011 33 $147,404 1.43 $211,389 $0 $0 $0 $0 $0 $211,389 0000032206 PU100 PUB UTIL 0169 PU RECLAIM SKYCREST GREENLEA 10-0038-UT $1,544,100 2011 33 $1,006,005 1.43 $1,442,688 $0 $0 $0 $0 $0 $1,442,688 0000032207 PU100 PUB UTIL 0169 PU RECLAIM CAPITALIZED INTEREST FY 2012 $122,501 2011 33 $79,811 1.43 $114,455 $0 $0 $0 $0 $0 $114,455 0000032208 PU100 PUB UTIL 0167 PU WATER D DOWNTOWN STREETSCAPE PH 2 08-0055-EN $306,812 2011 33 $199,893 1.43 $286,661 $0 $0 $286,661 $0 $0 $0 0000032209 PU100 PUB UTIL 0160 PU WT 3 RESERVOIR 3 HYPPOCHLORITE TANK $22,900 2011 33 $14,920 1.43 $21,396 $0 $21,396 $0 $0 $0 $0 0000032210 PU100 PUB UTIL 0153 PU RO 1 RO PLANT 1 HYPOCHLORITE STORAGETANK $21,200 2011 33 $13,812 1.43 $19,808 $0 $0 $0 $19,808 $0 $00000032211 PU100 PUB UTIL 0153 PU RO 1 RO PLANT 1 FIBER OPTICS $26,460 2011 33 $17,239 1.43 $24,722 $0 $0 $0 $24,722 $0 $0 0000032212 PU100 PUB UTIL 0167 PU WATER D SYSTEM EXPANSION $110,092 2011 33 $71,727 1.43 $102,862 $0 $0 $102,862 $0 $0 $0 0000032213 PU100 PUB UTIL 0167 PU WATER D CONTRIBUTED UTILITIES $181,500 2011 33 $118,250 1.43 $169,580 ($169,580) $0 $0 $0 $0 $0 0000032214 PU100 PUB UTIL 0167 PU WATER D CAPITALIZED INTEREST $24,000 2011 33 $15,636 1.43 $22,423 $0 $0 $22,423 $0 $0 $0 0000032215 PU100 PUB UTIL 0163 PU SEWER DOWNTOWN STREETSCAPE PH 2 08-0055-EN $79,660 2011 40 $56,758 1.43 $81,395 $0 $0 $0 $0 $81,395 $0 0000032216 PU100 PUB UTIL 0163 PU SEWER CAPITALIZED INTEREST FY 2012 $16,466 2011 40 $11,732 1.43 $16,825 $0 $0 $0 $0 $8,413 $8,413 0000032217 PU100 PUB UTIL 0005 PU MARSHLL MS SCREW PUMP STATION REPLACEMENT $1,800,372 2011 32 $1,153,363 1.43 $1,654,012 $0 $0 $0 $0 $0 $1,654,0120000032218 PU100 PUB UTIL 0079 PU NE PLT NE PICKET THICKNER & SCUM#09-0040-UT $363,002 2011 32 $232,548 1.43 $333,492 ($98,812) $0 $0 $0 $0 $234,679 0000032219 PU100 PUB UTIL 0079 PU NE PLT NE FILTER BLD FUELTANK UPGRADE G1400 $9,640 2011 32 $6,176 1.43 $8,856 ($2,624) $0 $0 $0 $0 $6,2320000032220 PU100 PUB UTIL 0000 UNASSIGNED NE/MS/E INDOOR OUTDOOR LIGHTING $131,366 2011 32 $84,156 1.43 $120,687 $0 $0 $0 $0 $0 $120,687 0000032221 PU100 PUB UTIL 0079 PU NE PLT NE MIXER REPLACEMENT 08-0048-UT $1,085,625 2011 32 $695,478 1.43 $997,370 ($295,517) $0 $0 $0 $0 $701,853 0000032222 PU100 PUB UTIL 0079 PU NE PLT NE CLARFIER #1-#4 10-0023-UT $1,514,431 2011 32 $970,183 1.43 $1,391,316 ($412,242) $0 $0 $0 $0 $979,075 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 0000032223 PU100 PUB UTIL 0005 PU MARSHLL MS APCF STORAGE FACILITY#11-0036-UT $170,604 2011 32 $109,293 1.43 $156,735 $0 $0 $0 $0 $0 $156,735 0000032224 PU100 PUB UTIL 0007 PU E WPC E ANOXIC TANK #09-0007-UT $2,295,505 2011 32 $1,470,558 1.43 $2,108,893 $0 $0 $0 $0 $0 $2,108,893 0000032225 PU100 PUB UTIL 0000 UNASSIGNED CAPITALIZED INTEREST FY 2013 $114,404 2011 32 $73,290 1.43 $105,103 $0 $0 $0 $0 $0 $105,103 0000032256 PU100 PUB UTIL 0157 PU IND PRT SIGMA MODEL 950 AV OPTIFLOW FLOWMTR $12,164 2012 10 $0 1.40 $0 $0 $0 $0 $0 $0 $0 0000032289 PU100 PUB UTIL 0167 PU WATER D MULLER H-614 AIR POWER $5,400 2013 5 $0 1.36 $0 $0 $0 $0 $0 $0 $0 000003239300 PU100 PUB UTIL 0157 PU IND PRT LINKO FOG TRACK DISPOSAL PORTAL $32,148 2014 3 $0 1.33 $0 $0 $0 $0 $0 $0 $0 0000032412 PU100 PUB UTIL 0153 PU RO 1 SID LICKTON PARK WATER & SEWER $63,221 2012 999 $63,221 1.12 $70,813 $0 $0 $0 $70,813 $0 $0 0000032413 PU100 PUB UTIL 0169 PU RECLAIM CLEARWATER HARBOR RCW #10-0008-UT $1,826,235 2012 33 $1,245,160 1.40 $1,739,934 $0 $0 $0 $0 $0 $1,739,934 0000032416 PU100 PUB UTIL 0165 PU WET ADM CAPITALIZED INTEREST FISCAL 2013 $30,286 2012 32 $20,348 1.40 $28,434 $0 $28,434 $0 $0 $0 $0 0000032417 PU100 PUB UTIL 0079 PU NE PLT NE ODOR CONTROL #09-0040-UT $900,945 2012 32 $605,323 1.40 $845,852 ($250,623) $0 $0 $0 $0 $595,229 0000032418 PU100 PUB UTIL 0000 UNASSIGNED LAND IMPROV GENERAL 2013 $3,363,513 2012 32 $2,259,860 1.40 $3,157,833 $0 $0 $0 $0 $0 $3,157,8330000032419 PU100 PUB UTIL 0005 PU MARSHLL MS MIXER REPLACEMENT #08-0048-UT $952,862 2012 32 $640,204 1.40 $894,595 $0 $0 $0 $0 $0 $894,595 0000032420 PU100 PUB UTIL 0163 PU SEWER CAPITALIZED INTEREST FY 2013 $177,582 2012 40 $130,967 1.40 $183,007 $0 $0 $0 $0 $91,504 $91,5040000032421 PU100 PUB UTIL 0163 PU SEWER DEVELOPER CONTRIBUTION CAP FY13 $180,493 2012 40 $133,113 1.40 $186,007 ($186,007)$0 $0 $0 $0 $0 0000032422 PU100 PUB UTIL 0000 UNASSIGNED LAND IMPROV GENERAL FY 2013 $439,863 2012 40 $324,399 1.40 $453,301 $0 $0 $0 $0 $0 $453,3010000032423 PU100 PUB UTIL 0167 PU WATER D CAPITALIZED INTEREST FISCAL YR 2013 $124,125 2012 33 $84,630 1.40 $118,259 $0 $0 $118,259 $0 $0 $0 0000032424 PU100 PUB UTIL 0159 PU RO 2 WELLFIELD MONITORING#12-0012-UT $286,021 2012 33 $195,014 1.40 $272,505 $0 $0 $0 $272,505 $0 $00000032425 PU100 PUB UTIL 0167 PU WATER D ABBEY LAKE WM EXT#12-0022-UT $117,337 2012 33 $80,002 1.40 $111,792 $0 $0 $111,792 $0 $0 $0 0000032426 PU100 PUB UTIL 0159 PU RO 2 RO2 INJECTION WELL $1,053,051 2012 33 $717,990 1.40 $1,003,288 $0 $0 $0 $1,003,288 $0 $00000032427 PU100 PUB UTIL 0167 PU WATER D CONTRIBUTION CAP-DEVLPR 2013 $429,903 2012 33 $293,115 1.40 $409,587 ($409,587) $0 $0 $0 $0 $0 0000032428 PU100 PUB UTIL 0169 PU RECLAIM CAPITALIZED INTEREST FISCAL 2013 $40,452 2012 33 $27,581 1.40 $38,540 $0 $0 $0 $0 $0 $38,540 0000032439 PU100 PUB UTIL 0166 PU LAB ICP-MS SYSTEM FOR THE LAB $138,199 2013 5 $0 1.36 $0 $0 $0 $0 $0 $0 $0 0000032492 PU100 PUB UTIL 0164 PU MAINT INFRARED CAMERA $8,215 2014 5 $0 1.33 $0 $0 $0 $0 $0 $0 $0 0000032531 PU100 PUB UTIL 0162 PU ADMIN SPEAKERSYSTEM $6,639 2014 3 $0 1.33 $0 $0 $0 $0 $0 $0 $0 0000032609 PU100 PUB UTIL 0007 PU E WPC HISTORIAN SOFTWARE E $6,624 2014 3 $0 1.33 $0 $0 $0 $0 $0 $0 $0 0000032610 PU100 PUB UTIL 0005 PU MARSHLL HISTORIAN SOFTWARE MS $6,624 2014 3 $0 1.33 $0 $0 $0 $0 $0 $0 $0 0000032611 PU100 PUB UTIL 0079 PU NE PLT HISTORIAN SOFTWARE NE $6,624 2014 3 $0 1.33 $0 $0 $0 $0 $0 $0 $0 0000032615 PU100 PUB UTIL 0166 PU LAB PC-BOD WITH AUTOMAX 122 SAMPLER $38,235 2014 5 $0 1.33 $0 $0 $0 $0 $0 $0 $0000003261500 PU100 PUB UTIL 0166 PU LAB PC-BOD WITH AUTOMAX 122 SAMPLER $7,781 2014 5 $0 1.33 $0 $0 $0 $0 $0 $0 $0 0000032626 PU100 PUB UTIL 0164 PU MAINT FALL RETRIEVAL EQUIPMENT $5,391 2013 5 $0 1.36 $0 $0 $0 $0 $0 $0 $00000032655 PU100 PUB UTIL 0163 PU SEWER RESCUE SYSTEM CONFINED SPACE $6,162 2014 5 $0 1.33 $0 $0 $0 $0 $0 $0 $0 0000032811 PU100 PUB UTIL 0157 PU IND PRT LINKO SAMPLING DATABASE $6,605 2014 3 $0 1.33 $0 $0 $0 $0 $0 $0 $00000032880 PU100 PUB UTIL 0169 PU RECLAIM RADIODETECTION 8000 PDL $6,827 2015 5 $0 1.30 $0 $0 $0 $0 $0 $0 $0 0000032913 PU100 PUB UTIL 0169 PU RECLAIM RECLAIMED WATER SYS FY14 ADDS $28,535 2013 33 $20,320 1.36 $27,685 $0 $0 $0 $0 $0 $27,6850000032914 PU100 PUB UTIL 0153 PU RO 1 R01 EXPANSION 2014 #09-0018-UT $11,524,521 2013 33 $8,206,856 1.36 $11,181,416 $0 $0 $0 $11,181,416 $0 $0 0000032915 PU100 PUB UTIL 0159 PU RO 2 RO#2#10-0033-UT & 09-0004-UT $4,890,186 2013 33 $3,482,405 1.36 $4,744,597 $0 $0 $0 $4,744,597 $0 $00000032916 PU100 PUB UTIL 0153 PU RO 1 CONTRIBUTED UTILITIES 2014 $724,226 2013 33 $515,737 1.36 $702,664 ($702,664) $0 $0 $0 $0 $0 0000032917 PU100 PUB UTIL 0159 PU RO 2 CAPITALIZED INTEREST FISCAL YR 2014 $449,888 2013 33 $320,375 1.36 $436,495 $0 $0 $0 $436,495 $0 $0 0000032918 PU100 PUB UTIL 0167 PU WATER D WS LAND IMPROVEMENTS 2014 $269,713 2013 33 $192,068 1.36 $261,683 $0 $0 $261,683 $0 $0 $0 0000032919 PU100 PUB UTIL 0179 PU LIFT ST LIFT STATION21 CONVERSION#08-0049-UT $42,350 2013 40 $32,291 1.36 $43,995 $0 $0 $0 $0 $43,995 $0 0000032959 PU100 PUB UTIL 0163 PU SEWER CONTRIBUTED UTILITES $229,275 2013 40 $174,822 1.36 $238,186 ($238,186) $0 $0 $0 $0 $0 0000032960 PU100 PUB UTIL 0163 PU SEWER CAPITALIZED INTEREST FY 2014 $144,269 2013 40 $110,005 1.36 $149,876 $0 $0 $0 $0 $74,938 $74,938 0000032961 PU100 PUB UTIL 0005 PU MARSHLL MARSHALL ST CLARIFIER#11-0053-UT $2,104,715 2013 32 $1,479,878 1.36 $2,016,257 $0 $0 $0 $0 $0 $2,016,257 0000032962 PU100 PUB UTIL 0079 PU NE PLT MS PRIMARY SLUDGE PUMP #06-0022-UT $2,687,514 2013 32 $1,889,658 1.36 $2,574,561 ($762,833) $0 $0 $0 $0 $1,811,728 0000032963 PU100 PUB UTIL 0079 PU NE PLT NORTHEAST CLARIFIER 1-4#10-0023-UT $40,629 2013 32 $28,567 1.36 $38,922 ($11,532) $0 $0 $0 $0 $27,3890000032964 PU100 PUB UTIL 0167 PU WATER D LAND IMPROVEMENTS GENERAL 2014 $179,703 2013 32 $126,354 1.36 $172,150 $0 $0 $172,150 $0 $0 $0 0000032965 PU100 PUB UTIL 0005 PU MARSHLL CAPITALIZED INTEREST FISCAL 2014 $30,436 2013 32 $21,400 1.36 $29,156 $0 $0 $0 $0 $0 $29,1560000032966 PU100 PUB UTIL 0179 PU LIFT ST PS/LIFT STATION #42 2014#10-0051-UT $765,689 2013 18 $361,575 1.36 $492,628 $0 $0 $0 $0 $492,628 $0 0000032967 PU100 PUB UTIL 0179 PU LIFT ST CAPITALIZED INTEREST 2014 $16,987 2013 18 $8,022 1.36 $10,929 $0 $0 $0 $0 $10,929 $00000032991 PU100 PUB UTIL 0166 PU LAB XCELVAP SYSTEM $8,500 2015 10 $1,558 1.30 $2,020 ($2,020) $0 $0 $0 $0 $0 0000033067 PU100 PUB UTIL 0164 PU MAINT WIRELESS LASER ALIGNMENT $13,558 2015 5 $0 1.30 $0 $0 $0 $0 $0 $0 $00000033072 PU100 PUB UTIL 0164 PU MAINT FLOW METER $9,204 2015 5 $0 1.30 $0 $0 $0 $0 $0 $0 $0 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 0000033074 PU100 PUB UTIL 0167 PU WATER D TRENCHBOX $56,438 2015 5 $0 1.30 $0 $0 $0 $0 $0 $0 $00000033130 PU100 PUB UTIL 0167 PU WATER D VEX400 VALVE EXERCISER (HANDHELD) $5,145 2015 5 $0 1.30 $0 $0 $0 $0 $0 $0 $0 0000033217 PU100 PUB UTIL 0163 PU SEWER ROOT CUTTER $9,949 2015 5 $0 1.30 $0 $0 $0 $0 $0 $0 $00000033248 PU100 PUB UTIL 0163 PU SEWER PRO SCOUT MP 20/20 LATERAL G3971 $7,670 2015 5 $0 1.30 $0 $0 $0 $0 $0 $0 $0 0000033282 PU100 PUB UTIL 0169 PU RECLAIM QUANTUM IMAGER TRIPLE W/TABLETGETAC $20,060 2015 5 $0 1.30 $0 $0 $0 $0 $0 $0 $0 0000033422 PU100 PUB UTIL 0166 PU LAB DIONEX ICS 2100 CHROMATOGRAP $67,253 2015 10 $17,934 1.30 $23,243 $0 $23,243 $0 $0 $0 $0 0000033424 PU100 PUB UTIL 0153 PU RO 1 ARSENIC ANALYZER $33,950 2015 10 $9,053 1.30 $11,733 ($11,733) $0 $0 $0 $0 $0 0000033460 PU100 PUB UTIL 0005 PU MARSHLL LIMS DATABASE DEVELOPMENT NE/E/MS $59,116 2015 3 $0 1.30 $0 $0 $0 $0 $0 $0 $00000033461 PU100 PUB UTIL 0159 PU RO 2 RO#2 OPD-GENERATOR SYSTEMS $2,046,238 2015 10 $494,508 1.30 $640,898 $0 $0 $0 $640,898 $0 $0 0000033462 PU100 PUB UTIL 0159 PU RO 2 RO#2 OPD IRON TREATMENT SYSTEM $645,000 2015 10 $155,875 1.30 $202,019 $0 $0 $0 $202,019 $0 $00000033463 PU100 PUB UTIL 0159 PU RO 2 RO#2 OPD-RO SKIDS $1,326,663 2015 10 $320,610 1.30 $415,522 $0 $0 $0 $415,522 $0 $0 0000033464 PU100 PUB UTIL 0159 PU RO 2 RO#2 ODP STANDBY POWER GENERATOR $408,585 2015 10 $98,741 1.30 $127,972 $0 $0 $0 $127,972 $0 $0 0000033465 PU100 PUB UTIL 0159 PU RO 2 RO#2 ATS $31,136 2015 10 $7,524 1.30 $9,752 ($9,752) $0 $0 $0 $0 $0 0000033466 PU100 PUB UTIL 0159 PU RO 2 R#2 ODP CHEMICAL FEED PUMP $166,000 2015 10 $40,117 1.30 $51,993 $0 $0 $0 $51,993 $0 $0 0000033467 PU100 PUB UTIL 0159 PU RO 2 RO#2 ODP SS CARTRIDGE FILTER HOUSIN $117,087 2015 10 $28,296 1.30 $36,673 $0 $0 $0 $36,673 $0 $00000033468 PU100 PUB UTIL 0159 PU RO 2 RO#2 ODP-FUEL STORAGE TANK $68,255 2015 10 $16,495 1.30 $21,378 $0 $0 $0 $21,378 $0 $0 0000033469 PU100 PUB UTIL 0159 PU RO 2 RO#2 ODP-HIGH SERVICE/TRANSFER PUMP $432,061 2015 10 $104,415 1.30 $135,325 $0 $0 $0 $135,325 $0 $00000033470 PU100 PUB UTIL 0159 PU RO 2 RO#2 ODP HP FEED PUMPS $638,693 2015 10 $154,351 1.30 $200,044 $0 $0 $0 $200,044 $0 $0 0000033471 PU100 PUB UTIL 0166 PU LAB LAB-FLOW ANALYZER SYSTEM $51,385 2015 10 $12,418 1.30 $16,094 $0 $16,094 $0 $0 $0 $0 0000033472 PU100 PUB UTIL 0007 PU E WPC NE/E ATI CL2 ANALYZERS $23,565 2015 10 $5,695 1.30 $7,381 ($7,381) $0 $0 $0 $0 $0 0000033473 PU100 PUB UTIL 0159 PU RO 2 REVERSE OSMOSIS PLANT#2 #10-0039-UT $20,443,951 2015 33 $15,745,972 1.30 $20,407,310 $0 $0 $0 $20,407,310 $0 $0 0000033474 PU100 PUB UTIL 0167 PU WATER D SYSTEM EXPANSION $154,960 2015 33 $119,351 1.30 $154,682 $0 $0 $154,682 $0 $0 $00000033475 PU100 PUB UTIL 0153 PU RO 1 REVERSE OSMOSIS PLANT#1 #09-0018-UT $152,626 2015 33 $117,553 1.30 $152,353 $0 $0 $0 $152,353 $0 $0 000003347500 PU100 PUB UTIL 0153 PU RO 1 RO PLANT EXPANSION RES#1#09-0018-UT $503,667 2019 30 $444,906 1.15 $512,952 $0 $0 $0 $512,952 $0 $00000033476 PU100 PUB UTIL 0159 PU RO 2 INJECTION WELL FOR RO 2#09-0004-UT $21,109 2015 33 $16,258 1.30 $21,071 $0 $0 $0 $21,071 $0 $0 0000033477 PU100 PUB UTIL 0159 PU RO 2 CONCENTRATE WELL FOR RO 2#10-0033-UT $34,830 2015 33 $26,826 1.30 $34,768 $0 $0 $0 $34,768 $0 $0 0000033478 PU100 PUB UTIL 0159 PU RO 2 BRACKISH WELLFIELD RO#2#10-0039-UT $2,259,261 2015 33 $1,740,088 1.30 $2,255,212 $0 $0 $0 $2,255,212 $0 $0 0000033479 PU100 PUB UTIL 0159 PU RO 2 RWM CONSTRUCTION RO#2#10-0039-UT $7,377,888 2015 33 $5,682,464 1.30 $7,364,664 $0 $0 $0 $7,364,664 $0 $0 0000033480 PU100 PUB UTIL 0153 PU RO 1 UPGRADE HYPOCHLORITE AMMONIA RO#1 $68,863 2015 33 $53,038 1.30 $68,739 $0 $0 $0 $68,739 $0 $00000033481 PU100 PUB UTIL 0167 PU WATER D CONTRIBUTED UTILITIES $146,727 2015 33 $113,009 1.30 $146,464 ($146,464) $0 $0 $0 $0 $0 0000033489 PU100 PUB UTIL 0159 PU RO 2 CAPITALIZED INTEREST 2015 $616,204 2015 33 $474,602 1.30 $615,100 $0 $0 $0 $615,100 $0 $00000033490 PU100 PUB UTIL 0159 PU RO 2 CAPITALIZED INTEREST 2015#10-0039-UT $54,616 2015 33 $42,065 1.30 $54,518 $0 $0 $0 $54,518 $0 $0 0000033491 PU100 PUB UTIL 0169 PU RECLAIM CAPITALIZED INTEREST 2015 $428 2015 33 $329 1.30 $427 $0 $0 $0 $0 $0 $427 0000033492 PU100 PUB UTIL 0163 PU SEWER IDLEWILD (AREA 8)#10-0034-UT $6,214,683 2015 40 $5,036,483 1.30 $6,527,451 $0 $0 $0 $0 $6,527,451 $0 0000033493 PU100 PUB UTIL 0163 PU SEWER EDGEWOOD DR SS#10-0027-UT $1,463,201 2015 40 $1,185,803 1.30 $1,536,840 $0 $0 $0 $0 $1,536,840 $0 0000033494 PU100 PUB UTIL 0163 PU SEWER CONTRIBUTED UTILITIES 2015 $15,540 2015 40 $12,594 1.30 $16,322 ($16,322) $0 $0 $0 $0 $0 0000033495 PU100 PUB UTIL 0163 PU SEWER CAPITALIZED INTEREST 2015 $188,022 2015 40 $152,376 1.30 $197,484 $0 $0 $0 $0 $98,742 $98,742 0000033496 PU100 PUB UTIL 0079 PU NE PLT NE SCREW LIFT STATION#12-0017-UT $2,403,822 2015 32 $1,834,166 1.30 $2,377,141 ($704,338) $0 $0 $0 $0 $1,672,803000003349600 PU100 PUB UTIL 0079 PU NE PLT NE SCREW LIFT STATION#12-0017 UT $45,685 2015 32 $34,858 1.30 $45,178 ($13,386) $0 $0 $0 $0 $31,792 0000033497 PU100 PUB UTIL 0005 PU MARSHLL MS CHLORINE CHAMBER TANK#12-0007-UT $867,544 2015 32 $661,954 1.30 $857,915 $0 $0 $0 $0 $0 $857,915 0000033498 PU100 PUB UTIL 0079 PU NE PLT CAPITALIZED INTEREST FY 2015 $59,183 2015 32 $45,158 1.30 $58,526 ($17,341) $0 $0 $0 $0 $41,185 0000033499 PU100 PUB UTIL 0179 PU LIFT ST LS#29 $36,683 2015 18 $21,229 1.30 $27,513 $0 $0 $0 $0 $27,513 $0 0000033500 PU100 PUB UTIL 0179 PU LIFT ST CAPITALIZED INTEREST 2015 $861 2015 18 $498 1.30 $646 $0 $0 $0 $0 $646 $0 0000033501 PU100 PUB UTIL 0007 PU E WPC EAST PLANT BACKUP GENERATOR $1,504,785 2015 10 $363,656 1.30 $471,311 $0 $0 $0 $0 $0 $471,311 000003350100 PU100 PUB UTIL 0007 PU E WPC E GENERATOR $40,491 2016 10 $13,834 1.26 $17,404 ($17,404) $0 $0 $0 $0 $00000033502 PU100 PUB UTIL 0166 PU LAB MS UPS INSTRUMENT $237,090 2015 10 $57,297 1.30 $74,259 $0 $74,259 $0 $0 $0 $0 0000033513 PU100 PUB UTIL 0005 PU MARSHLL MARSHALL ST PRIMARY SLUDGE PUMP $176,554 2015 32 $134,714 1.30 $174,594 $0 $0 $0 $0 $0 $174,5940000033552 PU100 PUB UTIL 0166 PU LAB GAS CHROMATOGRAPH/MASS $72,376 2016 10 $20,507 1.26 $25,798 $0 $25,798 $0 $0 $0 $0 0000033637 PU100 PUB UTIL 0166 PU LAB ATOMX 115V AUTOMATED SAMPLE $32,896 2016 10 $9,869 1.26 $12,416 ($12,416) $0 $0 $0 $0 $0 0000033737 PU100 PUB UTIL 0164 PU MAINT REAL TIME USB SIGNAL ANALYZER $10,745 2016 5 $0 1.26 $0 $0 $0 $0 $0 $0 $0 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 0000033885 PU100 PUB UTIL 0169 PU RECLAIM RCW WATER DISTR SYS PH1#13-0052-UT $1,421,238 2016 33 $1,137,708 1.26 $1,431,303 $0 $0 $0 $0 $0 $1,431,3030000033886 PU100 PUB UTIL 0169 PU RECLAIM CAP INT 2016 $35,104 2016 33 $28,101 1.26 $35,352 $0 $0 $0 $0 $0 $35,352 0000033888 PU100 PUB UTIL 0153 PU RO 1 R01 HSPS ELECTRICIAL #14-0024-UT $304,853 2016 33 $244,036 1.26 $307,012 $0 $0 $0 $307,012 $0 $00000033889 PU100 PUB UTIL 0159 PU RO 2 RCW MISSN HILLS TO RO@PH2#14-0038-UT $278,569 2016 33 $222,996 1.26 $280,542 $0 $0 $0 $280,542 $0 $0 0000033890 PU100 PUB UTIL 0167 PU WATER D SYSTEM EXPANSION $153,764 2016 33 $123,089 1.26 $154,854 $0 $0 $154,854 $0 $0 $0 0000033891 PU100 PUB UTIL 0153 PU RO 1 IPP MONITOR RO1 EXPANSION#15-0011-UT $236,995 2016 33 $189,716 1.26 $238,673 $0 $0 $0 $238,673 $0 $0 0000033892 PU100 PUB UTIL 0167 PU WATER D CONTRIBUTED UTILITIES $155,810 2016 33 $124,726 1.26 $156,913 ($156,913) $0 $0 $0 $0 $0 0000033893 PU100 PUB UTIL 0167 PU WATER D CAP INT 2016 $25,822 2016 33 $20,670 1.26 $26,005 $0 $0 $26,005 $0 $0 $00000033894 PU100 PUB UTIL 0163 PU SEWER IDLEWILD (AREA 8)#10-0034-UT $306,966 2016 40 $256,444 1.26 $322,622 $0 $0 $0 $0 $322,622 $0 0000033895 PU100 PUB UTIL 0163 PU SEWER CONTRIBUTED UTILITIES $65,023 2016 40 $54,321 1.26 $68,339 ($68,339) $0 $0 $0 $0 $00000033896 PU100 PUB UTIL 0163 PU SEWER CAP INT 2016 $40,373 2016 40 $33,729 1.26 $42,433 $0 $0 $0 $0 $21,216 $21,216 0000033897 PU100 PUB UTIL 0079 PU NE PLT NE CLARIFIER REHAB 5-8 #12-0025-UT $1,804,560 2016 32 $1,433,309 1.26 $1,803,186 ($534,277) $0 $0 $0 $0 $1,268,908 0000033898 PU100 PUB UTIL 0000 UNASSIGNED NE/MS PLC UPGRADE $89,248 2016 32 $70,887 1.26 $89,180 $0 $0 $0 $0 $0 $89,180 0000033899 PU100 PUB UTIL 0079 PU NE PLT CAP INT 2016 $25,216 2016 32 $20,028 1.26 $25,197 ($7,466) $0 $0 $0 $0 $17,731 0000034112 PU100 PUB UTIL 0163 PU SEWER SEWER LINE RAPID ASSESSMENT $23,587 2017 5 $0 1.21 $0 $0 $0 $0 $0 $0 $00000034116 PU100 PUB UTIL 0160 PU WT 3 2741 STATE RD 580 $442,442 2016 999 $442,442 0.87 $386,201 $0 $386,201 $0 $0 $0 $0 0000034120 PU100 PUB UTIL 0007 PU E WPC CONTAINER SPECIAL 20YD TUB STYLE HD $8,862 2017 10 $3,619 1.21 $4,384 ($4,384) $0 $0 $0 $0 $00000034175 PU100 PUB UTIL 0163 PU SEWER PSA-AV FLOWAV AREA VELOCITY $6,205 2017 5 $0 1.21 $0 $0 $0 $0 $0 $0 $0 0000034325 PU100 PUB UTIL 0079 PU NE PLT POWEREDGE R430 SERVER/INTEL XEON $5,406 2017 5 $0 1.21 $0 $0 $0 $0 $0 $0 $0 0000034326 PU100 PUB UTIL 0160 PU WT 3 POWEREDGE R430 SERVER/INTEL XEON $5,406 2017 5 $0 1.21 $0 $0 $0 $0 $0 $0 $0 0000034347 PU100 PUB UTIL 0167 PU WATER D CR193 WM EXT (16-0018) $71,157 2017 33 $59,118 1.21 $71,618 $0 $0 $71,618 $0 $0 $0 0000034348 PU100 PUB UTIL 0167 PU WATER D CAPINT (16-0018) $1,593 2017 33 $1,323 1.21 $1,603 $0 $0 $1,603 $0 $0 $00000034349 PU100 PUB UTIL 0167 PU WATER D FY17 CONTRIBUTED UTILITIES $121,292 2017 33 $100,770 1.21 $122,077 ($122,077) $0 $0 $0 $0 $0 0000034350 PU100 PUB UTIL 0079 PU NE PLT CR193 SS EXT (13-0049NE) $917,258 2017 40 $789,224 1.21 $956,102 ($283,289) $0 $0 $0 $0 $672,8120000034351 PU100 PUB UTIL 0079 PU NE PLT CAPINT (13-0049NE) $17,144 2017 40 $14,751 1.21 $17,870 ($5,295) $0 $0 $0 $0 $12,575 0000034353 PU100 PUB UTIL 0005 PU MARSHLL CR193 SS EXT (13-0049MS) $945,054 2017 40 $813,140 1.21 $985,074 $0 $0 $0 $0 $0 $985,074 0000034354 PU100 PUB UTIL 0005 PU MARSHLL CAPINT (13-0049MS) $17,663 2017 40 $15,198 1.21 $18,411 $0 $0 $0 $0 $0 $18,411 0000034355 PU100 PUB UTIL 0007 PU E WPC CR193 SS EXT(13-0049E) $917,258 2017 40 $789,224 1.21 $956,102 $0 $0 $0 $0 $0 $956,102 0000034356 PU100 PUB UTIL 0007 PU E WPC CAPINT (13-0049E) $17,144 2017 40 $14,751 1.21 $17,870 $0 $0 $0 $0 $0 $17,8700000034357 PU100 PUB UTIL 0163 PU SEWER FY17 CONTRIBUTED UTILITIES $89,420 2017 40 $76,939 1.21 $93,207 ($93,207) $0 $0 $0 $0 $0 0000034358 PU100 PUB UTIL 0079 PU NE PLT NE METHANE CAPTURE REUSE (08-0048) $2,479,800 2017 32 $2,047,126 1.21 $2,479,980 ($734,809) $0 $0 $0 $0 $1,745,1710000034359 PU100 PUB UTIL 0079 PU NE PLT COGENERATION UNIT (08-0048) $641,760 2017 32 $529,786 1.21 $641,807 ($190,165) $0 $0 $0 $0 $451,642 0000034360 PU100 PUB UTIL 0079 PU NE PLT NE ODP DIGESTER GAS FUEL SYSTEM $329,402 2017 32 $271,928 1.21 $329,426 ($97,608) $0 $0 $0 $0 $231,818 0000034403 PU100 PUB UTIL 0166 PU LAB LANCER 1600 WASHER PACKAGE $58,550 2017 10 $27,323 1.21 $33,101 $0 $33,101 $0 $0 $0 $0 0000034432 PU100 PUB UTIL 0169 PU RECLAIM GPS EQUIPMENT $17,148 2018 5 $0 1.18 $0 $0 $0 $0 $0 $0 $0 0005012051 PU100 PUB UTIL 0167 PU WATER D ROSS INV SYS (50%) - ALSO 423 FUND $7,588 1995 5 $0 2.38 $0 $0 $0 $0 $0 $0 $0 35093 PU100 PUB UTIL 0163 PU SEWER CORONA AVE SWR #15-0034-UT $547,522 2018 50 $494,594 1.18 $581,374 $0 $0 $0 $0 $581,374 $0 35094 PU100 PUB UTIL 0079 PU NE PLT NE SCADA WET #16-0022-UT $327,407 2018 5 $0 1.18 $0 $0 $0 $0 $0 $0 $035095 PU100 PUB UTIL 0007 PU E WPC E PLC WET#16-0022-UT $52,112 2018 5 $4,343 1.18 $5,105 $0 $0 $0 $0 $0 $5,105 35096 PU100 PUB UTIL 0005 PU MARSHLL MS YASKAWA 3 VRD #16-0038-UT $114,645 2017 20 $81,684 1.21 $98,956 $0 $0 $0 $0 $0 $98,95635097 PU100 PUB UTIL 0005 PU MARSHLL MS 4 FLYGT PUMPS #16-0038-UT $651,705 2018 20 $480,632 1.18 $564,962 $0 $0 $0 $0 $0 $564,962 35145 PU100 PUB UTIL 0163 PU SEWER FY18 CONTRIBUTED UTILITIES $131,293 2018 40 $116,249 1.18 $136,645 ($136,645) $0 $0 $0 $0 $0 35146 PU100 PUB UTIL 0167 PU WATER D FY18 CONTRIBUTED UTILITIES $168,706 2018 33 $145,275 1.18 $170,764 ($170,764) $0 $0 $0 $0 $0 35152 PU100 PUB UTIL 0164 PU MAINT PORTABLE VALVE OPERATOR & TELESCOPIC $7,525 2019 5 $1,254 1.15 $1,446 ($1,446) $0 $0 $0 $0 $0 35205 PU100 PUB UTIL 0164 PU MAINT MOTOR SHOP ELECTRIC CHAIN HOIST $8,200 2019 5 $1,777 1.15 $2,048 ($2,048) $0 $0 $0 $0 $035288 PU100 PUB UTIL 0166 PU LAB BLOCK DIGESTER $5,493 2019 5 $1,190 1.15 $1,372 ($1,372) $0 $0 $0 $0 $0 35357 PU100 PUB UTIL 0164 PU MAINT SCADA SOFTWARE $13,978 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $035372 PU100 PUB UTIL 0005 PU MARSHLL POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35373 PU100 PUB UTIL 0005 PU MARSHLL POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35374 PU100 PUB UTIL 0160 PU WT 3 POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 35375 PU100 PUB UTIL 0079 PU NE PLT POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $035376 PU100 PUB UTIL 0079 PU NE PLT POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35377 PU100 PUB UTIL 0007 PU E WPC POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $035378 PU100 PUB UTIL 0007 PU E WPC POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35379 PU100 PUB UTIL 0153 PU RO 1 POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35380 PU100 PUB UTIL 0153 PU RO 1 POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35381 PU100 PUB UTIL 0159 PU RO 2 POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35382 PU100 PUB UTIL 0159 PU RO 2 POWER EDGE R440 $5,481 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $035433 PU100 PUB UTIL 0079 PU NE PLT DREAM REPORT SOFTWARE FOR WRFS $8,505 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35433 PU100 PUB UTIL 0079 PU NE PLT DREAM REPORT SOFTWARE FOR WRFS $8,505 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $035433 PU100 PUB UTIL 0079 PU NE PLT DREAM REPORT SOFTWARE FOR WRFS $8,505 2019 3 $0 1.15 $0 $0 $0 $0 $0 $0 $0 35459 PU100 PUB UTIL 0163 PU SEWER FY19 CONTRIBUTED UTILITIES $369,400 2019 40 $336,308 1.15 $387,745 ($387,745) $0 $0 $0 $0 $0 35460 PU100 PUB UTIL 0167 PU WATER D FY19 CONTRIBUTED UTILITIES $1,061,289 2019 33 $946,048 1.15 $1,090,742 ($1,090,742) $0 $0 $0 $0 $0 35462 PU100 PUB UTIL 0167 PU WATER D METER SHOP AIR COMPRESSOR $9,349 2019 15 $7,115 1.15 $8,204 $0 $0 $8,204 $0 $0 $0 35467 PU100 PUB UTIL 0079 PU NE PLT NE FLOATING MIXER $34,211 2019 10 $21,952 1.15 $25,310 ($25,310) $0 $0 $0 $0 $0 35473 PU100 PUB UTIL 0167 PU WATER D MALA EASY LOCATE HDR W/ROUGH TERRAIN $12,850 2019 5 $3,855 1.15 $4,445 ($4,445) $0 $0 $0 $0 $0 35516 PU100 PUB UTIL 0163 PU SEWER EAST GATEWAY RELOCATIONS #13-0043-EN $3,768,938 2019 40 $3,392,044 1.15 $3,910,841 $0 $0 $0 $0 $3,910,841 $035517 PU100 PUB UTIL 0169 PU RECLAIM EAST GATEWAY RELOCATIONS #13-0043-EN $272,754 2019 40 $245,479 1.15 $283,024 $0 $0 $0 $0 $0 $283,024 35518 PU100 PUB UTIL 0167 PU WATER D EAST GATEWAY RELOCATIONS #13-0043-EN $1,674,536 2019 40 $1,507,082 1.15 $1,737,583 $0 $0 $1,737,583 $0 $0 $035519 PU100 PUB UTIL 0169 PU RECLAIM CLW COUNTRYCLUB 30"RCW WTR17-0020-UT $381,973 2019 15 $290,724 1.15 $335,188 $0 $0 $0 $0 $0 $335,188 35520 PU100 PUB UTIL 0153 PU RO 1 RO#1 WTR TRMT FLUORIDE AD#16-0031-UT $369,167 2019 15 $280,977 1.15 $323,951 $0 $0 $0 $323,951 $0 $0 35521 PU100 PUB UTIL 0159 PU RO 2 RO#2 WTR TRMT FLUORIDE AD#16-0031-UT $364,028 2019 15 $277,065 1.15 $319,441 $0 $0 $0 $319,441 $0 $0 35522 PU100 PUB UTIL 0153 PU RO 1 WTP#1 IMP-PRESS FILTER MOD15-0031-UT $516,401 2019 15 $390,170 1.15 $449,844 $0 $0 $0 $449,844 $0 $0 35523 PU100 PUB UTIL 0179 PU LIFT ST LS#7 DIESEL ENGINE PUMP#15-0038UT $90,596 2018 15 $61,404 1.18 $72,177 $0 $0 $0 $0 $72,177 $035524 PU100 PUB UTIL 0179 PU LIFT ST LIFT STATION#7 IMPROVE #15-0038-UT $565,945 2018 15 $383,585 1.18 $450,887 $0 $0 $0 $0 $450,887 $0 35525 PU100 PUB UTIL 0179 PU LIFT ST LIFT STATION#8 IMPROVE #15-0038-UT $410,879 2018 15 $278,485 1.18 $327,346 $0 $0 $0 $0 $327,346 $035526 PU100 PUB UTIL 0005 PU MARSHLL SKYCREST PS MS (37.43%) 16-0001-UT $441,778 2019 15 $331,334 1.15 $382,010 $0 $0 $0 $0 $0 $382,010 35527 PU100 PUB UTIL 0007 PU E WPC DREW ST PS E (34.91%) 16-0001-UT $412,035 2019 15 $309,026 1.15 $356,291 $0 $0 $0 $0 $0 $356,291 35528 PU100 PUB UTIL 0079 PU NE PLT UNIONS ST PS NE (27.66%) 16-0001-UT $326,465 2019 15 $244,849 1.15 $282,297 ($83,644) $0 $0 $0 $0 $198,654 35529 PU100 PUB UTIL 0079 PU NE PLT NE IMPRV TO ALUM FEED SYS 16-0012-UT $424,353 2019 15 $322,980 1.15 $372,378 ($110,334) $0 $0 $0 $0 $262,044 35530 PU100 PUB UTIL 0005 PU MARSHLL MS WRF CONTROL CTR#9 MCC#16-0033UT $1,096,804 2019 15 $804,323 1.15 $927,340 $0 $0 $0 $0 $0 $927,34035532 PU100 PUB UTIL 0167 PU WATER D FALCON F5 RECEIVER GPS USED W/G4137 $32,480 2019 5 $10,827 1.15 $12,483 ($12,483) $0 $0 $0 $0 $0 35567 PU100 PUB UTIL 0163 PU SEWER LUMBERJACK 200 8" & 10" KIT $10,510 2020 3 $0 1.13 $0 $0 $0 $0 $0 $0 $035673 PU100 PUB UTIL 0167 PU WATER D HONDA WALK BEHIND SAW $5,275 2020 5 $2,022 1.13 $2,293 ($2,293) $0 $0 $0 $0 $0 35729 PU100 PUB UTIL 0164 PU MAINT UNDERGROUND UT LOCATOR $5,138 2020 5 $2,141 1.13 $2,428 ($2,428) $0 $0 $0 $0 $0 35966 PU100 PUB UTIL 0163 PU SEWER FY20 CONTRIBUTED UTILITIES $11,520 2020 40 $10,776 1.13 $12,221 ($12,221) $0 $0 $0 $0 $0 35967 PU100 PUB UTIL 0167 PU WATER D FY20 CONTRIBUTED UTILITIES $380,791 2020 33 $350,981 1.13 $398,039 ($398,039) $0 $0 $0 $0 $0 35980 PU100 PUB UTIL 0163 PU SEWER KAPOK TERR SWR EXPANSION #15-0036-UT $3,147,742 2019 30 $2,780,505 1.15 $3,205,770 $0 $0 $0 $0 $0 $3,205,770 35981 PU100 PUB UTIL 0163 PU SEWER LS #45 SAND KEY FM#17-0016-UT $2,118,651 2020 30 $1,936,212 1.13 $2,195,810 $0 $0 $0 $0 $2,195,810 $0 35982 PU100 PUB UTIL 0167 PU WATER D MEMORIAL CAUSEWAY NEW WATER LINE $944,837 2020 30 $860,851 1.13 $976,270 $0 $0 $976,270 $0 $0 $0 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Reconstruction New Less Depreciation (RCNLD) and Functional Allocations Schedule 1 Asset Number Dept Location Asset Description Original Cost Year Acquired Life of Asset (Years) Net Book Value ENR Escalation Factor 1 RCNLD Contributed/ Excluded Assets Value 2 Admin Assets Distribution Supply / Treatment Collection Treatment 35983 PU100 PUB UTIL 0005 PU MARSHLL MS BELT PRESS 1#18-0027-UT $192,280 2019 15 $147,415 1.15 $169,961 $0 $0 $0 $0 $0 $169,96135984 PU100 PUB UTIL 0079 PU NE PLT NE BELT PRESSES #18-0027-UT $384,560 2020 15 $311,921 1.13 $353,742 ($104,812) $0 $0 $0 $0 $248,929 35985 PU100 PUB UTIL 0153 PU RO 1 RO1 SCADA PLC UPGRADES $173,744 2020 5 $60,810 1.13 $68,964 $0 $0 $0 $68,964 $0 $0 36118 PU100 PUB UTIL 0159 PU RO 2 R-CAM DUAL VIEW CAMERA SYSTEM $16,286 2021 5 $10,315 1.07 $11,057 ($11,057) $0 $0 $0 $0 $0 36223 PU100 PUB UTIL 0167 PU WATER D HYDRAULIC GUILLOTINE PIPE CUTTER $11,838 2021 5 $7,695 1.07 $8,249 ($8,249) $0 $0 $0 $0 $0 36224 PU100 PUB UTIL 0167 PU WATER D HYDRAULIC GUILLOTINE PIPE CUTTER $8,456 2021 5 $5,496 1.07 $5,892 ($5,892) $0 $0 $0 $0 $0 36235 PU100 PUB UTIL 0079 PU NE PLT AS950 ALL WEATHER SAMPLE BUNDLE $7,548 2021 5 $5,032 1.07 $5,394 ($5,394) $0 $0 $0 $0 $0 36290 PU100 PUB UTIL 0007 PU E WPC AS950 ALL WEATHER SAMPLE BUNDLE $7,548 2021 5 $5,032 1.07 $5,394 ($5,394) $0 $0 $0 $0 $036294 PU100 PUB UTIL 0007 PU E WPC EAST PLANT 20' METAL SHIPPING CONTAINER $6,568 2021 10 $5,583 1.07 $5,985 ($5,985) $0 $0 $0 $0 $0 36295 PU100 PUB UTIL 0163 PU SEWER MEMORIAL CAUSEWAY SWR LINE $2,289,146 2021 40 $2,188,996 1.07 $2,346,518 $0 $0 $0 $0 $2,346,518 $036296 PU100 PUB UTIL 0169 PU RECLAIM MEMORIAL CAUSEWAY NEW SWR LINE $39,183 2021 40 $37,469 1.07 $40,165 $0 $0 $0 $0 $0 $40,165 36297 PU100 PUB UTIL 0160 PU WT 3 WTP#3 SCADA SYSTEM PLC UPGRADE $102,429 2021 10 $81,090 1.07 $86,925 $0 $86,925 $0 $0 $0 $0 36351 PU100 PUB UTIL 0167 PU WATER D LEICA SMART ANTENNA $21,208 2021 10 $18,380 1.07 $19,703 ($19,703) $0 $0 $0 $0 $0 36353 PU100 PUB UTIL 0163 PU SEWER FY21 CONTRIBUTED UTILITIES $10,380 2021 40 $9,969 1.07 $10,687 ($10,687) $0 $0 $0 $0 $0 36354 PU100 PUB UTIL 0167 PU WATER D FY21 CONTRIBUTED UTILITIES $377,295 2021 33 $359,192 1.07 $385,040 ($385,040) $0 $0 $0 $0 $036589 PU100 PUB UTIL 0169 PU RECLAIM VERMEER VPT300 HOLE HAMMER $5,829 2022 1 $0 1.00 $0 $0 $0 $0 $0 $0 $0 36763 PU100 PUB UTIL 0167 PU WATER D FY22 CONTRIBUTED UTILITIES $732,510 2022 33 $719,562 1.00 $719,562 ($719,562) $0 $0 $0 $0 $036764 PU100 PUB UTIL 0163 PU SEWER FY22 CONTRIBUTED UTILITIES $51,951 2022 40 $51,193 1.00 $51,193 ($51,193) $0 $0 $0 $0 $0 36788 PU100 PUB UTIL 0167 PU WATER D VPT400 PIERCING TOOL $7,310 2023 1 $7,310 1.00 $7,310 ($7,310) $0 $0 $0 $0 $0 36792 PU100 PUB UTIL 0163 PU SEWER DEWATERING SYSTEM $4,164 2023 1 $4,164 1.00 $4,164 ($4,164) $0 $0 $0 $0 $0 36793 PU100 PUB UTIL 0167 PU WATER D CONTAINER FOR STORAGE FOR EQUIPMENT $6,943 2023 1 $6,943 1.00 $6,943 ($6,943) $0 $0 $0 $0 $0 $298,920,349 ($15,301,278) $6,789,687 $34,733,328 $64,724,649 $40,854,962 $136,516,445 2.4% 12.25% 22.82% 14.40% 48.13%Allocation of Admin Assets $851,891 $1,587,476 $1,002,034 $3,348,286 Reconstruction New Less Depreciation By Functional Category $35,585,219 $66,312,125 $41,856,996 $139,864,731 Water Functional Allocation Sewer Functional Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Grant & Receipts' Allocation Between System and Function Schedule 2 Description Total Distribution Supply / Treatment Collection Treatment FEMA - Hurricane Hermine $348,166 0.0% 0.0% 0.0% 100.0% US EPA - Sanitary Sewer Extension $439,972 0.0% 0.0% 100.0% 0.0% US EPA - Clarifier Rehab $775,496 0.0% 0.0% 0.0% 100.0% US EPA - Seville/Sunset Point & Del Oro Reclaimed Water Expansion $1,787,800 0.0% 0.0% 0.0% 100.0% FDEP - Sanitary Sewer Expansions $750,000 0.0% 0.0% 0.0% 100.0% FDEP - Skycrest Reclaimed Water $1,587,530 0.0% 0.0% 0.0% 100.0% FDEP - Morningside Reclaimed Water $380,380 0.0% 0.0% 0.0% 100.0% SWFWMD Grants - Reclaimed Water 1 $11,516,541 0.0% 0.0% 0.0% 100.0% SWFWMD Grants RO#2 ONLY 2 $14,969,798 0.0% 100.0% 0.0% 0.0% Other State Grants - Fluoride Grant $113,457 0.0% 100.0% 0.0% 0.0% Sanitary Sewer Reimb $69,006 0.0% 0.0% 23.0% 77.0% Total Grants & Receipts $32,738,146 $0 $15,083,255 $455,867 $17,199,025 Less: Cumulative Depreciation 3 ($10,478,871)$0 ($4,827,869) ($145,914) ($5,505,088) Total Grants & Receipts Net of Cumulative Deprecation $22,259,275 $0 $10,255,386 $309,952 $11,693,937 1 Includes SWFWMD grants for Reverse Osmosis, RO#2, Plant. 2 Reflects grants for RO#2 only as identified by City staff and reduced from "SWFWMD Grants - Reclaimed Water" line item above. 3 Reflects the cumulative depreciation of grant receipts based on each grant's year of receipt and an assumed average life of 30 years. Water Sewer Allocation UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Outstanding Principal Allocation Between System Schedule 3 Description Total Water Sewer Series 2017 Principal $67,170,000 35.9% 64.1% Series 2017B Principal $26,090,000 35.9% 64.1% Series 2020 Principal $16,920,000 35.9% 64.1% Total Outstanding Principal Credited $110,180,000 $39,584,959 $70,595,041 1 Reflects allocation based on system assets. Allocation 1 UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules FY 2023 Water Impact Fee Calculation - Buy-In Method Schedule 4 Functional Component:Distribution Supply / Treatment Total Gross Plant in Service Value 39,424,029$ 67,052,413$ 106,476,442$ Less: Specific Asset Contributions/Exclusions (3,838,811) (740,287) (4,579,098) Gross System Value 35,585,219$ 66,312,125$ 101,897,344$ Less: Principal Credit (14,656,750)$ (24,928,209)$ (39,584,959)$ Grants 1 - (10,255,386) (10,255,386) Net System Value 20,928,469$ 31,128,531$ 52,056,999$ Fee Calculation: Capacity Million Gallons Per Day (MGD)14.30 14.30 Level of Service (gpd)230 230 Equivalent Residential Units @ Master Plan LOS 62,174 62,174 Initial Capacity Cost per ERU 337$ 501$ 838$ Allowance for Contingency 0.00%337$ 501$ 838$ Percentage of Full Cost Recovery 100.00% Escalation Factor to Effective Year 2 5.00% Calculated Fee per ERU 354$ 526$ 880$ Current Fee per ERU - - 480 Dollar Change 400$ Percent Change 83% 1 Annual grant receipts were provided by City staff. Grants as applied reflect a depreciated value assuming an average 30 year life 2 Asset values were escalated to 2022 values using ENR Construction Cost Index. Given that fee implementation is to be effective in FY 2024, analysis escalates fees to 2024 values. UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules FY 2023 Sewer Impact Fee Calculation - Buy-In Method Schedule 5 Functional Component:Collection Treatment Total Gross Plant in Service Value 42,460,479$ 149,983,428$ 192,443,907$ Less: Specific Asset Contributions/Exclusions (603,483) (10,118,697) (10,722,180) Gross System Value 41,856,996$ 139,864,731$ 181,721,727$ Less: Principal Credit (15,575,963)$ (55,019,077)$ (70,595,041)$ Grants 1 (309,952) (11,693,937) (12,003,889) Net System Value 25,971,081$ 73,151,716$ 99,122,797$ Fee Calculation: Capacity Million Gallons Per Day (MGD)24.50 24.50 Level of Service (gpd)230 230 Equivalent Residential Units @ Master Plan LOS 106,522 106,522 Initial Capacity Cost per ERU 244$ 687$ 931$ Allowance for Contingency 0.00%244$ 687$ 931$ Percentage of Full Cost Recovery 100.00% Escalation Factor to Effective Year 2 5.00% Calculated Fee per ERU 256$ 721$ 978$ Current Fee per ERU 900 Dollar Change 78$ Percent Change 9% 1 Annual grant receipts were provided by City staff. Grants as applied reflect a depreciated value assuming an average 30 year life 2 Asset values were escalated to 2022 values using ENR Construction Cost Index. Given that fee implementation is to be effective in FY 2024, analysis escalates fees to 2024 values. UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules FY 2023 Lawn Impact Fee Calculation Schedule 6 Water LOS (gpd) Average Monthly RES Use (KGAL) 1 Average Lawn Usage (gpd) Lawn to Water Ratio 2 Calculated Water Impact Fee Per ERU Calculated Lawn Impact Fee Per ERU 230.00 1.59 52.18 0.23 $880 $202 1 Reflects residential customers with meter sizes smaller than 1" per City's FY 2022 billing data. 2 Water level of service equals 230 gpd while lawn level of service equals 52.18 gpd. As such, calculated lawn impact fees reflect 0.23x (52.18 ÷ 230) calculated water impact fees. UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Fee Implementation Schedule - Water Impact Fee Schedule 10 Meter Size Proposed Fee 2 Existing Fee Year 1 Year 2 Year 3 Year 4 5/8"$720 $480 $540 $600 $660 $720 3/4"$720 $480 $540 $600 $660 $720 1"$1,800 $1,200 $1,350 $1,500 $1,650 $1,800 1.5" $3,600 $2,400 $2,700 $3,000 $3,300 $3,600 2" Compound $5,760 $3,840 $4,320 $4,800 $5,280 $5,760 3" Compound $10,800 $7,200 $8,100 $9,000 $9,900 $10,800 4" Compound $18,000 $12,000 $13,500 $15,000 $16,500 $18,000 6" Compound $36,000 $24,000 $27,000 $30,000 $33,000 $36,000 3" Turbo $12,600 $8,400 $9,450 $10,500 $11,550 $12,600 4" Turbo $32,996 $24,000 $26,249 $28,498 $30,747 $32,996 6" Turbo $70,392 $48,000 $53,598 $59,196 $64,794 $70,392 Florida Impact Fee Act requires that any impact fee increases up to 25% be implemented over a 2-year period and any increase over 25% but up to 50% be implemented over a 4-year period. UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Fee Implementation Schedule - Sewer Impact Fee Schedule 11 Meter Size Proposed Fee 2 Existing Fee Year 1 Year 2 Year 3 Year 4 5/8" $978 $900 $939 $978 $978 $978 3/4" $1,350 $900 $1,013 $1,125 $1,238 $1,350 1" $2,444 $2,250 $2,347 $2,444 $2,444 $2,444 1.5" $4,888 $4,500 $4,694 $4,888 $4,888 $4,888 2" Compound $7,820 $7,200 $7,510 $7,820 $7,820 $7,820 3" Compound $17,107 $13,500 $14,402 $15,304 $16,205 $17,107 4" Compound $29,327 $22,500 $24,207 $25,913 $27,620 $29,327 6" Compound $65,985 $45,000 $50,246 $55,492 $60,738 $65,985 3" Turbo $21,262 $15,750 $17,128 $18,506 $19,884 $21,262 4" Turbo $36,658 $45,000 $40,829 $36,658 $36,658 $36,658 6" Turbo $78,204 $90,000 $84,102 $78,204 $78,204 $78,204 Florida Impact Fee Act requires that any impact fee increases up to 25% be implemented over a 2-year period and any increase over 25% but up to 50% be implemented over a 4-year period. UTILITY MISCELLANEOUS FEES ANALYSIS Appendix B – Water, Sewer, and Lawn Impact Fees Supporting Schedules Fee Implementation Schedule - Lawn Impact Fee Schedule 12 Meter Size Proposed Fee 2 Existing Fee Year 1 Year 2 Year 3 Year 4 5/8" $105 $70 $79 $88 $96 $105 3/4" $263 $175 $197 $219 $241 $263 1" Manifold $525 $350 $394 $438 $481 $525 1.5" $525 $350 $394 $438 $481 $525 2" Compound $840 $560 $630 $700 $770 $840 3" Compound $1,575 $1,050 $1,181 $1,313 $1,444 $1,575 4" Compound $2,625 $1,750 $1,969 $2,188 $2,406 $2,625 6" Compound $5,250 $3,500 $3,938 $4,375 $4,813 $5,250 3" Turbo $1,838 $1,225 $1,378 $1,531 $1,684 $1,838 4" Turbo $5,250 $3,500 $3,938 $4,375 $4,813 $5,250 6" Turbo $10,500 $7,000 $7,875 $8,750 $9,625 $10,500 Florida Impact Fee Act requires that any impact fee increases up to 25% be implemented over a 2-year period and any increase over 25% but up to 50% be implemented over a 4-year period. UTILITY MISCELLANEOUS FEES ANALYSIS Appendix C – Current and Proposed Miscellaneous Fees Supporting Schedules Appendix C CURRENT AND PROPOSED MISCELLANEOUS FEES WITH BENCHMARKING UTILITY MISCELLANEOUS FEES ANALYSIS Appendix C – Current and Proposed Miscellaneous Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix C – Current and Proposed Miscellaneous Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix C – Current and Proposed Miscellaneous Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix C – Current and Proposed Miscellaneous Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix C – Current and Proposed Miscellaneous Fees Supporting Schedules UTILITY MISCELLANEOUS FEES ANALYSIS Appendix C – Current and Proposed Miscellaneous Fees Supporting Schedules Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1423 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 16.1 SUBJECT/RECOMMENDATION: Proposed PSTA Plans - Councilmember Beckman Page 1 City of Clearwater Printed on 11/28/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1528 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 16.2 SUBJECT/RECOMMENDATION: PSTA Resolution against local bill - Councilmember Allbritton SUMMARY: Page 1 City of Clearwater Printed on 11/28/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#23-1502 Agenda Date: 12/4/2023 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 16.3 SUBJECT/RECOMMENDATION: Tampa Bay Estuary Program Update - Councilmember Beckman Page 1 City of Clearwater Printed on 11/28/2023